Www.rtvslo.si



4211320635TENDER DOCUMENTATIONPUBLIC TENDER THROUGH THE OPEN PROCEDURE No. JN-B0628PURCHASE OF AUDIO/VIDEO EQUIPMENT FOR STUDIO 3CONTENTS TOC 1INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER PAGEREF _Toc380653095 \h 52INSTRUCTIONS FOR MAKING BIDS PAGEREF _Toc380653096 \h 62.1Contracting Authority of the public Tender PAGEREF _Toc380653097 \h 62.2Legal ground PAGEREF _Toc380653098 \h 62.3Basic rules of operation PAGEREF _Toc380653099 \h 63SUBJECT OF THE PUBLIC PROCUREMENT PAGEREF _Toc380653100 \h 73.1GENERAL DESCRIPTION OF EQUIPMENT PAGEREF _Toc380653101 \h 73.2TECHNICAL REQUIREMENTS PAGEREF _Toc380653102 \h 73.2.1GENERAL TECHNICAL REQUIREMENTS PAGEREF _Toc380653103 \h 73.2.1.1Technical documentation PAGEREF _Toc380653104 \h 73.2.1.2Standards PAGEREF _Toc380653105 \h 73.2.1.3Rejection of a bid PAGEREF _Toc380653106 \h 73.3TECHNICAL SPECIFICATION PAGEREF _Toc380653107 \h 83.3.1LOT A: VISION MIXER PAGEREF _Toc380653108 \h 83.3.1.1VISION MIXER PAGEREF _Toc380653109 \h 83.3.1.2SW for vision mixer upgrade from SD to HD PAGEREF _Toc380653110 \h 123.3.2LOT B: ROUTER PAGEREF _Toc380653111 \h 123.3.3LOT C: V/A PRODUCTION SERVER PAGEREF _Toc380653112 \h 133.3.4LOT D: STUDIO MONITORS PAGEREF _Toc380653113 \h 143.3.4.124” STUDIO MONITORS PAGEREF _Toc380653114 \h 143.3.4.237” STUDIO MONITORS PAGEREF _Toc380653115 \h 153.3.4.3Control unit for 24” and 37” monitors from items 3.3.4.1 in 3.3.4.2 PAGEREF _Toc380653116 \h 153.3.5LOT E: REFERENCE MONITORS PAGEREF _Toc380653117 \h 163.3.6LOT F: MEASURING instruments PAGEREF _Toc380653118 \h 173.3.6.1Measuring instrument type 1 PAGEREF _Toc380653119 \h 173.3.6.2Measuring instrument type 2 PAGEREF _Toc380653120 \h 183.3.6.3Measuring instrument type 3 PAGEREF _Toc380653121 \h 193.3.7LOT G: Modular equipment PAGEREF _Toc380653122 \h 203.3.8LOT H: Blue/green chroma keyer PAGEREF _Toc380653123 \h 253.3.9LOT I: CAMERAS PAGEREF _Toc380653124 \h 273.3.10LOT J: LENSES PAGEREF _Toc380653125 \h 303.3.11LOT K: Audio equipment PAGEREF _Toc380653126 \h 303.3.12OTHER BUSINESS PAGEREF _Toc380653127 \h 354BID DOCUMENTATION PAGEREF _Toc380653128 \h 364.1General conditions for making bid documentation PAGEREF _Toc380653129 \h 364.1.1Clarification to the tender documentation PAGEREF _Toc380653130 \h 364.1.2Language PAGEREF _Toc380653131 \h 364.1.3Marking PAGEREF _Toc380653132 \h 364.1.4Contents of a bid PAGEREF _Toc380653133 \h 364.1.5Alternative bids and variant bids PAGEREF _Toc380653134 \h 364.1.6Form of a bid PAGEREF _Toc380653135 \h 364.1.7Validity of the bids PAGEREF _Toc380653136 \h 374.2Documents in the bids PAGEREF _Toc380653137 \h 374.2.1Data on Bidder and Bid PAGEREF _Toc380653138 \h 374.2.2Contents of the bid documentation PAGEREF _Toc380653139 \h 374.2.3Form ?Declaration on acceptance of the public tender conditions? PAGEREF _Toc380653140 \h 374.2.4Form of an OFFER that has to contain: PAGEREF _Toc380653141 \h 374.2.5Proforma Invoice PAGEREF _Toc380653142 \h 384.2.6Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” – for a legal entity PAGEREF _Toc380653143 \h 384.2.7Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” – for a legal representative PAGEREF _Toc380653144 \h 384.2.8Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2-UPB5” PAGEREF _Toc380653145 \h 394.2.9Form “Bidder’s statements, given under criminal and material liability” PAGEREF _Toc380653146 \h 394.2.10Bank Certificate of solvency PAGEREF _Toc380653147 \h 394.2.11Warranty conditions of the Bidder PAGEREF _Toc380653148 \h 394.2.12Declaration of the Bidder regarding the spare parts PAGEREF _Toc380653149 \h 394.2.13Declaration of the Bidder - all the offered equipment is factory-new PAGEREF _Toc380653150 \h 394.2.14Declaration of the Bidder regarding the software upgrades PAGEREF _Toc380653151 \h 394.2.15Statement of the manufacturer or principal PAGEREF _Toc380653152 \h 394.2.16Sample of the Contract PAGEREF _Toc380653153 \h 394.2.17Guarantee for the seriousness of the bid PAGEREF _Toc380653154 \h 404.2.18Declaration, stating the Bidder shall provide a Performance guarantee PAGEREF _Toc380653155 \h 404.2.19Statement on the forwarding of data in the disclosure of the Bidder's ownership PAGEREF _Toc380653156 \h 404.2.20Technical documentation PAGEREF _Toc380653157 \h 415CONTRACT AWARD CRITERIA PAGEREF _Toc380653158 \h 426REVIEW CLAIM PAGEREF _Toc380653159 \h 426.1Legal base and terms for submission PAGEREF _Toc380653160 \h 426.2Method of submitting the review claim PAGEREF _Toc380653161 \h 427FORMS PAGEREF _Toc380653162 \h 42DATA ON BIDDER AND BID PAGEREF _Toc380653163 \h 43Declaration of Bidder’s acceptance of Public Procurement conditions PAGEREF _Toc380653164 \h 44Form OFFER PAGEREF _Toc380653165 \h 45Form OFFER PAGEREF _Toc380653166 \h 46Form OFFER PAGEREF _Toc380653167 \h 47Form OFFER PAGEREF _Toc380653168 \h 48Form OFFER PAGEREF _Toc380653169 \h 49Form OFFER PAGEREF _Toc380653170 \h 50Form OFFER PAGEREF _Toc380653171 \h 51Form OFFER PAGEREF _Toc380653172 \h 52Form OFFER PAGEREF _Toc380653173 \h 53Form OFFER PAGEREF _Toc380653174 \h 54Form OFFER PAGEREF _Toc380653175 \h 55Proforma Invoice PAGEREF _Toc380653176 \h 56STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2-UPB5) PAGEREF _Toc380653177 \h 57Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5) PAGEREF _Toc380653178 \h 59STATEMENT UNDER the third and THE FOURTH PARAGRAPH OF ARTICLE 42 PAGEREF _Toc380653179 \h 61Bidder's Statements given under CRIMINAL and material LIABILITY PAGEREF _Toc380653180 \h 62Declaration of the Bidder regarding the spare parts PAGEREF _Toc380653181 \h 63Declaration of the Bidder – all the offered equipment is factory new PAGEREF _Toc380653182 \h 64Declaration of the Bidder regarding the software upgrades PAGEREF _Toc380653183 \h 65STATEMENT OF THE MANUFACTURER PAGEREF _Toc380653184 \h 66STATEMENT OF THE PRINCIPAL PAGEREF _Toc380653185 \h 67Sample Contract PAGEREF _Toc380653186 \h 68Guarantee for the seriousness of Bid PAGEREF _Toc380653187 \h 77STATEMENT regarding the Performance Guarantee PAGEREF _Toc380653188 \h 78Statement ON THE FORWARDING OF DATA IN THE DISCLOSURE PAGEREF _Toc380653189 \h 79OF THE BIDDER'S OWNERSHIP PAGEREF _Toc380653190 \h 79Explanation of the Tender documentation No. JN-B0628 PAGEREF _Toc380653191 \h 824211320635INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDERPursuant to Item 1 of the first paragraph of Article 24 of the Public Procurement Act (official consolidated text), Official Gazette of the Republic of Slovenia no.: 12/2013 – ZJN-2-UPB5 (hereinafter referred to as ZJN-2-UPB5), Radiotelevizija Slovenija, Public Institution, hereby publishes the contract notice through the open procedure for:purchase of audio/video equipment for Studio 3.Bids in three copies (one original and two copies) must be sent in sealed envelopes to the address: “Javni zavod RTV SLOVENIJA, KOLODVORSKA 2, VLO?I??E, 1550 LJUBLJANA, SLOVENIA”, with the postscript: "DO NOT OPEN - FOR TENDER - BID FOR TENDER NO. JN-B0628 – " A/V equipment for S3“. The full address of the Bidder is to be written on the envelope.The term for acceptance of bids is until 08.00 a.m. on 08 April, 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 08 April, 2014 at 09.00 o’clock on the premises of Commercial Department of Javni Zavod 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, 25 February, 2014 Commercial Department ofRTV SlovenijaINSTRUCTIONS FOR MAKING BIDSContracting Authority of the public TenderRadiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 LjubljanaVAT No.: SI29865174; Corporate registry No.: 5056497Bids will be appraised by the General Manager appointed Evaluation Committee. The Decision on the award of a Contract will be issued by the Director General of Javni Zavod 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 selected 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-UPB5).Legal groundThe Public Procurement of Javni Zavod RTV Slovenija (hereinafter referred to as: Contracting Authority) is carried out in accordance with the valid Public Procurement Act (ZJN-2-UPB5) 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.Basic rules of operationEvery 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.SUBJECT OF THE PUBLIC PROCUREMENTGENERAL DESCRIPTION OF EQUIPMENTThe subject of public procurement (tender) is the purchase of A/V equipment one studio. The equipment will be used for 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.TECHNICAL REQUIREMENTSGENERAL TECHNICAL REQUIREMENTSTechnical documentationA bidder must attach in the bid all necessary technical documentation (in Slovene and/or English language) for every sort of equipment, which proves the fulfilment of all requested technical requirements from tender documentation. StandardsThe 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.470-6ITU-R.BT472ITU-R BT.601/65, audio embedding SMPTE 272MAES-3-1992AES-11-1997MADI-AES10i -2008SMPTE 259M, 296M, 274M, 292M, 424 or 425MAll 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 50081-1:1995SIST EN 50082-2:1997SIST EN 55022-2000 SIST EN 55024:2000Rejection of a bidThe 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. TECHNICAL SPECIFICATION LOT A: VISION MIXERIn LOT A must be offered:1 piece of vision mixer 2 pieces of SW for vision mixer upgrade from SD to HD VISION MIXERThe bid must comprises parts which are specified in the following table:ItemRequired partsMin.QtyOffered Qty.14ME 3G/HD/SD vision mixer – all HW equipment1?23G/HD-SDI inputs (all of the inputs, primary, FILL and KEY, but not DVE inputs)40?33G/HD-SDI outputs ( all outputs encountered PGMs, MEs, PVs, CLEAN, ..AUX) 48?4Number of channels of 3D digital video effects (vision mixer in 1080i mode)4?53ME control panel with touch screen display and local AUX control panel for at least 10 destinations1?6All available redundant power supplies for each electronics unit and power supplies for each control panel must be included in the offer ?7It must be offered,? at lest?one (1) spare piece of each type of board with build in sub-boards (at least IN board, OUT board (all typs), M/E board, CPU board and cross point board which are specified in the offer and all other boards which are specified in the complete offer), ?one (1) spare piece of each type of power supplies and one (1) spare piece of each type of fan, which are build in the all offered HW equipment of video production switcher. 8Operational manual (CD/DVD and two hard copies)?9Installation manual (CD/DVD)??10Maintenance manual (CD/DVD and 2 hard copies) ??11Maintenance training/commissioning (in period of 2 days) on Contracting Authority location with accommodation, daily allowances and travelling expenses included for a lecturer ??Technical requirement table (TRT)Under The name and the page of the document must be specified the name and the page number of the attached document where we can find the information which prove the fulfilment of the requirement written under DescriptionPosit.DescriptionMinimal requestOffered The name and the page of the document1Capability of multiformat mode is required (HD: 1080i25, and 720p50) yes/no2SW upgrade from HD mode to 3G mode (1080p50) must be alrady available, but it is no required to be offereedyes/no310-bit processing is requiredyes/no4Number of SD PAL reference inputs – colour black15Number of WIPE generators per M/E (main and KEY) 86Number of KEY`s per M/E (vision mixer in 1080i mode)87Number of CHROMA KEY`s per M/E88Number of required DSK`s - they can be KEY`s (must have functionality of down stream keyers ) of M/E which is chosen as PGM/PST M/E or they can be additional offered KEY`s49Number of BORDERLINE and SHADOW EFFECT generators for every KEY110It is required that 2 channels of 3D DVE is possible to permanently delegate to one (1) of the M/E`s 2fill, 2key11All required DVE processors must allow: 2D transforming in 3D space and 3D effects (at least page turn, page roll, spheres and ripple, sizing, rotation, perspective, crop, freeze, strobe, drop shadow, position and size modulation, lighting, defocus, glow) ?yes/no12Machine control for controlling VTR`s, server playout channels... with next functions: play, cue, mark in, mark out, jog, rewind, fast forward, stop. BVW (Sony) RS- 422 and VDCP protocol is required. The pre-roll compensation is required (for at least 30 frames) 413The number of GPI and GPO built into the vison mikser HW, which is installed in the machine room 24 in, 24 out14TALLY signalisation (serial protocol for UMD must be also available) with relay and open collector closures, is set up during configuration of the video production switcher815The number of effects memory registers available per M/E, each independent of the other. 9916At creating/editing macros it is required that it must be possible to use the existing macros (macro in macro)yes/no17It must be allowed to map whichever macro to buttones on source button row on source selection part of 3M/E control panel. That means that a button (s) which used to have only a function of selecting video source on each M/E, gets a function of triggering macro and source selection together with triggering macro yes/no18It is required that a simple macro for one (1) function only (DSK function for example) must be possible to create fast by pressing four buttons or less, without entering in any menu (the procedure of macro creation must be described in the offer)yes/no19If the number of video sources exceeds the number of source buttons for example on control panel for third (3.) M/E then it must be possible to delegate the source buttons from control panel of second (2.) and first (1.) M/E as additional source buttons for control panel of third (3.) M/E (M/E delegation --> M/E extension or cascading of M/E control panels). So it must be possible that source buttons for third M/E are distributed also on control panel for second and first M/E. It is required that M/E extension/cascading must be possible to be done on any M/E.yes/no20The copy of any mix effects programs and settings from each of the ME stage to any of the ME stages must be possibleyes/no21The file transfer of pictures and clips to and from USB device (USB key, USB disc,..) must be possible on physical location of 3 M/E control panel yes/no22Internal at least 8 channel RAM recorder with 2000 frames capacity is required which must allow: From/to it must be possible to recall/store video sequence with embedded audio in the length of at least 500 frames in resolution 1080pFrom/to it must be possible to recall/store up to 1000 stills in resolution 1920 x 1080yes/no23Resizer function must be available for all the keyers yes/no24It must be possible to make a dissolve on any pair of AUX bus outputsyes/no2532 direct accessible primary inputs on 3ME control panelyes/no26The possibility of quick direct access to at least 10 digital effects and to pre-programmed sequences, which are compound from M/E functions and digital video effectsyes/no27PGM/PST M/E must have at least 4 PGM/CF and 2 PST (PVW) outputs and must be possible to insert into each of (4) PGM/CF signals at least 4 KEY`s (which has the functionality of DSK`s) in any (random) combination (at least the following combinations: PGM1/CF1 has inserted KEY 1 and KEY 3, PGM2/CF2 has inserted KEY 2 and KEY 3, but not KEY 1, PGM3/CF3 has inserted KEY4 but not KEY 1,2, 3 etc.)Preview of transition effect must be possible.yes/no28It must be possible by operator to program various functions (like key wipe, limit on, fade to black (as macro), any macro...) to the pushbuttons (at least 4) in the transition area module of control panelyes/no29On the control panel must be dedicated FADE to BLACK button, it must be at least 2 times per 10 buttons snapshots memories (snap shot panel) and 20 buttons for storing/recalling pre-programmed different functions of the switcher (shot box panel)yes/no30Control panel (transition area) must have built in (for each M/E) dedicated buttons for inserting 4 KEY`s into the picture. There must be 4 buttons for inserting KEY`s in CUT mode and another 4 buttons for inserting KEY`s in TRANSITION mode (at least DISOLVE or MIX)yes/no31It must be possible to store and recall all of the settings of vision mixer of different projects yes/no32It is required at least 4-digit source name displays on each ME stageyes/no333M/E control panel must be capable to control all of the features which are built in the HW of all offered vision mixers?yes/no343M/E control panel must control at least 10 auxiliary buses by build in or stand alone control panelyes/no35It must be possible AUX bus dissolves on any pair of AUX bus outputsyes/no36It must have build in multiviewer with at least 10 different picturesyes/no37Remote setup, maintenance and operation of vision mixer must be possible over SW BZPS-8000 and BZPS-8000L with already existing user interface, which we already use for vision mixers in neighbouring studios. With the same user interface must be possible to view and