Tender documentation JN-B0648

TENDER DOCUMENTATION

PUBLIC TENDER THROUGH THE

OPEN PROCEDURE

No.

JN-B0648

Purchase of film scanner and sound scanner with additional equipment

CONTENTS

1INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

2INSTRUCTIONS FOR MAKING BIDS

2.1Contracting Authority of the public Tender

2.2Legal ground

2.3Basic rules of operation

3SUBJECT OF THE PUBLIC PROCUREMENT

3.1GENERAL DESCRIPTION OF EQUIPMENT

3.2TECHNICAL REQUIREMENTS

3.2.1General technical requirements

3.3TECHNICAL REQUIREMENTS AND SPECIFICATIONS

3.3.1PART A: FILM SCANNER

3.3.2PART B: SOUND SCANNER

3.3.3PART C: DISK STORAGE

3.4OTHER BUSINESS

4BID DOCUMENTATION

4.1General conditions for making bid documentation

4.1.1Clarification to the tender documentation

4.1.2Language

4.1.3Marking

4.1.4Contents of a bid

4.1.5Alternative bids and variant bids

4.1.6Form of a bid

4.1.7Validity of the bids

4.2Documents in the bids

4.2.1Data on Bidder and Bid

4.2.2Contents of the bid documentation

4.2.3Form »Declaration on acceptance of the public tender conditions«

4.2.4Form of an OFFER that has to contain:

4.2.5Pro forma Invoice

4.2.6Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal entity

4.2.7Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal representative

4.2.8Form “Statement under the third and the fourth paragraph of article 42 of the ZJN-2”

4.2.9Form “Bidder’s statements, given under criminal and material liability”

4.2.10Bank Certificate of solvency

4.2.11Warranty conditions of the Bidder

4.2.12Declaration of the Bidder regarding the spare parts

4.2.13Declaration of the Bidder - all the offered equipment is factory-new

4.2.14Declaration of the Bidder regarding the software and hardware upgrades

4.2.15Statement of the manufacturer or principal

4.2.16Sample of the Contract

4.2.17Guarantee for the seriousness of the bid

4.2.18Declaration, stating the Bidder shall provide a Performance guarantee

4.2.19Statement on the forwarding of data in the disclosure of the Bidder's ownership

4.2.20Technical documentation

5CONTRACT AWARD CRITERIA

5.1Two bids with equal BEST eVALUATION RESULT

6REVIEW CLAIM

6.1Legal base and terms for submission

6.2Method of submitting the review claim

7FORMS

DATA ON BIDDER AND BID

Declaration of Bidder’s acceptance of Public Procurement conditions

Form OFFER

Form OFFER – oPTION 1

Proforma Invoice

Declaration of the Bidder regarding the spare parts

Declaration of the Bidder – all the offered equipment is factory new

Declaration of the BIdder regarding the software and hardware upgrades

STATEMENT OF THE MANUFACTURER

STATEMENT OF THE PRINCIPAL

Sample Contract

Guarantee for the seriousness of Bid No......

STATEMENT regarding the Performance GUARANTEE

Statement ON THE FORWARDING OF DATA IN THE DISCLOSURE

OF THE BIDDER'S OWNERSHIP

Explanation of the Tender documentation No. JN-B0648

1INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

Pursuant to Item 1 of the first paragraph of Article 24 of the Public Procurement Act (Official Gazette of the Republic of Slovenia no.: 12/2013-UPB5, 19/2014 - hereinafter referred to as ZJN-2), RadiotelevizijaSlovenija, Public Institution, hereby publishes the contract notice through the open procedure for:

Purchase of film scanner and sound scanner with additional equipment.

Bids in threecopies (one original and two copies) must be sent in sealed envelopes to the address:

“Javnizavod RTV SLOVENIJA, KOLODVORSKA 2,VLOŽIŠČE, 1550 LJUBLJANA, SLOVENIA”, with the postscript: "DO NOT OPEN - FOR TENDER - BID FOR TENDER NO. JN-B0648– Film and sound scanner with additional equipment“. The full address of the Bidder is to be written on the envelope.

The term for acceptance of bids is until 09.00 a.m. on 29July, 2014. Bids received after that time limit will not be counted and will be returned unopened to the Bidders.

Public opening of bids will be on 29July, 2014at 10.00 a.m. on the premises of JavniZavod RTV Slovenija at Komenskega Street 7 in Ljubljana.

Before the public opening of the bids the present participants of the Bidders have to hand over written authorizations for participation on the public opening.