manipulate stored images in internal RAM memory (when neighbouring studios are used for production of similar program like elections). yes/no38It must be possible to have a preview of selected transition effect and three program outputs with different inserted graphics (by DSK) simultaneouslyyes/no393M/E control panel must be capable to control each of the M/E stages of 4M/E vision mixer. The operator can select which M/E stage to control yes/no40SNMP monitoring must be availableyes/no41The Bidder has to provide the demo of the offered video production switcher for testing of the system features and user friendliness on the location of any European users or in the European demo centre. The visit has to be planned for 4-14 days after the opening of the bid, if the tenderer decides so after the examination of the bids.yes/noRemark: if any answer is NO in the items of above technical requirement table (TRT), where is required that bidder answer with YES/NO, then the Contracting Authority shall reject the bid (for this LOT) from further proceeding (according to the item 3.3.1.2 from this tender documentation).like or equivalent to MVS-8000X SW for vision mixer upgrade from SD to HD SW for Field upgrade from SD to HD of existing 3 M/E vision mixer MVS-8000G on RTV SloveniaLOT B: ROUTER In LOT B must be offered:piece of ROUTER 3G/HD/SD video router will be part of S-3 equipment and will be used to route studio video signals and for monitoring purposes. Each router source must be possible to connect to any multiviewer with salvo command.Required configuration of the router, which must be offered:The router must be of a modular designdesigned for 3G/HD/SD-SDI signals with embeeded audio signals (at least 4 AES)at least 160 inputs expandable to 256 inputsAutomatic input cable equalization for 140m of Belden 1694A or equivalent cable must be build inside the video router for transport of 3Gb/s signal.at least 160 outputs expandable to 256 outputs256 x 256 crosspointsredundant power supply and ventilation built in the router, load sharing between main and redundant is requested during normal operation2RU fan unit to draw intake cold air from the front of the frame is requiredx/y hardware control panels with scroll button for quick sources and destinations finding - 2 piecesmultidestination control panel for at least 16 destinations with 8 status displays for instant overview of the selected sources on 8 destinations - 2 pieceshardware control panel for one destination with at least 50 buttons, button per source type - 3 piecesSW control panel package (at least 3 types) - 1 pieceoperating manual, paper and CD versionmaintenance manual, paper and CD versionMinimal routing technical specification:The housing of the SD/HDI video router have to be prepared for the signals up to 3Gb/s and have to accept multi-format boards : SD-SDI, ASI, HD-SDI, 3G-SDIThe modules for routing SD-SDI and HD-SDI signals with data rate up to 3 Gb/s at minimum are requiredRouter has to ensure the switch in the 6th line of the video signal in accordance to reccomendation SMPTE RP 168. Synchronisation of the switches has to be done by PAL black/burst signal. Redundant power supply module and redundant fans have to be build in inside the video router housing. Fans as well as power supplies should share the load and there should be at least 50% overhead in it. Any failure needs to be detected and has to cause the alarm as LED indication, as a contact closure, as an SNMP trap and on a build-in web-server. Auto-sense of SD-SDI/HD-SDI/3G-SDI input signals is required and therefore selects the best input equalization; it must have at least 100m cable run at 3G (at Belden 1694 cable). Boards must be installed in the housing from the front side. They must be hot swapable.Router has to include the diagnostic system for quick fault finding. SNMP-based monitoring is requested as well as build-in web-serverThe control system must have full redundant configuration (build in spare control board (s) and power supply or double control system with outo switch over in the case of failure on hot control system)The control solution must support protocol for comunication with Kaleido UMD Connectors of video INPUTS and OUTPUTS must of standard BNC type. Alarm notification/status is requestedxy, multi-destination (at least 16) and SW control panels must control multi-layers and levels Router must be controled with already existing Jupiter control system and Jupiter control panels, which we already use in neighburing studios (at production of similar program like elections and automation planned in near future)The bidder has to guarrantie the availability of the spare boards for minimum five (5) years after the deliveryThe commissioning of the system with accommodation, daily allowances and travelling expenses included for an vendor engineer must be also offered like or equivalent to Trinix NXTLOT C: V/A PRODUCTION SERVER In LOT C must be offered:piece of V/A server for video switcher Server for video switcher must fulfil the following requirements:HD/SD fill and key playout serverSupported HD resolutions: 1080i 50Hz; 720p 50HzSeamless integration with switcher (RS422 VDCP connection or Ethernet VDCP connection)Instant (without any delay) recall and playback of video clips and graphics Imports most graphic file formatsCombined high performance solid state storage for instant playout (at least 2 x 128GB) and high capacity disk for intermediate storage (at least 400GB)Uncompressed HD, graphics playout must be allowedVideo and audio can be independently played out once, as a loop or nested loopDifferent media formats (at least fill&key Targa, Tiff sequences, MXF video files with codec AVC-Intra 100 and DN x HD, avdio files as WAV files of 16-bit depth, 48 KHz from 2-16 channels) can be imported from the built-in DVD drive, from an external USB or eSATA hard drive and from the network through the GigE ports of the ServerThe server is also able to handle audio files, which can either wrapped in media file or we can associate video file with audio file manually; once associated the files can play once, as a loop or in a nested loopConnectivity:IT: 2x Gigabit Ethernet ports with jumbo frame support, 3x USB + 1x eSATA Video I/O: 2 x HD/SD SDI outputs (Key + Fill) with embedded audio, 1 x Reference input (BB or Tri-level)like or equivalent to EVS GX serverLOT D: STUDIO MONITORS In LOT D must be offered:37 pieces of 24” studio monitors 3 pieces of 37” studio monitors 1 piece controler for 24” and 37” monitors pieces of 20” studio monitors24” STUDIO MONITORS colour temperature of the picture on the screen must be 6500K .the diagonal of viewable area must be 24“the angle of view (H/V) must be at least 178/178 or moremonitor must have at least 1920 x 1200 pixels monitor must have aspect ratio of the screen 16:10 and it must be capable to display geometrically unimpaired picture with aspect ratio 4:3 and 16:9monitor must have the possibility to use different markers (centre, safety cone and aspect) In information area it must be possible to display IMD, tally (three LED tallies in different colours), TC (which is embedeed in video signal), audio presence indicatormonitor must have 3G/HD/SD-SDI input (1080p50,1080i25 and 720p50)must have RS-422 / RS-485 with loop-through port or Ethernet port (RJ-45) for control communication and for UMD/tally must support at least TSL protocol for UMD/tally control must have less then 1 frame picture latency must have brightness of at least 400cd/m?must have contrast ratio at least 1000:1It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement) It must be possible to be powered by AC must be powered by noiseless power supply2 pieces of service manuals must be delivered for each type of monitorlike or equivalent to V-R241-IMD-3G37” STUDIO MONITORS colour temperature of the picture on the screen must be 6500K (D65).the diagonal of viewable area must be 37“ or morethe angle of view (H/V) must be at least 178/178 or moremonitor must have at least 1920 x 1200 pixels monitor must have aspect ratio of the screen 16:10, but it must be capable to displaygeometrical no distorted picture with aspect ratio 4:3 and 16:9monitor must have the possibility to use different markers (centre, safety cone and aspect) in the information area it must be possible to display UMD, tally (three LED tallies in different colours), TC (which is embedeed in video signal), audio presence indicatormonitor must have HD/SD-SDI input (1080i25 and 720p50)must have RS-422 / RS-485 with loop-through port or Ethernet port for control communication and for UMD/tallymust support at least TSL protocol for UMD/tally control must have pixel-to-pixel mode must have less then 1.5 frame picture latency must have brightness of at least 550cd/m?must have contrast ratio at least 800:1It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)must be possible to be powered by AC must be powered by noiseless power supply2 pieces of service manuals must be delivered for each type of monitorlike or equivalent to V-R371-IMD-HDSDIControl unit for 24” and 37” monitors from items 3.3.4.1 in 3.3.4.2must be capable of complete control of each monitor's menu settings (each monitor is identified by it`s ID) and adjustmentsmust be capable to send global commands to affect all monitors in a video walll must be capable to accepts and transmits TSL v4.0 protocol commands, while maintaining full remote control of the monitors settings and adjustmentsmust be capable to operate with a built-in web interface via a standard TCP/IP network, no special application or additional software is needed other than a standard web browsermust have connector 1 x RJ12 – RS-485 input connection for 3rd party?IMD/Tally controller, at least 4 x RJ12 – RS-485 output ports to connect to?Marshall Monitors 1 x RJ45 physical layer 10BASE-T or 100BASE-T ethernetlike or equivalent to NCB-20103.3.4.4.20” STUDIO MONITORS colour temperature of the picture on the screen must be 6500K (D65)the diagonal of viewable area must be 20“the angle of view (H/V) must be at least 178/178 or moremonitor must have at least 1680 x 1050 pixels monitor must have aspect ratio of the screen 16:10 or 16:9 and it must be capable to display geometrically unimpaired picture with aspect ratio 4:3 and 16:9monitor must have the possibility to use different markers (centre, safety cone and aspect) In information area it must be possible to display IMD, tally (three LED tallies in different colours), TC (which is embedeed in video signal), audio presence indicatormonitor must have HD/SD-SDI input (1080i25 and 720p50)must have RS-422 / RS-485 with loop-through port for control communication and for UMD/tallymust support at least TSL protocol for UMD/tally controlmust have less then 1 frame picture latency must have brightness of at least 300cd/m?must have contrast ratio at least 800:1It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)must be possible to be powered by AC must be powered by noiseless power supply2 pieces of service manuals must be delivered for each type of monitorlike or equivalent to V-R201-IMD-TE????????????????LOT E: REFERENCE MONITORSIn LOT E must be offered:2 piecesreference monitor2 piecesprofesional monitorReference monitor must be OLED panel with the following specifications:Colour temperature of the picture on the screen must be 6500K (D65)Monitor must have 3G/HD/SD-SDI input (at least 2) with loop throughThe diagonal of viewable area must be at least 16,5” or moreThe wide angle of view (H and V) must be at least 178 or moreMonitor must have at least 1920 x 1080 pixelsIt must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement) The display driver must be at least 10 bit RGBIt must have colour gamouts according to SMPTE-C, EBU, ITU-R BT.709Monitor must be possible to genlock to external PAL video signal Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3 and 16:9 Monitor must have the possibility to use different markers (centre, safety cone and aspect) Monitor must have built in speakers for monitoring audioMonitor must be capable to display SD (576i50) picture and also HD picture (720p50,1080i50 and 1080p50)The monitor must be capable to display two pictures from A and B inputs side by side The monitor must be capable to capture and store the picture from HD-SDI input to memory cardMonitor must be capable to magnify the picture up to 800%It must be capable to make automatic colour temperature adjustment if we connect it to a Colour analyzer like Minolta, DK, X-ray etc.Monitor must have HDMI input Monitor must be capable to build in 19” rack and rack mount kit must be offeredThe height of a monitor must be maximum 6 RUlike or equivalent to BVM-F170AProfessional monitor must be OLED panel with the following specifications:Colour temperature of the picture on the screen must be 6500K (D65)Monitor must have 3G/HD/SD-SDI input (at least 2) with loop throughThe diagonal of viewable area must be at least 24,5” or moreThe wide angle of view (H and V) must be at least 178 or moreMonitor must have at least 1920 x 1080 pixelsIt must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement) The display driver must be at least 10 bit RGBIt must have colour gamouts according to SMPTE-C, EBU, ITU-R BT.709Monitor must be possible to genlock to external PAL video signal Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3 and 16:9 Monitor must have the possibility to use different markers (centre, safety cone and aspect) Monitor must have built in speakers for monitoring audioMonitor must be capable to display SD (576i50) picture and also HD picture (720p50,1080i50 and 1080p50)It must be capable to make automatic colour temperature adjustment if we connect it to a Colour analyzer like Minolta, DK, X-ray etc.Monitor must have HDMI input like or equivalent to PVM-2541ALOT F: MEASURING instrumentsIn LOT F must be offered:1 piece of measuring instrument type 1 1 piece of measuring instrument type 2 1 piece of measuring instrument type 3 Measuring instrument type 1Technical requirements for V/A measuring instrument:Video input/output:4 avtodetecting HD/SD-SDI inputsit must support 625/50, 1080i/50type of connector: standard BNCinput EQ: - 270 Mb/s: 210 meters of 1694A, - 1.485 Gb/s: 200 meters of 1694Areturn loss: ≤-15 dB 5MHz to 1.485 GHzoutput: SDI and must follow the selected input Reference inputIt must support passive loopingIt must supports PAL video and tri-level signalstype of connector: standard BNCMeasuring modes (can be viewed in any quadrant of display and each can be seen full screen):Waveform (Composite, YCBCR or RGB, parade/overlay formats, Sweep Time Base 1H or 2H, with x1, x5 and x10 horizontal magnification, 1V or 2V with x1, x5 and x10 horizontal magnification, Waveform Accuracy (vertical ) ±0.5%)Vector (CB vs. CR for HD and SD)Gamut (Encoded or RGB Gamut displays)AudioPicture Audio measuring mode must allow:View and measure up to 16-channel embedded AES/EBU (audio level bar monitoring (True peak, PPM type 1, PPM type 2, BBC PPM) ?and flexible Lissajous display)Audio Loudness monitoring to ITU-R BS.1770-3/1771, EBU?R?128, and ATSC?A/85 recommendationsDimensions and power Max height: 3 RUMax. width: two such units must be possible to mount in 19 rackMax. Depth: 30 cmAllowed power supplay must be 100 to 240 VAC, 50/60 Hzlike or equivalent to WFM5200 with option?AUD and LOUDMeasuring instrument type 2Technical requirements for V/A measuring instrument:Video input/output:4 avtodetecting HD/SD-SDI inputsit must support 625/50, 1080i/50type of connector: standard BNCinput EQ: - 270 Mb/s: 210 meters of 1694A, - 1.485 Gb/s: 200 meters of 1694Areturn loss: ≤-15 dB 5MHz to 1.485 GHzoutput: SDI and must follow the selected input Reference inputIt must support passive loopingIt must supports PAL video and tri-level signalstype of connector: standard BNCMeasuring modes (can be viewed in any quadrant of display and each can be seen full screen):Waveform (Composite, YCBCR or RGB, parade/overlay formats, Sweep Time Base 1H or 2H, with x1, x5 and x10 horizontal magnification, 1V or 2V with x1, x5 and x10 horizontal magnification, Waveform Accuracy (vertical ) ±0.5%)Vector (CB vs. CR for HD and SD)Gamut (Encoded or RGB Gamut displays)picture Dimensions and power Max height: 3 RUMax. width: two such units must be possible to mount in 19 rackMax. Depth: 30 cmAllowed power supply must be 100 to 240 VAC, 50/60 Hzlike or equivalent to WFM5200Measuring instrument type 3Technical requirements for V/A measuring instrument:Video input/output:4 autodetecting 3G/HD/SD-SDI inputsit must support 625/50, 1080i/50it must support 3G signals formatstype of connector: standard BNCinput EQ: - 270 Mb/s: 210 meters of 1694A, - 1.485 Gb/s: 200 meters of 1694Areturn loss: ≤-15 dB 5MHz to 1.485 GHzoutput: SDI and must follow the selected input Reference inputIt must support passive loopingIt must supports PAL video and tri-level signalstype of connector: standard BNCMeasuring modes (can be viewed in any quadrant of display and each can be seen full screen):Waveform (Composite, YCBCR or RGB, parade/overlay formats, Sweep Time Base 1H or 2H, with x1, x5 and x10 horizontal magnification, 1V or 2V with x1, x5 and x10 horizontal magnification, Waveform Accuracy (vertical ) ±0.5%)Vector (CB vs. CR for HD and SD)Gamut (Encoded or RGB Gamut displays)AudioPicture Ancillary data monitoring Signal generation:Must generate 3G/HD/SD-SDI color bars and pathological signalsAudio measuring mode must allow:View and measure up to 16-channel embedded AES/EBU (audio level bar monitoring (True peak, PPM type 1, PPM type 2, BBC PPM) ?and flexible Lissajous display)Audio Loudness monitoring to ITU-R BS.1770-3/1771, EBU?R?128, and ATSC?A/85 recommendationsDimensions and power Max height: 3 RUMax. width: two such units must be possible to mount in 19 rackMax. Depth: 30 cmAllowed power supply must be 100 to 240 VAC, 50/60 HzMust include battery power supply with V – Mount type batteryMust include portable cabinetlike or equivalent to WFM5200 with option?3G, GEN, DATA, AUD and LOUDLOT G: Modular equipmentSpecification table:DescriptionQty.sample model or equivalent13G dual channel SDI/ASI distribution amplifier35D VD 582021<8 Analog video/Sync distribution amplifier10D VA 5718L3Dual analog video distribution amplifier2D VA 5724L43G triple 1<2 SDI distribution amplifier3D VD 58305Down converter with analog video and audio outputs2C DX 56246Analog V/A to SDI embeded converter5C MX 511073G 16 channel audio embedder/de-embedder13P DM 5288D83G dual FS withup, down, cross converter, audio processing3P VD 5840D type19Dual AES audio distribution amplifier5D AD 5220S10Analog audio distribution amplifier3D AA 532011remote control panel1R CP 5000123G SDI/ASI distribution amplifier 1<82D VD 581013SD/HD analog sync distribution 1<161D VA 5760-L14Dual analog audio to AES converter4CAD 5320D15Dual AES to Analog Audio Converter4CDA 5220D16Redundant power supply for frame8R PS 5012172RU frame8R FR 501218Controller card for frame8R CT 5031/10/2119user control SW1user control SW20SNMP control SW1SNMP contr. SW21user and service manual for all offered equipment2Detailed technical requirements3G/HD/SD Distribution amplifier 1x 1<8 or 2x 1<4 must have:Input cable compensation:270 Mb/s: 250 m cable type Belden 8281, 1.485 Gb/s: 140 m cable type Belden 1694A2.97 Gb/s: 80 m cable type Belden 1694A Return loss: > 15dB (1.485 Gb/s), > 10dB (2.97Gb/s)Jitter: 2,96GHz < 0.3UI 3Gbps/HD/SD input with automatic detection of input video standardOne or dual channel mode, distribution of one input signal to 8 outputs or 2 input signals to 4 outputs eachUser selection of reclocking or non-reclocking modeIn non-reclocking mode transparent distribution of any data stream from 15Mbps to 3Gbps must be possibleRemote control, status monitoring and error logging by control system. SNMP error reporting is also required.Analog Sync Distribution amplifier 1<8 must have1 input SDTV/HDTV analog video/ three level or bi level sync with loop through outputAdjustable equalization to 200m SDTV or 100M HDTV for Belden 8281 cableAdjustable gain -3,2dB to+3,6 dBInput clamping ON/OFFReturn loss on output: 46,5dB dB to 10MHzDistribution of 1 signal to eight signal, in studio 2 four pieces of distribution 1<8 outputs can be replaced with two pieces of 1<16 outputs, if the same offered spare module can be used for replace of faulty 1<8 and 1<16 moduleRemote control, status monitoring and error logging by control system. SNMP error reporting is also required.Analog Distribution amplifier 2x 1<4 must have2 input SDTV/HDTV analog video/ three level or bi level sync Adjustable equalization to 200m SDTV or 100M HDTV for Belden 8281 cableAdjustable gain -3,2dB to +3,6 dBInput clamping ON/OFFReturn loss on output: 46,5dB dB do 10MHzDistribution of 2 different input signals, each input to four outputs Remote control, status monitoring and error logging by control system. SNMP error reporting is also required.3G/HD/SD Distribution amplifier 3x 1<2 must haveInput cable compensation:270 Mb/s: 250 m cable type Belden 8281, 1.485 Gb/s: 140 m cable type Belden 1694A2.97 Gb/s: 80 m cable type Belden 1694A Return loss: > 15dB (1.485 Gb/s), > 10dB (2.97Gb/s)Jitter: 2,96GHz < 0.3UI 3Gbps/HD/SD input with automatic detection of input video standardThree channel mode, distribution of three different input signals, each input to two outputs User selection of reclocking or non-reclocking modeIn non-reclocking mode transparent distribution of any data stream from 15Mbps to 3Gbps must be possibleRemote control, status monitoring and error logging by Control system. SNMP error reporting is also required.HD > SD down converter with analog and digital outputs must have HD down converter and de-embedder which provides audio (AA and AES) and SDTV video outputs (1x composite PAL and 2x SD-SDI). a choice of output formats of either 16:9 Letterbox, 4:3 Stretch to Fill or 4:3 Center Cut.709>601 Color Space Conversionaudio signals are de-embedded and delayed to match video processing and re-embedded into converted outputsAdjustable Horizontal Aperture Corrector for converted outputsPasses any embedded DolbyE streams transparently to converted outputsFull video processing for analog video outputs (Luma gain / U gain / V gain / Black level / Sharpness/ Hue). Full Audio processing for analog audio outputs providing (Left + Right channel swap / mute and de-emphasis, adjustable left and right audio gain levels)Remote control, status monitoring and error logging by Control system. SNMP error reporting is also required.Analog video/audio converter to SDI with embeder must have high quality 12 bit A-D conversion with 54Mhz sampling, a 5-line adaptive comb decoder and a choice of CVBS composite, Y.Cr.Cb or YC component analog inputs, integrated proc amp providing adjustable video gain, saturation, hue and pedestal2 x analog audio stereo pair inputs 24-bits audio conversionAdjustable audio gain +/- 3dB from full scale rangeAudio embedder2x SDI outputs with embedded audio2x balanced AES digital outputsInternal video and audio test signals Remote control, status monitoring and error logging by Control system. SNMP error reporting is also required.3G/HD/SD Embedder/Dembedder must have:16 channel (8xAES) embedder or de-embedder, user switcablein embedder mode 16 channels of external audio are passed through selectable sample rate converters (SRC) and into the audio processing stage adjustable gain, phase invert and mute functions are required in audio processing stage for each of the 32 channels (16 deembedded and 16 external) 32 x 32 mono output matrix for embedder and external audio channel assignment balanced AES audio connectivity is required, transformer coupled (isolated) audio inputs and outputs is required, DolbyE Transparency is requiredRemote control, status monitoring and error logging by Control system. SNMP error reporting is also required.UP/DOWN/CROSS converter with framestore must have: 2x 3Gbps/HD/SD input, modul must include two channelos of signal processing. If the bidder has not 2-channel modules with described functionality, he has to offer two times more pieces of modules as demanded in the specification tableAnalog tri-level or bi-level (black) reference sync (auto-detect) cross lock compatible 2 channel framestore synchronizing2 channel advanced aspect ratio converter2 channel noise reduction2 channel advanced up/down/cross converter4x SDI outputs independent user mappable to any internal resourceEach output has independent 10 bit digital video processing providing:Adjustable level, saturation, black level and hue Adjustable aperture correctionColor space conversionIntegral test pattern generator with multiple testsAdjustable output timing delay (3 frames)High quality format conversion with letterbox / pillarbox and stretch to fill presets as well as user adjustable sizingAFD/Closed Caption/Timecode and WSS supportAll audio (16 mono channels) is de-embedded from the SDI inputs, processed and embedded again to video signal (audio and video must by in sync at the output)8 x external AES inputs and outputs (transformer isolated), 48 channel audio processingAudio processing includes gain / mute, and invert plus stereo mixdown with overload and silence detection, phase adjustment4 DolbyE synchronizers to maintain guard band alignmentNo pops and clicks in audio even when frames are dropped/addedAudio is delayed to track the video synchronizer automaticallyMust pass all ancillary data in HANC and VANC blanking Must provide a later upgrade to fiber optical connectorsStore 7 module presets and switch between four with GPIRemote control, status monitoring and error logging by Control system. SNMP error reporting is also required.Dual AES audio distribution amplifier must haveOne or dual channel mode, distribution of one AES input signal to 8 outputs or 2 different AES input signals to 4 outputs eachInput presence detectionSample rates between 32kHz and 108KHz, independent for each input channelFully isolated transformer coupled inputs and outputsMicroprocessor controlled with internal flash ram for storing configurationBack plate with screw terminal, single jack Weco connectors for balanced AES inputs and outputs Remote control, status monitoring and error logging by Control system. SNMP error reporting is also required.Dual analog audio distribution amplifier must haveOne or dual channel mode, distribution of one mono input signal to 8 outputs or 2 different stereo input signals to 4 outputs eachInput presence detectionIndependently adjustable gain for each input channelMicroprocessor controlled with internal flash ram for storing configurationBack plate with screw terminal, single jack Weco connectors for balanced analog audio inputs and outputsRemote control, status monitoring and error logging by Control system. SNMP error reporting is also required.Remote control panel must haveStandard 19’’ rack mount type, 1RU highDisplay and set-up of all module parametersProgrammable possibility of limited access to the parameter adjustmentsFour user programmable buttons for quick access to chosen functionsFour rotary control buttonsFour push buttons for navigationSerial (RJ45) and LAN (RJ45, 100BaseT) connectivityPanel upgrades / configuration / maintenance via standard PC browser interface3G SDI/ASI distribution amplifier 1<8 must haveInput cable compensation:270 Mb/s: 250 m cable type Belden 8281, 1.485 Gb/s: 140 m cable type Belden 1694A2.97 Gb/s: 80 m cable type Belden 1694A Return loss: > 15dB (1.485 Gb/s), > 10dB (2.97Gb/s)Jitter: 2,96GHz < 0.3UI 3Gbps/HD/SD input with automatic detection of input video standard.One channel mode only, distribution of one input signal to 8 outputs User selection of reclocking or non-reclocking modeIn non-reclocking mode transparent distribution of any data stream from 15Mbps to 3Gbps must be possibleRemote control, status monitoring and error logging by control system. SNMP error reporting is also required.SD/HD analog Video/Sync distribution 1<16 must have1 input SDTV/HDTV analog video/ three level sync with loop through outputAdjustable equalization to 200m SDTV or 100M HDTV for Belden 8281 cableAdjustable gain -3dB to+3 dBInput clamping ON/OFFSelectable AC or DC coupled differential inputsReturn loss on output: 40dB dB to 10MHzDistribution of 1 signal to 16 signalSignal to noise ratio must be at least 69dB to 17MHz (RMS noise/700mv, unweighted)Remote control, status monitoring and error logging by control system. SNMP error reporting is also required.Dual analog audio to AES converter must have2 separate channels of audio A/D conversionBalanced analog audio inputs2 AES outputswith oupt impendace of 110 ohmsAt least 24 bit conversionSelectable sample rates 32 KHz, 44.1 KHz, 48 KHz and 96 KHzTransformer coupled AES outputsNoise floor at least -90dBu (“A” weighted) or betterDistortion max. 0.002% (20Hz to 20KHz or lessFrequency Response +\- 0.2dB (20Hz to 20KHz) @ 48KHz sample rateAdjustable gain +/- 3dB Full scale range presets of 12,15,18,21 and 24dBuExternal AES reference, video reference (analog composite sync 525/625. 75 Ohm BNC connector) or internal clockRemote control, status monitoring and error logging by control system. SNMP error reporting is also requiredDual AES to Analog Audio Converter must have2 separate channels of AES D/A conversionTransformer coupled inputs (input impendace 110 ohms)Automatic detection of AES sample rates 32 KHz, 44.1 KHz, 48 KHz and 96 KHzBalanced analog audio outputs with adjustable gain +/- 3dB from 0dB full scale settingAt least 24 bit conversionNoise floor at least -90dBu (“A” weighted) or betterDistortion max. 0.002% (20Hz to 20KHz) or lessFrequency Response +\- 0.2dB (20Hz to 20KHz) @ 48KHz sample rateAdjustable gain +/- 3dB Full scale range presets of 12,15,18,21 and 24dBuExternal AES reference, video reference (analog composite sync 525/625. 75 Ohm BNC connector) or internal clockRemote control, status monitoring and error logging by control system. SNMP error reporting is also requiredAdditional technical specifications:Frames must have redundant power supply (both are working all the time at around 40%, if one broke, the second supply all necessary power).Mixed audio/video/3G/HDTV/SDTV modules should be in the same frame. All modules must operate in the same type of universal framesAll frames must be cooled by exhausting the cool air from the front side of the frame.All modules, where it is required in the specification table, must be capable of processing 3G-SDI signalsAll video inputs and outputs must have impedance of 75 ΩFor every card adequate rear panel (back panel) must be hot swappableAll modules must be hot swappable.Every frame should have controller card and Ethernet based remote control interface with software for set up parameters of the board and SW for monitoring status and error reporting of the card at least SNMP error reportingAll modules must be produced by the same companyQuantity and type of the modules are specified in the specification tableEach frame must allow that built in modules are set up and monitored through LAN (Ethernet) port (RJ-45) Set up of parameters of each module must be allowed also locally without LAN (Ethernet) connection Minimum 10 or more bits processing of SDI video signals is required Audio converters must be realized with minimum 24 or more bits A/D conversionAudio modules must have symmetrical audio connectors with impedance of 110 Ohms For module control the PC based control system must be offeredThe offered seria of modules must include besides the module types defined in the specification table also the audio delay lines , SDI electrical to fibre transceiver, passive fiber multiplexers/demultiplexers and splittersLOT H: Blue/green chroma keyerIn LOT H must be offered multi-definition HD/SD combined video image compositing (blue/green screen chroma keyer) devices: 3 pieces of blue/green screen chroma keyer (delivery time max. 60 days after signing a contract) 1 piece of control panel (delivery time max. 60 days after signing a contract)Technical requirements for multi-definition HD/SD video image compositing (blue/green screen chroma keyer) device - video inputs must conform toSMPTE 292M - 4 x SD/HD SDI inputs with active loop outputs: - dual link 4:4:4.4 GBRA inputs option - foreground: 4:2:2 - user selectable - background: 4:2:2 - user selectable - layer: 4:2:2 - user selectable - matte (alpha channel) input 1: 4:0:0/4:4 - user selectable - matte (alpha channel) input 2: 4:0:0/4:4 - user selectable- reference: fixed - input 1 - bandwidth limitation artifacts correction for 4:2:2 (Y.Cb,Cr) signals- noise reduction for the Blue channel of images- video input capture range: +/- 0.5H max relative to reference (IN 1) video timing - adjustable input video delay: input 1 and input 2 up to 7 frames each- video otputs must conform to SMPTE 292M- 4 x SD/HD SDI outputs: - dual link 4:4:4.4 GBRA inputs option - 2 x FG + BG (4:2:2/4:0:0) - 1 x matte out (4:0:0) - 1 x monitor out (4:2:2/4:0:0)- bandwidth limitation artifacts correction for 4:2:2 (Y,Cb,Cr) signals- audio and data: all outputs must include embedded audio and ancillary data from input 1 - remote control RS232/485 @ ethernet data portsAdditional technical requirements:- extended range matte controls to overcome foreground and wardrobe conflicts - user adjustable foreground delay to compensate for virtual set render times - matte correction and sizing for targeted correction of overdense transitions - clean up shrink and blur - flare suppression controls - direct ambience control allows background to affect color and brightness of foreground - indirect ambience control allows background to affect color and brightness of foreground in subtle ways - foreground and background color controls: - white levels: master and R, G, B - black levels: master and R, G, B - contrast levels: master and R, G, B - saturation levels: master and R, G, B - two external matte inputs and internal Windows allow for sophisticated combinations of garbage mattes, layering mattes, holdout mattes and the new clean up garbage matte - clean up garbage matte that allows for variable clean up versus global clean up - monitor output can be switched without affecting FG+BG out and can also be set to mirror for use as a talent monitor - layering with correct transparency levelslike or equivalent to Ultimatte-11 Deluxe with remote control panel Ultimatte Smart Remote 3 LOT I: CAMERASIn LOT I must be offered:4 pieces of camera The bid must comprises parts which are specified in the following table:ItemDescriptionQty1Camera head with 3x2/3’’ CCD sensors42Fiber adapter43Wireless adapter447’’ HD 16:9 OLED viewfinder or bigger (LCD is not allowed) 45Camera control unit 46Remote control unit47Tripod adapter48Headset double muff-XLR549Headset single muff-XLR5410Rack (19’’) mounting kit for camera control unit211Operational manual for all items 212Maintenance manual for all items 213All necessary data cables to connect different parts of camera chain to each other except Hybrid Fiber Camera Cable – the distance between CCU and Remote control unit is 25 m4Technical requirementsCamera head:Camera head must includes three (3) 2/3” CCD sensors with at least 1920 x 1080 pikselsCamera must produce picture in the following resolutions: 720/50p and 1080/50i (it must have option (SW licence) to upgrade to 1080/50p)Camera must have 16 bit A/D conversion of the signal from sensorThe 16:9 picture format is requiredDepth of modulation must be at least 50% or more (at 27 MHz and standard lens)Sensitivity must be at least F11 / 2000lux/ 90% reflectivity of white surface Dynamic range must be at least 600% or more Signal to noise ratio on Y signal must be at least -60 dB or better ( with build in noise reducer it must be possible to achieve at least -64 dB)It must have Auto Lens Aberration Compensation (with horizontal and vertical compensation)It must have also 1080/100i mode of operation (double speed Acquisition)It must have 1Gbps Ethernet connection between camera head and camera control unit over hybrid camera cableIt must have build in Focus Assist FunctionsAt least two independent adjustments of skin tone contour must be enabledIt must be possible to use it with large lens adapterIt must be possible to control it with master control unitIt must have optical star filter and ND filters (at least CLEAR, 1/4ND, 1/16ND, 1/64ND)The temperature operating range must be from -20?C to + 45?CIt must have at least 1 MIC input with selectable phantom +48VIt must have robust MIC holderIt must be prepared for mounting a microphone with parabolic reflectorThe attached table TPC Form (Technical Parameters of Camera) must be filled in, signed and returned with the bid.Fiber adapter:Transfer of the video signal to the CCU must be enabled in component mode by Hybrid Fiber Camera Cable Cable.At least two (2) return channels must be enabled and one (1) telepromter channelIt must have at least three (3) video outputs: signal from the camera head, one for return channel and one for teleprompter return channel. It must have at least HD-SDI or HDMI output of camera head signal It must have DC output: 12V and allowed current of at least 1.5AAt least one (1) intercom channel must be enabled for technical and one (1) intercom channel for program communication.Connector for headset and loudness control for headset must be build inIt must have at least 2 MIC inputs with selectable phantom power +48V and selectable attenuatorTracker connector must be built inIt must be compatible with HDCU-1000/1500 CCUs, because cameras will be because of production requirements and in case of broken existing cameras, connected to such CCUsCamera control unit:It must include the following I/O:6 x HD-SDI outputs or more with embedded audio- 4 mono signals (BNC connector)1 x HD-SDI monitoring output (BNC connector)at least three (3) inputs for return signal (HD/SD-SDI signal - BNC connector)input for teleprompter signal (BNC connector)connector for 4W (four wire) intercom system (for program and technical communication)Synchronisation to PAL reference signal must be enabled Inputs (at least 2) for ON-AIR signalisation for camera head and control panel must be enabled Transfer of the video signal over Hybrid Fiber Camera Cable Cable in component mode must be enabledIt must support hybrid fibre cable length up to 2,500mIt must have input for remote audio level control of all camera MIC`s (preamplifiers gains)It must include Lemo type of Hybrid Fiber Camera Cable connectorRemote control panelIt must have joystick for iris adjustment It must allow adjustment of basic camera parameters and at least the following are required: iris, master black level, RGB gains and black levels, contour level, KNEE point and slope level, saturation of colour, storing and recalling of camera parameters, adjustments of skin contours, etc. It must allow joystick override function ( for preview)Communication between CCU and RCP must not be over EthernetIt must have ON-AIR indicationWireless camera system It must be based on COFDM transmission systemThe latency must be less then 2 frames (<80 ms)There must be possible to control camera parameters without wires from the receiver location (camera control unit) with the same remote control panel as we used it for other cameras from this tender documentation ON-AIR signalisation must be enabledFrom camera side one HD video and at least 2 audio signals of the highest broadcast quality must be transmittedRange of above transmitted signal must be at least 150 m, if there is a sight of view between camera and receiving antennasThe wireless camera adapter (transmitter part) must work in frequency range from 2.2 to 2.4 GHzThe wireless camera adapter must be integrated inside camera body. Any attachment of additional boxes in function of wireless camera dapter is not allowedThe above specified transmiting part must work with already existing Gigawave receiving system which consist of: MVL-HD3 HD Diversity low delay receive controller, Gigawave Dual Diversity Receiver Head, Gigawave Fan Beam Antenna. This because all 4 cameras will ocassionaly work with in OB Van build in receving systems - 4 receiving systems already exists and do not need to be offeredTechnical parameters of Studio camera (must be fulfilled by the Bidder)CAMERA TYPE:TRIAX ADAPTER TYPE:CAMERA CONTROL UNIT TYPE:REMOTE CONTROL PANEL:Manufacturer:Bidder:Technical ParameterValue1Sensor type"2number of pixels pixels3number of bits of A/D conversionbit4number of bits in digital signal processingbit5sensitivity at 2000 lux / 90% reflectivityF6dynamic range%7depth of modulation %8vertical smeardB9signal to noise ratiodB10number of independent skin tone contour adjustments11number of return channelslike HDC-2400/HDCU-2500 or equivalent LOT J: LENSESFor lenses under items 1 and 3 must be attached official documents from ORAD that data for zoom and focus directly from the lenses fulfil ORAD requirements about accuracy, stability and repeatedly to work in ORAD virtual set.The bid must comprises parts which are specified in the following table:ItemDescriptionPieces total2/3” HD ENG/EFP lenses12/3’’ HD lenses from focal length 4.6 or less to 60 mm or more with EXTENDER 2x and MACRO. It must have built in motors for ZOOM and FOCUS.12Digital ZOOM and FOCUS demands for lens under item 1132/3’’ HD lenses from focal length 6.3 or less to 101 mm or more with EXTENDER 2x and MACRO. It must have built in motors for ZOOM and FOCUS. Weight must be less then 2 Kg.34Digital ZOOM and FOCUS demands for lens under item 33LOT K: Audio equipment In LOT K must be offered:A1: Jingle player and recorderA2: Audio monitoring systemA3: Precision audio monitoring unitA4: SDI to MADI convertersA5: Audio patch panelsTechnical requirements:A1: Jingle player1Audio standalone jingle player and recorderlike or equivalent to EventDrive AV/plusComplete System1Technical specification for jingle player system:Software EventDrive AV/PLUS PlayoutPlayout of stereo oudio files, 16/24/32/Bit up to 196kHz via ASIO, MME and WDM drives, realtime samplerate corversion, 2 playlist, crossfade, autostart fuction, cue-on-paly, start-next, set marks, prelisten(PFL) of begin/croosing/end.polyphony and routing functions,prelisten and grabbing of audio CDs,selectable layout (skin), easy to use,consistency check and logging forreliable operation. controllable by remote keyboard EventCommander v2,Output of control events:MIDI (note on/off, control change, program change), MSC (MIDI show control),synchronisation of external systems via MTC,live mode (save mode), extendable through Add-On Licences,inclusive USB Protection DongleComputer system:High quality 19"-case with cooler- and temperaturecontrol,lockable, housing damping, sound absorbing,silent components,ASUS Main board, Intel Chipset, 4-core CPU Intel i7,GB RAM, RAID-0/1 Controller, Network 1 GBit/s,FireWire, USB 2.0500 GB System hard drive, S-ATA II, NCQ2 x 1500 GB for audio data, S-ATA II, NCQ, as RAID-1(mirrored), corresponds to nearly 1500 h linear audio instereo 48 kHz or nearly 12000 h audio MPEG1-L2/3, 256kBit/s, optional in mobile racks Dual-Head graphic board (for use of 2 screens) DVD burner card reader 7 in 1RME PCI/PCIe audio interface, RME HDSPe AES2x DVI outputWindows XP Professional Windows 7 PC keyboard, optical mouse2Remote control panellike or equivalent to Event Commander v2 -Remote Keyboard13Interface to GPI I/Olike or equivalent to EventDrive - Interface to GPI I/O(relay/opto-coupling)1A2: Audio monitoring system1Analog audio speaker systemlike or equivalent to Genelec 8020C2Technical specification for speakers:Two way active monitorAutomatically switching the monitor to standby, when no audio signal has been detectedAnalog audio input on XLR connectorLower cut-of frequency,-3 dB:<65HzUpper cut-of frequency,-3 dB:>21 kHzFree field frequency response of system is 66Hz-20kHz(+2.5 dB)Monitoring system must be magnetically shieldedMaximum short term sine wave acoustic output (at 1m): >96 dB SPLHarmonic distortion at 85 dB SPL (at 1m): Freq: 50...100 Hz < 3%; > 100 Hz < 0.5%Output power of bass ampl. with 8 Ohm load: 20 WTreble amplifier output power with 8 Ohm load: 20 WSignal to noise ratio(full output) >95 dBThermal protection for amplifiers must be includedOverload protection for amplifiers must be includedTreble tilt control operating range :0 to -2dB at 15kHz.Bass tilt control operating range in -2 dB steps:0 to -6 dB at 100Hz2Wallmount for speakers under No.4,5 like or equivalent to GENELEC 8000-402B4Wallmount must allow mounting on the wall with pan/tilt for the active two way monitor system under No. 4,5 3Floor stand for speaker under No. 1like or equivalent to Genelec 8000-425B24Audio speaker system production roomlike or equivalent to Genelec 8040 APM2Technical specification for speakers:Two way active monitorAutomatically switching the monitor to standby, when no audio signal has been detectedAnalog audio input on XLR connectorLower cut-of frequency,-3 dB:<45HzUpper cut-of frequency,-3 dB:>21 kHzFree field frequency response of system is 48Hz-20kHz(+2.5 dB)Monitoring system must be magnetically shieldedMaximum short term sine wave acoustic output (at 1m): >105 dB SPLHarmonic distortion at 90 dB SPL (at 1m): Freq: 50...100 Hz < 2%; > 100 Hz < 0.5%Output power of bass ampl. with 8 Ohm load: 90 WTreble amplifier output power with 8 Ohm load: 90 WSignal to noise ratio(full output) >100 dBThermal protection for amplifiers must be includedOverload protection for amplifiers must be includedTreble tilt control operating range :2 to -4dB at 15kHz.Bass tilt control operating range in -2 dB steps:0 to -6 dB at 100Hz5Audio speaker system for technical roomlike or equivalent to Genelec 8030APM2Technical specification for speakers:Two way active monitorAutomatically switching the monitor to standby, when no audio signal has been detectedAnalog audio input on XLR connectorLower cut-of frequency,-3 dB:<55HzUpper cut-of frequency,-3 dB:>21 kHzFree field frequency response of system is 58Hz-20kHz(+2.0 dB)Monitoring system must be magnetically shieldedMaximum short term sine wave acoustic output (at 1m): >100dB SPLHarmonic distortion at 90 dB SPL (at 1m): Freq: 50...100 Hz < 2%; > 100 Hz < 0.5%Output power of bass ampl. with 8 Ohm load: 40 WTreble amplifier output power with 8 Ohm load: 40 WSignal to noise ratio(full output) >100 dBThermal protection for amplifiers must be includedOverload protection for amplifiers must be includedTreble tilt control operating range :0 to -2dB at 15kHz.Bass tilt control operating range in -2 dB steps:0 to -6 dB at 100HzA3: Precision audio monitoring unit1Precision audio monitoring unitlike or equivalent to NEWBURY LSC-2E2Technical specification for monitoring unit:2 stereo analogue inputs2 digital AES inputs with sample rate conversion. 32K, 44.1K, 48K, 96K, 192K sample rates supported 2 SDI inputs, all 4 groups available with A12 / A34 switching2 reclocked SDI outputs (optional PAL output)Decoded line level balanced analogue outputElectronically latched and illuminated legendable input selection buttons?Cut, dim (-20dB), mono and phase reverse facilitiesRemote cut and dim control inputs?Electronically balanced inputs and outputsLeft, right, left cut, right cut available as no cost optionCustom facilities and enclosures availaFrequency response: 20-20.000Hz +0dB-0.3dBHeadroom: >20dBDA Converter: 24 Bit resolution >100dB Dynamic range Supports 32kHz, 44,1kHz,48kHz,96kHz and 192 kHz Sample ratesA4: SDI to MADI convertersPcs1SDI to MADI converterslike or equivalent to SAM 649Technical requirement and specification:Technical requirements:The audio interface must extract from video signal the audio signalsThe equipment must have a minimum of 4 SDI inputsThe interface must be in the housing size 19”Technical specification for audio interface for each video channel:SDI input, automatic detection of incoming video signal standard SD/HD/3GActive loop-through of each inputExtracted audio available on :32x AES-id - 37 pin DB MADI -64 Ch – optical ST Multimode and coaxSYNHRONISATION:External sync signal: AES3, video black-and-burst, WordclockWordclock and AES sing outSample frequency converter : SRC must be available on all inputsRedudantno – extra power supply??A5: Audio patch panelsPcs1Audio Patch Panelslike or equivalent to GHIELMETTI USF 2x32 AV 3/3 SA G673.114.020.014Technical specification for audio ptch panel:64 channels 3-pole19", 3 RU, anthracite plug-in connection128 solder lug connectors GAS 323 LA C64 normalling plugs4 designation strips 2 cable barSignal level: 0Hz<f<5MHz : -64dBu to+36dBuCrosstalk: 30Hz<f<30kHz : >115dBSwitch off attenuation: : 30Hz<f<30kHz : >115dBOperation voltage: 50V2Audio Patch Panelslike or equivalent to GHIELMETTI USF 1x32 AV 3/2 SA G673.114.014.013Technical specification for audio ptch panel:32 channels 3-pole19", 2 RU, anthracite plug-in connection64 solder lug connectors GAS 323 LA C32 normalling plugs2 designation strips 1 cable barSignal level: 0Hz<f<5MHz : -64dBu to+36dBuCrosstalk: 30Hz<f<30kHz : >115dBSwitch off attenuation: : 30Hz<f<30kHz : >115dBOperation voltage: 50V3Patch cordslike or equivalent to GHIELMETTI GMK 313/60 D black673.910.269.0020OTHER BUSINESSStart-up and final acceptance of separate lots: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 equipmentfunctionality of the equipmenthow stable the equipment is when operationalthe abolishment of eventual equipment errorsThe 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.After the final acceptance is successfully carried out, the protocol will be issued and signed by the Contracting Authority. Warranty and servicing:The minimal required warranty period for all the equipment is 12 months, except for Lots A, D, E, G and I, where the minimal required warranty period is 24 months. However, the Bidder may offer better conditions.It is requested that during the warranty period, which lasts at least 12 months or 24 months (for Lots A, D, E, G and I) after the final acceptance is completed, all errors are removed free of charge.Software upgrades must be provided free of charge.The ensured spare parts for the offered equipment must be available for 5 years after the final acceptance of the equipment. The Bidder must state contact person for technical support, location of technical support and response times in case of solving errors at the installed equipment.Education:After the delivery of the equipment and upon agreement with the Contracting Authority, the Bidder must provide operational and maintenance course/equipment start-up, in accordance with the requirements at the separate Lots.BID DOCUMENTATIONGeneral conditions for making bid documentationClarification to the tender documentationThe