Ljubljana, 18 June, 2014 Commercial Department of

RTV Slovenija

2INSTRUCTIONS FOR MAKING BIDS

2.1Contracting Authority of the public Tender

RadiotelevizijaSlovenija, Javnizavod, Kolodvorska 2, SI - 1550 Ljubljana

VAT No.: SI29865174; Corporate registry No.: 5056497

Bids will be appraised by the General Manager appointed professional commission. The Decision on the award of a Contract will be issued by the General Manager of JavniZavod RTV Slovenija. In the evaluation of the tender the commission will take account of the criteria that are the constituent part of the tender documentation.

The chosen Bidder must enter into a signed Contract within 8 days after receiving the “Decision on the Award of a Contract”. In the case of a Bidder not entering into a signed Contract, the Contracting Authority will validate the guarantee on the seriousness of the bid.

The Contracting Authority reserves the right to vary from the published values and quantities when selecting bids, subject to available financial resources and actual needs.

In case of receiving incomplete bids, the Contracting Authority shall annul the tender. The Contracting Authority reserves the right not to choose any of the bids (according to Art. 80 of ZJN-2).

2.2Legal ground

The Public Procurement of JavniZavod RTV Slovenija (hereinafter referred to as: Contracting Authority) is carried out in accordance with the valid Public Procurement Act (ZJN-2) and by-laws applicable and in accordance with the legislation being valid on the field of public finances and on the field that is the subject of this public tender.

2.3Basic rules of operation

Every Bidder’s attempt to affect the treatment of the Contracting Authority or decision on the selection shall result in rejection of his Tender. The same applies to all attempts related to the work and decision of the Evaluation Committee.

In the period from the publication until the conclusion of the Contract the Bidder shall be not allowed to commence and perform any actions, which might prior determine the selection of a defined bid. In the period from the selection of a Bid until the Contract comes into force the Bidder shall be not allowed to commence any actions, which might cause the Contract to become void and unfulfilled. In case the procedure is stayed the Bidder shall not commence or perform any procedures, which might aggravate the invalidation or objectivity of the Review Commission.

3SUBJECT OF THE PUBLIC PROCUREMENT

3.1GENERAL DESCRIPTION OF EQUIPMENT

The subject of public procurement (tender) is the purchase of film scanner and sound scanner with additional equipment. The equipment will be used for archiving and production of television programs on RTV Slovenia.

The offered equipment has to comply with all technical demands which are specified in Specification and technical requirements.

3.2TECHNICAL REQUIREMENTS

3.2.1General technical requirements

Abiddermustattach in the bid all necessary technicaldocumentation (in Slovene and/or English language) for every sort of equipment, which proves the fulfilment of all requested technical requirements from tender documentation.

Standards

The offered equipment has to operate according to the PAL standards, SD (576i at 50 Hz) and HD (720p/1080i at 50 Hz):

-ITU-R BT.470-6

-ITU-R.BT472

-ITU-R BT.601/65, audio embedding SMPTE 272M

-AES-3-1992

-AES-11-1997

-SMPTE 259M, 296M, 274M, 292M, 424 or 425M

-16mm optical SMPTE 41 / DIN 15603

-16mm magnetic SMPTE 112 / DIN 15681

-

All equipment powered by 230V AC must satisfy acts and regulations valid today in the republic of Slovenia to do with electrical powering (230V, 50 Hz) and safety against electrical shock in accordance with SIST EN 50160, SIST EN 60950.

Offered equipment must conform to EMC standards:

-SIST EN 50081-1:1995

-SIST EN 50082-2:1997

-SIST EN 55022-2000

-SIST EN 55024:2000

Rejection of a bid

The Contracting Authority shall reject the bid from further proceeding, in case the bid documentation does not fulfil all the conditions and requests, stated in this tender documentation.

3.3TECHNICAL REQUIREMENTS AND SPECIFICATIONS

3.3.1PART A: FILM SCANNER

The film scanner must fulfil the following technical requests:

  1. Scanner must be capable of full colour 2K scanning film at resolution of at least 2048 x 1550 RGB and at speed at least of 25fps (for resolutions less than 2K, the scanning speeds must be higher)
  2. Scanner must have an option of full colour 4K scanning of 4 perforation film at resolution of at least 4096 x 3100 RGB and at speed at least of 15fps. This option is not required as part of the offer.
  3. It must have 3 image sensors for creating R, G and B picture. Each must have at least 4300 horizontal pixels
  4. Over scanning in horizontal and vertical direction must be allowed
  5. Scanner must be able to handle minimum of 5% shrinkage tolerance without any visible picture distortion
  6. For scanning irregular warped or twisted film, the scanner must use contactless scan processing (optical perforation detection must be supported, sprocketless transport must be supported)
  7. Scanner must be able to scan and ingest data and audio (from COMMAG-MAGNETIC and COMOPT-OPTICAL tracks) from 16mm Colour and Black and White film prints and B&W sound negatives
  8. The Scanner must be able to provide simultaneous Audio & Data Scanning in real time 2K full band speeds, for 16mm film with OPTICAL and MAGNETC audio heads
  9. The Scanner must be able to provide High Dynamic Range scanning of Black and White material without limiting scanning speed of at least up to 5ND
  10. The Scanner must be a Pin-Less & Capstan driven solution ; providing high levels of image stability of 1 x 4K pixel in vertical and horizontal directions in real time
  11. The Scanner must have a reliable RGB - LED diffused illumination light source, with separate Infra-Red LED light source for detection of scratches and dirt.
  12. The scanner must be prepared for upgrade on customer location to wet scanning using environmentally safe fluid
  13. Scanner provider must have a European service support centre, offering 24/7 support capabilities.

The following components of film scanner must be included in the bid:

Film Scanner (1 piece) with the following components:

  • 16 /S16mm Lens Gate (for wet and dry scanning)
  • assembly with roller gate and optical perforation hole detection,
  • control SW which is be operated by workstation KVM and touch screen local control panel (both must be offered)
  • workstation including internal HDD and one monitor,
  • Cameras for R, G, B, Key
  • Key Code Reader including film stock recognition,
  • 16 Bit processing path,
  • diffuse LED Illumination,
  • scaler and steadiness processing
  • support for various Audio Heads ( it must be included 16 mm magnetic, incl. preamplifier and 16 mm analog optical adjustable track, both must read avdio tracks without noticeable disturbances in recorded audio sound also up to of 5% shrinkage films)
  • audio Processing including A/D-converter and cables
  • set of Film Supporting Plates to prevents film to fall off the coil
  • commissioning and maintenance training on Contracting Authority location. All accommodation, daily allowances and travelling expenses for a vendor engineer must be included.
  • operational training must be provided on Contracting Authority location. All accommodation, daily allowances and travelling expenses for a vendor engineer must be included.
  • OPTION 1*: equipment with prices composed of the following parts, must be also offered: IR Channel Option, Dirt/Scratch Concealment, Grain Reduction and Contour Enhancement)

Additional technical requests for film scanner:

  1. Optical audio pick-up head must allow reading of optical audio track (mono and stereo) on 16 mm film with mono reverse-scan
  2. Optical audio pick-up head must fulfill the following requests:
  • Frequency Response 40Hz … 7kHz ± 2dB (Reference Freq: 400Hz)
  • Wow&Flutter IEC weighted < 0,3 %
  • S/N CCIR 468-4 weighted > 55 dB
  1. Magnetic audio pick-up head must allow reading of a magnetic audio track on 16 mm film with Azimuth Adjustments and with reverse-scan
  2. Magnetic audio pick-up head must fulfill the following requests:
  • Frequency Response 50Hz … 12kHz ± 2dB (Reference Freq: 400Hz)
  • Wow&Flutter IEC weighted < 0,15 %
  • S/N CCIR 468-4 weighted > 55 dB
  1. It must be capable to produce BWAV and WAV Audio file (Digital Audio Level - 18 dBFS at 0dBu operating level) and synchronize them with the DPX or TIFF scanned video files.
  2. It must be capable to produce 10 bit LOG / LINEAR DPX according to SMPTE 268M-1994 and to produce 16 bit LINEAR TIFF
  3. The workstation and software must be capable for image ingest and monitoring, data management and direct access to standard IT file systems through Linux FS. All major SAN systems must be supported and connected to the workstation for saving DPX and TIFF files. This files must be also possible to back up to standard IT devices. The workstation must use off-the-shelf IT hardware. With the software must be possible to further process scanned images, such as select of look-up tables, monitoring of video signal as parade or super-imposed waveform, vector, histogram, detail tool, primary color correction, format and size transformation, grain and noise reduction.
  4. It must be also possible to synchronize external (imported) WAV files with scanned images
  5. It must have Analog Audio output which allow monitoring of output sound, VU monitoring and output level Adjustments

Sample type HDR Scanity or equivalent

*OPTION 1:

Optional offer is obligatory. The price of the optional offer must be fixed for the period of the Contract duration JN-B0648.

In case the Contracting Authority decides for the purchase of option 1, already at the Decision on the award of a Contract, the same will be included in the basic Contract.

In case the Contracting Authority decides for the purchase of option 1 later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0648.