Bidder can demand clarifications to tender documentation in e-mail or written form only, using the attached form, at the latest 6 days prior to the term for acceptance of bids (- till 10.00 a.m. on 02 April, 2014); to the e-mail address: javna.narocila@rtvslo.si or fax no. + 386 1 475 2186. Questions, not asked on the prescribed form, will not be answered.Questions and answers shall be published on web side: rtvslo.si/razpisi, on sub-page JAVNA NARO?ILA - PUBLIC PROCUREMENT under the mark Javno naro?ilo JN-B0628.LanguageBids have to be made in Slovenian or in English language.MarkingPages of bid documentation must be numbered and bound with string so it is not possible to add pages. Data which will be righteously marked as confidential by the Bidder will be used only for the purposes of this public tender and will not be accessible to anyone except persons which are included in this public tender. These data will not be read on public opening of the Bids nor will they be read afterwards. Persons, included in this public tender as well as the Contracting Authority will be responsible for protection of these data.The Bidder can mark data as confidential only if they include personal data which are not included in other public register nor otherwise acceptable to public. The Bidder can also mark as confidential business information which are marked as confidential either with regulations or internal acts of the Bidder.The Contracting Authority will treat as confidential all data in bid documentation which will be in right upper corner marked as "CONFIDENTIAL" with large capital letters. Under this inscription there should be signature of the Bidder's official representative or authorized person. If only part of the document is confidential, the confidential part should be underlined with red colour and in the same line marked "CONFIDENTIAL" at the right edge.The Contracting Authority will not be responsible for confidentiality of the data if these data are not marked as stated above.The Contracting Authority will summon the Bidder to withdraw the confidential mark if the data is unjustified marked as confidential. The confidential mark can be withdrawn by the Bidder's official representative or authorized person writing "CANCELLATION" above the confidential mark. He must also write time and date of this cancellation and sign it.In the case of a Bidder not withdrawing the confidential mark in the time, determined by Contracting Authority, the Contracting Authority will reject the complete bid. Contents of a bidThe Bidders can submit their bids for the equipment, required in the tender documentation:for all the required equipment for equipment according to single or several Lots, wherein all the equipment, stated in the single Lot, has to be offered.Alternative bids and variant bidsAlternative bids and variant bids are not allowed.Form of a bidThe Bidder is not allowed to change or correct the text of the forms that represent the constituent part of the Tender documentation and had been prepared and already filled in by the Contracting Authority. Valid is the Tender documentation and forms (as well as eventual answers, changes and amendments of tender documentation), published on the Contracting Authority’s web-site. In case the Contracting Authority establishes the Bidder has changed the text of the forms (or eventual answers, changes and amendments), defined by the Contracting Authority, such bid will be excluded from the further public procurement process.If from the technical reasons the particular form is made or fulfilled in another way (for example, by computer), the content and meaning of the text must comply with the Contracting Authority’s requirements of this Tender documentation.Validity of the bidsBids must be valid till 23 June, 2014, otherwise they will be rejected. In exceptional circumstances the Contracting Authority can demand from the Bidder to extend the validity of the bid for a certain period of time. The Contracting Authority's demand and the Bidder's replies must be in written form. The Bidder can refuse the Contracting Authority's demand. In case the Bidder complies with the demand, the Contracting Authority shall ask for the bid extension and eventually for the extension of the validity of the Warranty for the seriousness of the bid. All other conditions of the bid shall remain the same.Documents in the bidsThe bid documentation must contain the following documents, sorted in the following order:Data on Bidder and Bid Contents of the bid documentationForm ?Declaration on acceptance of the public tender conditions? Form of an OFFER that has to contain:Prices:Prices must be expressed in EUR, on DDP basis, delivered to the warehouse of the Contracting Authority in Ljubljana (in accord. with INCOTERMS 2010); without VAT. The allowed discounts must be shown separately.The prices must be fixed for the period of the Contract duration. Obligatory payment conditions:The Contracting Authority will perform the payments under the following conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank warranty or any other instrument for insurance of the retained payments.Delivery date: Lots I and J - within 40 days after the beginning of the Contract validity, at the latest,All the other Lots - within 60 days after the beginning of the Contract validity, at the latest.Proforma Invoice Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” – for a legal entityA Bidder with the registered office in the Republic of Slovenia must submit the signed statement. The Bidder may submit official documents as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.Pursuant to the sixth paragraph of Article 41 and fifth paragraph of Article 42 of ZJN-2-UPB5 the Bidder with the registered office in the Republic of Slovenia may, instead of providing evidence, authorize the Contracting Authority to obtain the official evidence from the criminal record by itself. In such case, the Bidder must attach to the bid also:- the authorisation for the Contracting Authority to obtain the evidence from the criminal record by itself,- fulfilled claim of Ministry of Justice - for the data from the criminal record for legal entities A Bidder with the registered office outside the Republic of Slovenia must submit the signed statement. The Bidder must also submit official documents from its country as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.If the country of the Bidder with the registered office outside the Republic of Slovenia does not issue such documents, the Contracting Authority may (pursuant to the sixth paragraph of Article 42 of ZJN-2-UPB5) accept a sworn statement of witnesses or a sworn statement of the Bidder instead of official documents from its country. In such case, the Bidder must make the above statement before a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country of their registered office.Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” – for a legal representativeIf the Bidder has more than one legal representative, he must enclose “Bidder's Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” for each of them.A Bidder with the registered office in the Republic of Slovenia must submit the signed statement. The Bidder may submit official documents as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.Pursuant to the sixth paragraph of Article 41 and fifth paragraph of Article 42 of ZJN-2-UPB5 the Bidder with the registered office in the Republic of Slovenia may, instead of providing evidence, authorize the Contracting Authority to obtain the official evidence from the criminal record by itself. In such case, the Bidder must attach to the bid also:- the authorisation for the Contracting Authority to obtain the evidence from the criminal record by itself,- fulfilled claim of Ministry of Justice - for the data from the criminal record for natural personsA Bidder with the registered office outside the Republic of Slovenia must submit the signed statement. The Bidder must also submit official documents from its country as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.If the country of the Bidder with the registered office outside the Republic of Slovenia does not issue such documents, the Contracting Authority may (pursuant to the sixth paragraph of Article 42 of ZJN-2-UPB5) accept a sworn statement of witnesses or a sworn statement of the Bidder instead of official documents from its country. In such case, the Bidder must make the above statement before a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country of their registered office.Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2-UPB5”Form “Bidder’s statements, given under criminal and material liability”Bank Certificate of solvency The Bidder must enclose Bank Certificate of solvency, showing the Bidder’s account has not been blocked within the last six months. On the date of opening of the bids, this Certificate must not be older than one month. If the Bidder has several accounts, he must enclose Bank Certificate of solvency for all accounts.The document (under item 4.2.10) may also be a photocopy. In such case the Bidder has to inscribe on each photocopied page, that he confirms the truthfulness of the stated data and sign and stamp this statement on each photocopied page. In case the Contracting Authority subsequently requests the original evidence, the Bidder shall present the same for verification. Warranty conditions of the Bidder The Bidder must enclose his own statement with detailed information on Warranty maintenance of the equipment, according to the requirements in item 3.3.12 of Tender documentation. 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 upgrades Statement of the manufacturer or principal In case the Bidder is not also the manufacturer of the equipment, one of the mentioned statements is to be enclosed.If the Bidder encloses the statement of the principal, he has to enclose also the copy of the Contract between the principal and the manufacturer of the equipment, showing the principal has full access to the spare parts i.e. replacement equipment for all offered equipment.This statement is not required for: installation material, Ethernet switches, passive equipment and other small equipment. Sample of the ContractSample of the Contract, wherein each page is to be initialled and stamped by the Bidder's official representative or authorized person. Each article in the Contract is written first in Slovenian and then in English language. In case of any doubt or misunderstanding, the Slovenian version should therefore be considered final.Guarantee for the seriousness of the bid The guarantee for the seriousness of the bid (issued by Bank or Insurance Company), unconditional, irrevocable and payable at first call, valid till 23 June, 2014, as follows:FOR LOT:IN THE AMOUNT OF €A6.000,00B4.000,00C500,00D1.900,00E800,00F500,00G1.600,00H2.000,00I6.000,00J2.000,00K1.600,00Declaration, stating the Bidder shall provide a Performance guarantee The selected Bidder must supply Performance Guarantee (according to the given statement regarding the Performance Guarantee), as a condition for the validity of the contract, no later than 10 days after receiving the signed contract by the Contracting Authority. The Performance Guarantee will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call, valid 6 months after the confirmed delivery date,If the selected Bidder fails to submit the Performance Guarantee in the required deadline, the Contracting Authority has the right to cash-in the guarantee for the seriousness of the bid.In case the selected Bidder despite the Contracting Authority’s written request does not respond, though he provided no objective reasons, the Contracting Authority with the Bidder does not sign a public award contract. Therefore the selected Bidder and his legal representative are responsible for the offence in accordance with Article 109 a of ZJN-2-UPB5. The objective reasons are those the Bidder could not influence, could not expect to prevent, eliminate and avoid them.Statement on the forwarding of data in the disclosure of the Bidder's ownershipThe Bidder must submit the relevant statement indicating that they would submit to the Contracting Authority, within eight days of being asked to do so, the Statement on the participation of natural and legal persons in the Bidder's ownership which is part of the attachment to the tender documentation.Before adopting a decision on the award of a contract, the Contracting Authority will ask the Bidder that will score the highest, considering the applicable criteria for the public contract in question, to submit to the Contracting Authority, within eight days of being asked to do so, Statement on the participation of natural and legal persons in the Bidder's ownership.Should such Bidder fail to submit the statement concerned within eight days, the Contracting Authority will exclude such Bidder from the assessment process and asked the second-ranking Bidder to submit the statement in question.Explanation:In order to ensure the transparency of the business and to mitigate corruption risks, the Contracting Authority shall, according to the Art. 14 of the Public Integrity and Corruption Prevention Act (Official Gazette of the Republic of Slovenia no. 69/11; ZIntPK-UPB2) and according to the Paragraphs 13 and 14 of Article 71 of the Public Procurement Act - ZJN-2-UPB5, prior to the conclusion of a contract with the selected Bidder, obtain a statement or information on the participation of natural and legal persons in the Bidder's assets, including the participation of dormant partners (founders, partners, including the dormant partners, shareholders, limited partners or other owners and data on equity stakes of such persons), as well as on economic operators, which are considered to be companies affiliated to the Bidder under the provisions of the Companies Act. In respect of natural persons, this statement shall include their personal name, residential address and their interest in the assets. In the event that the Bidder submits a false statement or provides false information on the facts stated, the contract shall be rendered null and void.Technical documentationThe Bidder must enclose all the remaining documentation, required in technical part of tender documentation JN-B0628 (chapter 3), but not particularly mentioned in items from 4.2.1 to 4.2.19.Furthermore, the Bidder must enclose all relevant documentation, in written or in electronic form (in the Slovenian language and/or in the English language) for each bidden Lot of equipment, wherein it must be unambiguously evident that the bidden equipment fulfils all the technical requirements.CONTRACT AWARD CRITERIAThe only criterion for the evaluation of the bids, that will fulfil all the conditions and requirements from this tender documentation and will be technically entirely corresponding to all conditions and technical specifications, is PRICE. The Contracting Authority will evaluate each Lot separately. The Bid with the lowest bidden total value will at the evaluation receive 100 points, the remaining Bids will receive less points, expressed as percentage, calculated acc. the following formula: the estimated offer( 2 - ------------------------------------------ ) x 100 the lowest offerThe calculation will be done on two decimal places. The bid can be appraised by 0 points at the minimum.In case two or more bids have at the end of the evaluation equal maximum number of points, the Contracting Authority shall choose the bid that offers longer warranty period. Should the bid can not be chosen anyway, the next criterion is shorter delivery date.REVIEW CLAIMLegal base and terms for submissionPursuant to the Act on the Review of Public Procurement Procedures (ZPVPJN, Official Gazette of the Republic of Slovenia No. 43/2011, Official Gazette of the Republic of Slovenia No. 63/2013) the review claim may be submitted by any individual who fulfils conditions, stated in article 14. of ZPVPJN.The term for submitting a review claim is stated in article 25. of ZPVPJN.Method of submitting the review claimThe Applicant shall state the requested data, as stated in article 15. of ZPVPJN. The requested amount of tax for review claim is stated in article 71. of ZPVPJN.The tax according to the article 71. of ZPVPJN must be paid by the Applicant in amount of EUR 3.500,00 to the adequate account at the Ministry in charge of finance. The account no. is: SI56 0110 0100 0358 802, reference:11 16110-7111290-XXXXXXLL (marks X represent the number of the public tender publication, marks L represent the year of public tender publication). The review claim may refer to the content of the publication, invitation to tender or tender documentation of the subject tender.The Contracting Authority shall reject all incorrect claims and claims not submitted within the above stated period.FORMSThe enclosed forms must be completed and attached to the Bid.DATA ON BIDDER AND BIDFOR PUBLIC TENDER – JN-B0628Purchase of audio/video equipment for Studio 3To be completed by a Bidder. Valid data that are accessible in public and according to the regulations related to a status and legal form are obligatory. The Contracting Authority shall examine some data through electronic media available.BID NO.:COMPANY NAME / NAME OF THE BIDDER:LEGAL STATUS OF THE BIDDER:ADDRESS OF THE BIDDER:NUMBER OF (BUSINESS) ACCOUNT - IBAN, SWIFT: BANK’S ADDRESS:CONTACT PERSON RESPONSIBLE FOR A BID:E-MAIL OF CONTACT PERSON, PHONE AND FAX:ID VAT NO. OF A BIDDER.:COMPANY REGISTRATION NO. OF A BIDDER.:PERSON RESPONSIBLE FOR SIGNING A CONTRACT:FUNCTION OF PERSON RESPONSIBLE FOR SIGNING A CONTRACT:Validity of the bid: ………………………………………………….. (at least till 23rd June, 2014)Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................4211320635Declaration of Bidder’s acceptance of Public Procurement conditionsJN-B0628The Bidder:- Title and name of the Bidder: ………………………………………………………………- Address: .....................................................................................................................- Bidder's official representative or authorized person: …………………………………We herewith declare, that we accept all the conditions, required in the tender documentation for the submission of our bid on the published tender for the purchase of audio/video equipment for Studio 3, as follows: (please encircle)Lot A - Vision mixerLot B - Router Lot C - V/A production server Lot D - Studio monitors Lot E - Reference monitorsLot F - Measuring instruments Lot G - Modular equipment Lot H - Blue/green Chroma keyer Lot I - Cameras Lot J - LensesLot K - Audio equipmentWe declare, that all data, given in our bid documentation are truthful, and that all the enclosed document photocopies equal to the originals. For given data, their truthfulness and suitability of photocopies we assume full responsibility. Place and date: Stamp: Bidder's official representative or authorized person..................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0628LOT A: Vision mixerItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot A - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person................................................................................................. Form OFFERFOR PUBLIC TENDER JN-B0628LOT B: RouterItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot B - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0628LOT C: V/A production serverItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot C - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0628LOT D: Studio monitorsItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot D - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0628LOT E: Reference monitorsItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot E - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0628LOT F: Measuring instrumentsItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot F - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0628LOT G: Modular equipmentItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot G - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0628LOT H: Blue/green Chroma keyerItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot H - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0628LOT I: CamerasItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot I - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0628LOT J: LensesItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot J - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person................................................................................................. Form OFFERFOR PUBLIC TENDER JN-B0628LOT K: audio equipmentItemDescriptionValue in EUR01Value of the complete bidden equipment of Lot K - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the warehouse of the Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT Payment conditions:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.Delivery date: within ................. days after the beginning of the Contract validity, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person................................................................................................. Proforma Invoice FOR PUBLIC TENDER JN-B0628FOR LOT ………….The Bidder must enclose the detailed breakdown of prices of the bid, i.e. very precisely specify the bid by individual items of the equipment and state the appropriate prices for each item, for each bidden Lot separately.Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Bidder: ………………………………………………………………Address: .............................................................................STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2-UPB5)FOR A LEGAL ENTITY – PAGE 1FOR PUBLIC TENDER JN-B0628We hereby declare under criminal and material liability that our company has never been the subject of a conviction by final judgement for any of the criminal offences listed below that are stated in the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5; Official Gazette of the Republic of Slovenia, no. 12/13): – accepting a bribe in elections (Art.157 of the Penal Code of the Republic of Slovenia, hereinafter: KZ-1), – fraud (Article 211 of the KZ-1), – unlawful restriction of competition (Article 225 of the KZ-1), – causing of bankruptcy by fraud or business negligence (Article 226 of the KZ-1), – defrauding of creditors (Article 227 of the KZ-1), – business fraud (Article 228 of the KZ-1), – fraud to the detriment of the European Union (Article 229 of the KZ-1), – fraud in obtaining loans or benefits (Article 230 of the KZ-1), – fraud in securities trading (Article 231 of the KZ-1), – deception of purchasers (Article 232 of the KZ-1), – unauthorised use of another's mark or model (Article 233 of the KZ-1), – unauthorised use of another's patent or topography (Article 234 of the KZ-1), – forgery or destruction of business documents (Article 235 of the KZ-1), – disclosure and unauthorised acquisition of trade secrets (Article 236 of the KZ-1), – breaking into business information system (Article 237 of the KZ-1), – abuse of insider information (Article 238 of the KZ-1), – abuse of financial instruments market (Article 239 of the KZ-1), – abuse of position or trust in business activity (Article 240 of the KZ-1), – unauthorised acceptance of gifts (Article 241 of the KZ-1), – unauthorised giving of gifts (Article 242 of the KZ-1), – counterfeiting money (Article 243 of the KZ-1), – fabrication and use of counterfeit stamps of value or securities (Article 244 of the KZ-1), – money laundering (Article 245 of the KZ-1), – abuse of bank, credit or other card (Article 246 of the KZ-1), – use of counterfeited bank, credit or other cards (Article 247 of the KZ-1), – fabrication, acquisition and disposing of instruments of forgery (Article 248 of the KZ-1), – tax evasion (Article 249 of the KZ-1), – smuggling (Article 250 of the KZ-1), – disclosure of classified information (Article 260 of the KZ-1), – acceptance of bribes (Article 261 of the KZ-1), – giving bribes (Article 262 of the KZ-1), – accepting benefits for illegal intermediation (Article 263 of the KZ-1), – giving gifts for illegal intermediation (Article 264 of the KZ-1), – criminal association (Article 294 of the KZ-1). STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT Act (ZJN-2-UPB5)FOR A LEGAL ENTITY – PAGE 2FOR PUBLIC TENDER JN-B0628As evidence that we have not been finally convicted of any indicated criminal offences, (Circle as appropriate)We attach the certificate of no convictions from the official record.Our country does not issue such documents. Therefore the subject statement has been made and signed before: (name one of the following competent bodies: a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country): ............................................................................................................................................... Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Place and date: Stamp: Signature of the competent body.................................................................................................Bidder's LEGAL REPRESENTATIVE:Name and surname: .................................................Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)FOR A LEGAL REPRESENTATIVE – PAGE 1FOR PUBLIC TENDER JN-B0628I, the undersigned, hereby declare under criminal and material liability that I have never been convicted by final judgement for any of the criminal offences listed below that are stated in the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5; Official Gazette of the Republic of Slovenia, no. 12/13): – accepting a bribe in elections (Art.157 of the Penal Code of the Republic of Slovenia, hereinafter: KZ-1), – fraud (Article 211 of the KZ-1), – unlawful restriction of competition (Article 225 of the KZ-1), – causing of bankruptcy by fraud or business negligence (Article 226 of the KZ-1), – defrauding of creditors (Article 227 of the KZ-1), – business fraud (Article 228 of the KZ-1), – fraud to the detriment of the European Union (Article 229 of the KZ-1), – fraud in obtaining loans or benefits (Article 230 of the KZ-1), – fraud in securities trading (Article 231 of the KZ-1), – deception of purchasers (Article 232 of the KZ-1), – unauthorised use of another's mark or model (Article 233 of the KZ-1), – unauthorised use of another's patent or topography (Article 234 of the KZ-1), – forgery or destruction of business documents (Article 235 of the KZ-1), – disclosure and unauthorised acquisition of trade secrets (Article 236 of the KZ-1), – breaking into business information system (Article 237 of the KZ-1), – abuse of insider information (Article 238 of the KZ-1), – abuse of financial instruments market (Article 239 of the KZ-1), – abuse of position or trust in business activity (Article 240 of the KZ-1), – unauthorised acceptance of gifts (Article 241 of the KZ-1), – unauthorised giving of gifts (Article 242 of the KZ-1), – counterfeiting money (Article 243 of the KZ-1), – fabrication and use of counterfeit stamps of value or securities (Article 244 of the KZ-1), – money laundering (Article 245 of the KZ-1), – abuse of bank, credit or other card (Article 246 of the KZ-1), – use of counterfeited bank, credit or other cards (Article 247 of the KZ-1), – fabrication, acquisition and disposing of instruments of forgery (Article 248 of the KZ-1), – tax evasion (Article 249 of the KZ-1), – smuggling (Article 250 of the KZ-1), – disclosure of classified information (Article 260 of the KZ-1), – acceptance of bribes (Article 261 of the KZ-1), – giving bribes (Article 262 of the KZ-1), – accepting benefits for illegal intermediation (Article 263 of the KZ-1), – giving gifts for illegal intermediation (Article 264 of the KZ-1), – criminal association (Article 294 of the KZ-1). STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT Act (ZJN-2-UPB5)FOR A LEGAL REPRESENTATIVE – PAGE 2FOR PUBLIC TENDER JN-B0628As evidence that I have not been finally convicted of any indicated criminal offences, (Circle as appropriate)I attach the certificate of no convictions from the official record.Our country does not issue such documents. Therefore the subject statement has been made and signed before: (name one of the following competent bodies: a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country): .................................................................................................................................................... Place and date: Signature of Bidder’s legal representative.................................................................................................Place and date: Stamp: Signature of the competent body.................................................................................................Bidder: ………………………………………………………………Address: .............................................................................STATEMENT UNDER the third and THE FOURTH PARAGRAPH OF ARTICLE 42 OF THE ZJN-2-UPB5 FOR PUBLIC TENDER JN-B0628Under criminal and material liability we hereby declare that: on the day the bid was submitted, in accordance with the regulations of the State where we have the headquarters or with those of the country of the Contracting Authority, we have no outstanding non-paid obligations relating to the payment of social security contributions or relating to the payment of taxes in the amount of € 50 or more;our company is not undergoing compulsory settlement nor it was suggested to start the compulsory settlement and court on this proposal has not yet decided;our company is not undergoing bankruptcy proceedings nor it was suggested to start the bankruptcy proceedings and court on this proposal has not yet decided;our company is not undergoing compulsory winding-up proceedings nor it was suggested to start the compulsory winding-up proceedings and court on this proposal has not yet decided. Our business is not, for any other reasons, managed by a court and we have not discontinued our business activity or found ourselves in a similar situation.we have not been finally convicted, in any country, of an offence related to our professional conduct.We declare that we agree the Contracting Authority to obtain information on the fulfilment of the conditions laid down in the official records. We also provide our consent to the Contracting Authority to obtain personal information in connection of the fulfilment of this condition.Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Bidder: ………………………………………………………………Address: ......................................................................................Bidder's Statements given under CRIMINAL and material LIABILITYFOR PUBLIC TENDER JN-B0628We hereby declare under criminal and material liability that we are registered by the competent entity of the state and have valid extract from judicial or other records, as well as all the necessary permits from the body competent for the activity which is the subject of this public tender.We hereby declare under criminal and material liability that our firm is reliable, capable of managing a business, has sufficient technical capabilities, experiences and reputation and has employees, who are qualified to carry out the Contract.We hereby declare under criminal and material liability that we have paid all outstanding obligations to subcontractors in previous public procurement procedures.We hereby declare under criminal and material liability that our company has not, during a period of the last five years, been issued any final legal or administrative decision prohibiting us from carrying out the activity which is the subject of the public tender and have not been convicted of or involved in any criminal proceedings on the grounds of suspicion of committing a criminal offence related to bribery. We hereby declare under criminal and material liability that we have paid taxes, contributions and other obligatory dues or business obligations in accordance with the regulations of the State where we have the headquarters. We have also paid all overdue business obligations that we have had in the Republic of Slovenia. We hereby declare under criminal and material liability that we have settled all our liabilities towards the RTV Slovenija and we are not in a complaint procedures against the RTV Slovenija.We hereby declare under criminal and material liability that there are no legal limitations, which should preclude us from signing the Contract.We hereby agree that the Contracting Authority may, pursuant to the fourth paragraph of Article 42 of the ZJN-2-UPB5, exclude our bid from further participation in the public tender procedure if:it can prove, on any legal basis, that we committed a serious professional error or severely violated professional rules; we gave a misleading interpretation when providing information required under the provisions of Articles 41 to 49 of this Act, in this or any previous procedures, or failed to provide such information.Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Bidder: ………………………………………………………………Address: ......................................................................................Declaration of the Bidder regarding the spare partsFOR PUBLIC TENDER JN-B0628 We hereby declare under criminal and material liability, that we are going to assure the necessary original spare parts at least 5 (five) years from the date of final acceptance of the equipment which we offered on the public tender JN-B0628, according to official valid price list of spare parts.We shall inform the Contracting Authority about every price change of official spare parts price list.Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Bidder: ………………………………………………………………Address: ......................................................................................Declaration of the Bidder – all the offered equipment is factory newFOR PUBLIC TENDER JN-B0628We hereby declare under criminal and material liability, that all the equipment, offered on the Public Tender JN-B0628, is factory-new.Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Bidder: ………………………………………………………………..Address: ......................................................................................Declaration of the Bidder regarding the software upgradesFOR PUBLIC TENDER JN-B0628We herewith declare, under criminal and material liability that within the warranty period for the bidden equipment, offered on the Public Tender JN-B0628, all the software upgrades, which annul eventual faults in software and all software upgrades which do not mean considerable expansion of the functionality, shall be free of charge for the Contracting Authority.Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Manufacturer of the equipment: .................................................. Address: ...........................................................................................................................STATEMENT OF THE MANUFACTURER FOR PUBLIC TENDER JN-B0628We, …………(the Manufacturer of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0628 (Purchase of A/V equipment for Studio 3), to which ….…… (the Bidder) is going to submit his bid, with the Pro forma Invoice no.: ……… WE DECLARE, that ………… (the Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, according to the requirements from the tender documentation no.JN-B0628. Place and date: Stamp: Manufacturer's official representative or authorized person.................................................................................................Principal: .................................................. Address: ...........................................................................................................................STATEMENT OF THE PRINCIPAL FOR PUBLIC TENDER JN-B0628We, ………(the Principal of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0628 (Purchase of A/V equipment for Studio 3), to which ………………. (the Bidder) is going to submit his bid, with the Pro forma Invoice no.: ……… WE DECLARE, that ………… (the Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, through our firm, according to the requirements from the tender documentation no. JN-B0628. As evidence of the aforesaid we enclose the copy of the Contract between us and the Manufacturer of the equipment, wherein it is evident that we have full access to the spare parts and replacement equipment for the bidden equipment.In case the Contracting Authority subsequently requests the original Contract, we shall present the same for verification.Place and date: Stamp: Principal's official representative or authorized person.................................................................................................Sample ContractEach article in the Contract is written first in Slovenian and then in English language. In case of any doubt or misunderstanding, the Slovenian version should therefore be considered final.POGODBA ?TEV. / CONTRACT NO. JN-B0628 NAKUP AVDIO/VIDEO OPREME ZA STUDIO 3(po sklopih)PURCHASE OF A/V EQUIPMENT FOR STUDIO 3(according to the Lots)Sklenjena med:Concluded between:Radiotelevizija Slovenija, Javni zavodKolodvorska 21000 LjubljanaSloveniaIdentifikacijska ?tev. za DDV / ID V.A.T. No.: SI29865174Mati?na ?tev. / Corporate registry No.:5056497ki ga zastopa generalni direktor mag. Marko Fillirepresented by mag. Marko Filli, the Director General(v nadaljevanju teksta “NARO?NIK”)(hereinafter referred to as “CONTRACTING AUTHORITY”)in / and………………………………………………………………………………………………………………Identifikacijska ?tev. za DDV / ID V.A.T. No.: ……………………………………Mati?na ?tev. / Corporate registry No.: ……………………..ki ga zastopa …………………………………………………..represented by …………………………………………………(v nadaljevanju teksta “PONUDNIK”)(hereinafter referred to as “BIDDER”)1. ?lenPogodbeni stranki ugotavljata, da je naro?nik izvedel postopek oddaje javnega naro?ila na osnovi 25. ?lena Zakona o javnem naro?anju-ZJN-2-UPB5 (Ur. list RS, ?tev. 12/2013) za nakup avdio/video opreme za Studio 3 (po sklopih).Ponudnik je bil izbran kot najugodnej?i ponudnik za sklop………., na osnovi javnega naro?ila, objavljenega na portalu javni naro?il RS, ?tev. ….., z dne ………… in Uradnem listu EU ?t…..…. z dne…..Article 1The Parties agree that the Contracting Authority carried out the procedure related to the submission of Public Procurement based on Article 25. of the Public Procurement Act-ZJN-2-UPB5 (Official Gazette of the Republic of Slovenia, No. 12/2013) for the purchase of audio/video equipment for Studio 3 (according to the Lots).The Bidder has been selected as the most favourable Bidder for Lot ………, based on the Public Tender, published in the in the TED of Republic of Slovenia, on … under the no. … and in the Official Gazette of EU, No. …. on …2. ?lenS to pogodbo se pogodbeni stranki dogovorita o splo?nih in posebnih pogojih izvedbe javnega naro?ila. Sestavni del te pogodbe so pogoji, dolo?eni z razpisno dokumentacijo ?tev. JN-B0628, sprejeti in navedeni v ponudbeni dokumentaciji .............. z dne ……..Article 2The Parties agree on general and special conditions related to the realization of the Public Tender. All conditions determined by the Tender documentation no. JN-B0628, adopted and specified in the Bid documentation ….dated …… shall constitute an integral part of this Contract.3. ?len3.1Kon?na vrednost nakupa avdio/video opreme za Studio 3 (sklop ….) zna?a:EUR …………………………. DDP Ljubljana, dostavljeno v skladi??e naro?nika v Ljubljani (skladno z INCOTERMS 2010), brez DDVV primeru pla?ila doma?emu ponudniku, bo le-ta ob izstavitvi ra?una prira?unal DDV, skladno z veljavno zakonodajo o DDV.V primeru pridobitve blaga znotraj Skupnosti (EU), bo naro?nik izvr?il samoobdav?itev z DDV, skladno z veljavno zakonodajo o DDV.Cene po tej pogodbi so fiksne in se ne smejo spreminjati do konca trajanja te pogodbe.3.2Vsi dokumenti, ki jih izda ponudnik (ra?uni, dobavnice), morajo vsebovati tudi oznako javnega naro?ila oz. pogodbe in oznako naro?ila. Naro?ilo bo ponudnik prejel po pri?etku veljavnosti pogodbe.Naro?nik bo navedeni znesek pla?al na ra?un ponudnika ?tev.:.......................................pri banki: ...........................................................; v skladu z naslednjimi pla?ilnimi pogoji: 80 % - v roku 30 dni po kosovnem prevzemu opreme na lokaciji naro?nika in prejemu ustreznega ra?una;20 % - v 30 dneh od dneva uspe?no opravljenega kon?nega prevzema opreme in predlo?itvi zapisnika, podpisanega s strani naro?nika; Naro?nik ne bo predlo?il garancije za zavarovanje odlo?enih pla?il, kakor tudi ne bo predlo?il kak?nega drugega instrumenta za zavarovanje pla?il.Article 33.1The total value of the purchase of audio/video equipment for Studio 3 (Lot ….) amounts to:EUR …………………………. DDP, delivered to the warehouse of the Contracting Authority in Ljubljana (accord. to INCOTERMS 2010); without VATIn case of a payment to a domestic Bidder, the VAT shall be added, according to the valid Law on VAT .In case of a purchase of the goods on the internal EU market, the Contracting Authority shall carry out the reverse charge of VAT, according to the valid Law on VAT.The prices of the equipment according to this Contract are fixed and can not be changed for the period of the Contract duration.3.2All documents issued by the Bidder (Invoices, Delivery Notes) shall also incorporate the Public Tender or Contract Number and the Order number. The Bidder will receive the Order after the beginning of the contract validity.The Contracting Authority shall pay the amount specified in favour of the Bidder’s account No …………………………………… at the Bank ………………………………………………….in accordance with the following payment terms:80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by Contracting Authority and the relevant invoice has been received;20 % - within 30 days after the final acceptance of the equipment has been successfully carried out and the protocol has been signed by the Contracting Authority; The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.4. ?lenPonudnik bo izpolnil naro?ilo v skladu s pogoji ponudbene dokumentacije, ki je sestavni del te pogodbe, v koli?ini, kvaliteti in rokih, sicer bo naro?nik unov?il garancijo za dobro izvedbo pogodbenih obveznosti.Article 4The Bidder shall fulfil the order according to the terms of the Bid documentation, being the constituent parts of this Contract, in terms of quantities and deadlines required, otherwise the Contracting Authority shall cash-in a performance guarantee.5. ?lenPonudnik bo blago dobavil najkasneje v roku ………… dni od pri?etka veljavnosti te pogodbe. Po tem roku naro?nik lahko unov?i garancijo za dobro izvedbo pogodbenih obveznosti. Naro?nik bo najkasneje v petih delovnih dneh po prejemu blaga (opreme) opravil koli?inski prevzem. S koli?inskim prevzemom bo ugotovljena kompletnost dobavljene opreme. Izobra?evanje: Pri sklopih, kjer so zahtevani te?aji, bodo le-ti izvr?eni po dobavi opreme. To?ne datume izvedbe te?ajev bosta pogodbeni stranki naknadno uskladili.Article 5The Bidder shall supply the goods within ............... days after the Contract validity date. After this delivery deadline the Contracting Authority may cash-in a performance guarantee. The quantitative acceptance of the goods (equipment) shall be performed by the Contracting Authority within five working days after receipt of the equipment. With the quantitative acceptance the completeness of delivered equipment regarding contract agreement will be determined.Trainings: At the Lots, when the training is required, the same shall be completed after the delivery of the equipment. The exact dates of the trainings shall be subsequently agreed by the the contractual parties.6. ?lenGarancijski pogoji so navedeni v ponudbeni dokumentaciji, ki je sestavni del te pogodbe in so bili sprejeti s strani obeh pogodbenih partnerjev. Garancijski rok traja ……… in pri?ne te?i z dnem, ko naro?nik podpi?e zapisnik o uspe?no opravljenem kon?nem prevzemu opreme. V ?asu garancijskega roka ponudnik zagotavlja brezpla?no garancijsko vzdr?evanje opreme z odpravo napak. Ponudnik se obvezuje tudi, da bo naro?niku v ?asu garancije nudil brezpla?no tehni?no podporo preko ra?unalni?ke izmenjave podatkov ali telefonske povezave v primeru, ko le-ta sam ne bo mogel odpraviti napake na opremi. Kontaktna oseba ali osebe ponudnika za tehni?no podporo: ………………...................., telefon:................fax:..........e-mail:......................; lokacija tehni?ne podpore: .................. ............................................................................ Ponudnik je dol?an naro?niku takoj sporo?iti morebitne spremembe glede kontaktnih podatkov.6.1Ponudnik zagotavlja, da bodo vse nadgradnje programske opreme v ?asu garancijskega roka brezpla?ne za naro?nika, skladno z izjavo, ki je sestavni del te pogodbe.Article 6The guarantee terms are determined in the Bid documentation, which shall constitute the integral part of this Contract and have been adopted by both Parties. The guarantee period is……........ and shall start with the date the Contracting Authority has signed the Protocol of the final acceptance of the equipment.Within the warranty period the Bidder assures free of charge warranty maintenance with elimination of all errors.The Bidder is obliged to give the Contracting Authority within the guarantee period free of charge technical support (manufacturer remote assistance and file transfer or telephone support), in case he would not be able to eliminate the errors on the equipment. The contact person or persons ..............., telephone: ................, fax: ...................., e-mail: .............; location of the technical support:………………………………………………………………….. All changes regarding the contact person shall be promptly announced to the Contracting Authority.6.1.Within the warranty period the Bidder ensures free of charge delivery of all new versions of software upgrades, according to the Statement, that is an integral part of this Contract.7. ?len Ponudnik se obvezuje, da bo zagotavljal od proizvajalca predvidene rezervne dele ?e najmanj 5 (pet) let od datuma kon?nega prevzema opreme, skladno z izjavo, ki je sestavni del te pogodbe.Article 7The Bidder is obliged to assure the necessary spare parts, at least 5 (five) years from the date of final acceptance of the equipment, according to the Statement, that is an integral part of this Contract. 8. ?lenKon?ni prevzem opreme se opravi na lokaciji naro?nika. Kon?ni prevzem izvede naro?nik, prisotnost predstavnika ponudnika pa ni obvezna. Pri kon?nem prevzemu in zagonu posameznih sklopov bo naro?nik ugotavljal naslednje karakteristike:kakovost dobavljene in vgrajene opremefunkcionalnost opremestabilnost delovanja opreme odpravljanje morebitnih napak opremeNaro?nik mora pristopiti h kon?nemu prevzemu dobavljenega blaga (opreme) najkasneje v roku 21 dni po koli?inskem prevzemu opreme oziroma 21 dni po zagonu opreme (kjer je zagon opreme zahtevan).Vse morebitne nepravilnosti, ugotovljene pri kon?nem prevzemu opreme, morajo biti odpravljene s strani ponudnika v roku 14 dni, po tem roku lahko naro?nik unov?i garancijo za dobro izvedbo pogodbenih obveznosti, ponudnik pa mora predlo?iti novo garancijo za dobro izvedbo pogodbenih obveznosti. ?teje se, da je kon?ni prevzem izvr?en takrat, ko so odpravljene vse morebitno ugotovljene nepravilnosti, ki jih mora naro?nik specificirati v pisni obliki.Po uspe?no izvr?enem kon?nem prevzemu naro?nik izstavi in podpi?e zapisnik o kon?nem prevzemu.Article 8The final acceptance of the 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 and installed equipmentfunctionality of the equipmenthow stable the equipment is in operationthe abolishment of eventual equipment errorsThe 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 is to be specified in writing by the Contracting Authority.After the final acceptance is successfully carried out, the protocol will be issued and signed by the Contracting Authority.9. ?lenNaro?nik lahko oporeka kakovosti blaga v zakonsko dolo?enih rokih po tem, ko ugotovi neustrezno kakovost. V garancijskem roku pa lahko vsak ?as zahteva odpravo napake, ki jo je ponudnik dol?an odpraviti. Pogoji odpravljanja napak so navedeni v ponudbeni dokumentaciji, ki je sestavni del te pogodbe. V primeru, da kakovost blaga ni v skladu z zahtevami razpisne dokumentacije ali iz ponudbene dokumentacije, bo naro?nik unov?il garancijo za dobro izvedbo pogodbenih obveznosti.Ponudnik odgovarja za skrite napake na dobavljenem blagu. Skrite napake so tiste , ki jih naro?nik ni mogel odkriti z obi?ajnim pregledom dobavljenega blaga. Naro?nik mora obvestiti ponudnika o napaki v osmih dneh, ?teto od dneva, ko je napako opazil.Article 9After the Contracting Authority has established the inappropriate quality of goods, this quality of goods may be contested in statutory deadlines. During the guarantee period the elimination of defects can be requested at any time and the Bidder shall be liable to remedy any defect. Terms related to the remedy of defects are determined in the Bid documentation, which constitute an integral part of this Contract. If the quality of goods is not in accordance with the stipulations of the tender or bid documentation, the Contracting Authority shall cash-in a performance guarantee.The Bidder is responsible for the hidden errors on the delivered goods. Hidden errors are those, the Contracting Authority was unable to determine with the commonly performed examination of the delivered goods. The Contracting Authority shall inform the Bidder about the hidden error within eight days, counting from the date the hidden error had been noticed.10. ?len?e dobava ni realizirana v predvidenem roku po ponudnikovi krivdi, razen v primeru vi?je sile, je ponudnik dol?an pla?ati naro?niku kazen v vi?ini 1 odstotka vrednosti celotne dobave za vsak zaklju?en teden, vendar ne ve? kot 5 odstotkov celotne pogodbene vrednosti. Kazen za?ne te?i naslednji delovni dan po dolo?enem ?asu dobave. ?e dobava zaostaja po ponudnikovi krivdi za ve? kot 4 tedne, ima naro?nik pravico, razen ?e uveljavlja kazenski zahtevek, da dolo?i nov dobavni rok ali prekine pogodbo.Article 10If the goods are not supplied due to the Bidder’s fault in a planned timescale, with the exception of Force Majeure, the Bidder shall be liable to pay penalties in the amount of 1 per cent of a complete delivery, for each week completed, but not increasing 5 per cent of the total Contract amount.The penalty shall commence next working day after the delivery deadline determined. If the delivery is delayed due to Bidder’s fault for more than 4 weeks, the Contracting Authority shall have right, unless the penal claim is exercised, to determine a new