The value of optional offer is not included in the anticipated value of public tender JN-B0648.

3.3.2PART B: SOUND SCANNER

Pcs
1 / Magnetic Film Reproducer for Archival Transfer / Like or equivalent to:
Sondor OMA E M2 / 1
The 16mm Magnetic Film Reproducer for Archival Transfer must comprise the following parts:
  • 16mm EBU 2-track playback head block, archival type
  • 16mm EBU 2-track playback head block, standard type
  • set of two sprockets: standard size and shrink by 2%
  • audio pre-amplifier electronics must incl. 2-channel VU meter and monitor speaker
  • set of spooling plates and adapters for film on cores and reels
  • pair of split-spools for safe film handling
  • extra guide rollers and guiding posts on the headstack to stabilize warped film
  • a retractable pressure-roller assembly on the playback head to ensure proper film-to-head contact
  • larger flanges on all idler rollers throughout the entire film path
  • 16 mm magnetic test film
  • maintenance training, operational training and commissioning (in period of 1 day) on Contracting Authority location with accommodation, daily allowances and travelling expenses included for a lecturer
  • maintenance and operational manual (CD/DVD)
Technical requirements which must be fulfilled by Magnetic Film Reproducer:
  • torque reduction adjustment for feed- and take-up motors
  • film tension adjustment inside the closed-loop and over the sound head
  • spring loaded splitted guiding rollers which minimise the lateral travel of shrunk stock on the head for the benefit of stable high-frequency output
  • it must have mains, crystal and video sync reference
  • it must have bi-phase (master/slave interlock)control and RS-422 ( 9-pin) machine control
  • it must have line-up register for multiple head stack with automatic parameter re-call
  • it must be built in to 19” rack on castor, incl. drawer for accessories
  • it must have AES/EBU Digital Output
  • LTC chase sync and LTC output
  • it must have USB interface
  • the reel capacity must be at least 640m

Sample type Sondor OMA E M2 or equivalent

3.3.3PART C: DISK STORAGE

Disk storage

The disk storage system must be composed from the following parts:

•FC disk array with RAID controller

•Spare disk

•Commissioning

•Contracted phone and web support

The disk storage must fulfil the following requests:

  1. It must be certificated by manufacturer of film scanner as approved disk storage for film scanner (certificate must be included as part of the bid documentation)
  2. Sustained throughput must be at least 6000 MB/sec
  3. It must have at least 36x2TB SAS 6Gbit/s hard drives
  4. It must have Silent Data Corruption Protection
  5. The hard drives must be field replaceable
  6. It must be capable to provide at least 4 real time HD DPX streams
  7. It must have at least RAID 6 and RAID 6 triple parity controller
  8. It must be possible after replacement of bad drive that replacement drive is rebuild (monitoring must be also allowed) while disk storage is maintaining maximized data rates while rebuilding RAID LUN
  9. It must be possible to re-map bad sector
  10. It must have SMART drive monitoring and media health monitoring
  11. It must have error recovery mechanisms and automated defect elimination
  12. It must have at least eight (8) 16Gbit fibre channel ports
  13. It must have 1 Gbps port for management and monitoring
  14. It must support Windows OS
  15. It must have dual power supply
  16. It must have basic (hot swappable cooling fans) and redundant cooling system
  17. It must have built in Web support
  18. It must have Email, Audible (like buzzer) and visible (like LEDs) alerts for bad drives and power supplies
  19. Thesupply AC voltage must be 100-240 V at 50Hz
  20. It must work at room temperatures 10°- 35°C

Sample type for disc storage Geneses RX RAID 6 or equivalent

3.4OTHER BUSINESS

Start-up and final acceptanceof separate parts

The final acceptance of separate lots of equipment will be performed on the premises of the Contracting Authority. It will be done by the representative of the Contracting Authority; the presence of the Bidder is not required. At the equipment final acceptance and start-up, the following characteristics are observed:

the quality of the supplied equipment

functionality of the equipment

how stable the equipment is when operational

the abolishment of eventual equipment errors

The Contracting Authority shall accede to the final acceptance of delivered goods (equipment) within 21 days after the quantitative acceptance of the equipment or 21 days after start-up of the equipment (when the start-up of the equipment is required).

All eventual incorrectness, ascertained at final acceptance procedure, are to be eliminated by the Bidder within 14 days, after this time limit the Contracting Authority shall cash-in a performance guarantee and the Bidder has to present new performance guarantee.It is understood that the final acceptance will be completed when all eventual incorrectness are eliminated. The incorrectness are to be specified in writing by the Contracting Authority.