delivery time or to terminate the Contact.11. ?len Pogodbeni stranki se obvezujeta, da bosta naredili vse, kar je potrebno za izvr?itev pogodbe in da bosta ravnali kot dobra gospodarja. Vse morebitne spore v zvezi s to pogodbo bosta stranki najprej poizku?ali re?iti po mirni poti. ?e razre?itev po mirni poti ne bo mogo?a, sta pogodbeni stranki sporazumni, da je za re?evanje vseh morebitnih sporov iz te pogodbe pristojno sodi??e v Ljubljani po slovenskem pravu.Article 11The Parties undertake to exercise their best efforts to implement the Contract and act with due diligence. The Parties shall endeavour to resolve all eventual disputes arising out of this Contract by mutual agreement. Should such amicable settlement not be substantially reached, the Parties agree to refer, the dispute arising out of this Contract, to the competent Court of Ljubljana, according to the Slovenian law.12. ?lenV primeru vi?je sile kot so po?ar, poplava, potres, vojna, stavke in podobno, se lahko naro?nik in ponudnik sporazumeta za podalj?anje roka izpolnitve po tej pogodbi, za dobo trajanja vi?je sile. ?e zaradi dalj?ih rokov trajanja vi?je sile ne bi bilo mogo?e izpolniti pogodbenih obveznosti, lahko pogodbeni stranki pogodbo prekineta. Prekinitev ali podalj?anje pogodbe mora biti v pisni obliki. V primeru dalj?ega trajanja vi?je sile pogodbeni stranki lahko pogodbo razdreta, vsaka stranka nosi svoje, do razdrtja pogodbe nastale stro?ke. Article 12In the event of Force Majeure such as fire, flood, earthquake, war, strikes and similar, the Contracting Authority and the Bidder agree to extend the period that its performance of such obligations is prevented by the event of Force Majeure. Should it not be possible to fulfil obligations under this Contract in spite of all longer periods of time, the Parties may terminate the Contract. The termination or extension of the Contract shall be provided in writing. In the case of longer period of Force Majeure the Parties may terminate the Contract, each party bearing their own costs that have been occurred till then.13. ?lenPogodba je sklenjena z odlo?nim pogojem in stopi v veljavo:z dnem obojestranskega podpisa s strani poobla??enih podpisnikov naro?nika in ponudnika ter veljavnim ?igom obeh pogodbenih strank;s predlo?itvijo garancije za dobro izvedbo pogodbenih obveznosti (predlo?ene s strani banke ali zavarovalnice), brezpogojne, nepreklicne in pla?ljive na prvi poziv, v vi?ini 10 % pogodbene vrednosti in z veljavnostjo ?e 6 (?est) mesecev po pogodbeno dolo?enem datumu dobave opreme. Ponudnik je dol?an predlo?iti garancijo za dobro izvedbo pogodbenih obveznosti najkasneje 10 dni po podpisu pogodbe.Article 13The agreement is made under the suspense and enters into force:on the day the authorized representatives of the Contracting Authority and Bidder affix their signatures and valid stamps of both parties;by Bidder’s presentation of the Performance Guarantee (issued by Bank or Insurance Company), unconditional, irrevocable, and payable at first call in the amount of 10 % of the Contractual value and valid 6 (six) months after the confirmed delivery date of the whole equipment. The Bidder must present the Performance Guarantee at the latest 10 days after the signature of the Contract. 14. ?len?e kdo od pogodbenih partnerjev posredno ali neposredno obljubi, ponudi ali da kak?no nedovoljeno korist (vklju?no s potnimi stro?ki, darili in stro?ki gostinskih storitev, ki presegajo vrednost 75 EUR), z namenom vplivati na:pridobitev posla, sklenitev posla pod ugodnej?imi pogoji, opustitev dol?nega nadzora nad izvajanjem pogodbenih obveznosti ali drugo ravnanje ali opustitev, s katerim je organu ali organizaciji iz javnega sektorja povzro?ena ?koda ali je omogo?ena pridobitev nedovoljene koristi predstavniku organa, posredniku organa ali organizacije iz javnega sektorja, drugi pogodbeni stranki ali njenemu predstavniku, zastopniku ali posredniku,?je pogodba ni?na.Article 14If any of the contracting partners directly or indirectly promises, offers or gives any prohibited benefit (including travel expenses, gifts and catering costs in the value above EUR 75), in order to:obtain a deal,conclude a deal under more favourable conditions, provide for the omission of due supervision over the implementation of contractual obligations, orprovide for other actions or omissions through which a public body or organisation suffers damage or which enables the representative of the public body or organisation, the other contracting party or its representative, authorised person or agent to obtain prohibited benefits,the contract shall be rendered null and void.15. ?lenDolo?ila pogodbe so fiksna in se jih ne sme spreminjati v ?asu trajanja pogodbe. V primeru, da nastanejo izredni pogoji, ki bi onemogo?ali izpolnjevanje pogodbenih dolo?il, lahko stranki skleneta aneks k pogodbi v pisni obliki. Ta mora biti podpisan in ?igosan s strani obeh poobla??enih pogodbenih predstavnikov.Article 15The provisions of the Contract are fix and can not be amended during the duration of the Contract. In the event of extraordinary conditions that should preclude the fulfilment of the Contract provisions, the Parties may conclude the Annex to the Contract in writing. This Annex must be signed and duly stamped by the authorized representatives of the Parties.16. ?lenPogodbeni stranki izjavljata, da je to pogodbo mo?no odpovedati pred njeno izpolnitvijo v primeru, da nastopi ena od naslednjih spodaj navedenih okoli??in.Naro?nik lahko odpove pogodbo pred njeno izpolnitvijo:?e je proti ponudniku uveden ste?aj ali prisilna poravnava,?e je neuspe?no pretekel pogodbeno dolo?en rok, pa ponudnik ni izpolnil pogodbenih obveznosti, ?e ponudnik ni odpravil ugovarjanih napak oz. odprava napak ni mo?na. Ponudnik lahko odpove pogodbo:?e naro?nik ne pla?a pogodbene cene.Odpoved pogodbe se poda v pisni obliki, pogodba preneha veljati v petnajstih dneh po prejemu tak?ne odpovedi, podpisane s strani poobla??ene osebe pogodbenega stranke.?e odpove pogodbo naro?nik, lahko zahteva povrnitev ?kode, ki mu je nastala zaradi neizpolnitve pogodbe s strani ponudnika. ?e odpove pogodbo ponudnik, lahko zahteva pla?ilo za ?e opravljene storitve do dneva odpovedi pogodbe. Od?kodninski zahtevki pogodbeno zveste stranke s tem niso izklju?eni. Article 16The Contract parties declare this contract could be terminated before its fulfilment only if one of the following circumstances occurred.The Contracting Authority is justified to terminate the contract before its fulfilment if:the compulsory settlement, bankruptcy or liquidation procedures are initiated against the Bidder,the contractual delivery date is expired and the Bidder 's obligations are not fulfilled,the Bidder does not eliminate the defects or the elimination of the defects is not possible.The Bidder is justified to terminate the contract if:the Contracting Authority does not pay the contractual price.The termination of the Contract shall be provided in writing, the contract ceases to be valid fifteen days from the receipt of such termination, signed by the authorized person of either party. If the Contract is terminated by the Contracting Authority, the Bidder is liable to reimburse the damage, caused due to his non-fulfilment of the Contract. If the Contract is terminated by the Bidder, he is justified to require the payment for contractual works already done till the date of the contract termination. By this the indemnity claims of contractual loyal party are not excluded.17. ?lenS strani naro?nika je za izvajanje pogodbe odgovoren …. (telefon: +386 1 475 ….), s strani ponudnika pa: …. (telefon: ….).Article 17Each party shall nominate representatives, responsible for the realization of the Contract, i.e.: for the Contracting Authority (phone: +386 1 475 ; for the Bidder: _______________ (phone: +___________)18. ?lenPogodba je sestavljena iz naslednjih delov, ki predstavljajo enovito celoto:Osnovna pogodba s komercialnimi pogoji,Priloga 1 – Ponudbena dokumentacija ?tev. ............................................................Priloga 2 – Garancija za dobro izvedbo pogodbenih obveznosti Pogodba je sestavljena v petih izvodih, od katerih prejme naro?nik tri izvode, ponudnik pa dva izvoda.Article 18The Contract encompass the following parts, which represent the uniform whole:Basic Contract including commercial terms, Slovenian and English versionEnclosure 1 - Bid documentation …..No. …………Enclosure 2 - Performance Guarantee Each article in the Contract is written first in Slovenian and then in English language. In case of any doubt or misunderstanding, the Slovenian version should therefore be considered final.The Contract is drawn up in five copies, the Contracting Authority receiving three copies, and the Bidder two copies.PODPIS IN ?IG POOBLA??ENIH PREDSTAVNIKOV NARO?NIKA IN PONUDNIKA – POGODBA ?T. JN-B0628 THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0628 Ljubljana, …....................………….., …….…................NARO?NIK: /PONUDNIK: /CONTRACTING AUTHORITY:BIDDER:Radiotelevizija Slovenija, Javni zavod…………………………………..Generalni direktor / Director General………………………………….. mag. Marko Filli………………………………….. ?ig / Stamp:?ig / Stamp:Place and date.................................... Beneficiary……………………..Guarantee for the seriousness of Bid NO. ________In accordance with the public procurement, published in the Official Gazette of the Republic of Slovenia, no. ….., dated ………, for purchase of the following goods (services):1…………………………..2…………………………..3…………………………..for the purposes of the Contracting Authority (i.e. Beneficiary), the Bidder ………………………………. is bound to submit to the Contracting Authority a guarantee for seriousness of the bid to the amount of …………. EUR.The Bank is bound to pay stated amount in the following events:a) the Bidder withdraws or changes his bid within its term of validity orb) the Bidder, selected at public selection of bids:- does not fulfil or withdraws from signing a contract in accordance with tender documentationor- does not submit or refuses to submit a Performance Bank Guarantee in accordance with tender documentation. We are bound to pay within 15 days after the receipt of the first written demand by Contracting Authority the above mentioned amount without any additional grounding if the Contracting Authority in it’s claim states, that it is entitled to demanded amount due to fulfilment of one or two above mentioned events and if the Contradicting Authority states, to which event it refers.Claim for above reason must be presented to the Bank and must contain:1. original summons of Contracting Authority for cashing-in the Bank guarantee in accordance with above paragraph and2. original Guarantee no. ../……………..With every payment on this guarantee the sum of guarantee is reduced by the same amount.This guarantee is valid until the Bidder is chosen according to the above mentioned public procurement and (in case the correct or partly correct offer is accepted) until the Contract between chosen Bidder and Contracting Authority is signed and Performance Guarantee being presented by the chosen Bidder, but not later than the Bid expiration date .We have to receive your claims for cashing-in of the amount guaranteed until 23 June, 2014 at the latest. After this term the validity of guarantee is automatically terminated irrespective of whether or not the guarantee is returned to the bank.This guarantee is not transferable.Eventual dispute between Beneficiary and the Bank will be settled by the Court of Ljubljana, according to the Slovenian law.Bank(stamp and signature)Name of the Bidder: …………………………………………………………………Address of the Bidder: ………………………………………………………………STATEMENT regarding the Performance GuaranteeFOR PUBLIC TENDER JN-B0628Should we, .................. (The Bidder) be awarded the Tender of RTV Slovenija, No. JN-B0628 – for the purchase of A/V equipment for Studio 3WE DECLARE,we will supply a Performance Guarantee for 10 % of the contractual value upon Contract signature, as a condition for the validity of the contract, no later than 10 days after receiving the signed contract by the Contracting Authority. The Performance Guarantee will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call, valid 6 months after the confirmed delivery date of the whole equipment.If we fail to submit the Performance Guarantee in the required deadline, the Contracting Authority has the right to cash-in the Guarantee for the seriousness of the bid.Place and date: Stamp:Signature of the Bidder’sauthorized person………………………………………………………………Statement ON THE FORWARDING OF DATA IN THE DISCLOSURE OF THE BIDDER'S OWNERSHIPFOR PUBLIC TENDER JN-B0628We hereby state under criminal and material liability to submit to the Contracting Authority, within eight days of being asked to do so, the Statement on the participation of natural and legal persons in the Bidder's ownership which is part of the attachment to the tender documentation.Place and date: Stamp: Signature of the Bidder’s authorized person……………………………… ………………………………For the purpose of the sixth paragraph of Article 14 of the Public Integrity and Corruption Prevention Act (Official Gazette of the RS, no. 45/2010, with amendments and supplements, hereinafter), to ensure the transparency of the business and to mitigate corruption risks when concluding legal transactions in the capacity of the Bidder's representative in the process of awarding public contract, I hereby issue the followingSTATEMENT ON THE PARTICIPATION OF NATURAL AND LEGAL PERSONS IN THE BIDDER'S OWNERSHIPFOR PUBLIC TENDER JN-B0628Data on the BidderCompany name or name of the Bidder:Registered office of the Bidder:Registration no. of the Bidder:The Bidder is the holder of a dormant partnership: (mark as appropriate)YES – NOThe Bidder's ownership structure:DATA ON THE PARTICIPATION OF NATURAL PERSONS IN THE BIDDER'S OWNERSHIP (INCLUDING DORMANT PARTNERS)Name and surname of the natural person (1):Place of residence:Share of ownership:Dormant partner (mark as appropriate)If YES, state the holder of the dormant partnership!YES – NOName and surname of the natural person (2):Place of residenceShare of ownershipDormant partner (mark as appropriate)If YES, state the holder of the dormant partnership!YES – NO(continue the list as appropriate)DATA ON THE PARTICIPATION OF LEGAL PERSONS IN THE BIDDER'S OWNERSHIP (INCLUDING DORMANT PARTNERS)Name of the legal person:Registered office of the legal person:Share of ownership:Company reg. no.:Legal person is also the holder of the dormant partnership (mark as appropriate):YES – NOthe legal person being owned by the following natural persons:Name and surname of the natural person:Place of residence:Share of ownership:Dormant partner (YES – NO)If YES, state the holder of the dormant partnership!(continue the list as appropriate)DATA ABOUT RELATED COMPANIESName of the legal person:Registered office of the legal person:Company reg. no.: is in mutual relationship according to Article 527 of the Companies Act with the legal person:Name of the legal person:Registered office of the legal person:Company reg. no.:associated as follows:(continue the list as appropriate)I hereby declare that, in the capacity of a natural person - participant in the Bidder's ownership, I stated:any natural person who owns through direct or indirect ownership at least 5% of shares or participates in the management rights, management or capital of the legal person with more than a 5% share or has the controlling position in the management of the legal person's funds;any natural person who indirectly provides or is providing funds to a legal person and is on such grounds given the possibility of exercising control, guiding or otherwise substantially influencing the decisions of the management or other administrative body of the legal person concerning financing and business operations.By signing this statement I hereby guarantee that there are no other natural or legal persons, dormant partners and companies, considered to be related companies pursuant to the provisions of the law regulating companies, in the entire ownership structure.My signature on this statement warrants that the data provided are true and accurate and I am aware that the contract shall be considered null and void, should my statement be false or data untrue. I undertake to inform the Contracting Authority of any changes to the data submitted.Place and date: Name and surname of the legal representative:____________________________ _________________________________ Signature and stamp:Radiotelevizija Slovenija, Javni zavod,Commercial Department e-mail: javna.narocila@rtvslo.si Fax No..: + 386 1 475 2186Date: .............................................................Explanation of the Tender documentation No. JN-B06281. Questions:..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................2. Answers:................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download