INVITATION TO SUBMIT BIDS FOR THE PUBLIC …



4211320635TENDER DOCUMENTATIONPUBLIC TENDER THROUGH THE OPEN PROCEDURE No. JN-B0643PURCHASE OF AUDIO/VIDEO EQUIPMENT FOR OB VANSCONTENTS TOC 1INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER PAGEREF _Toc391631617 \h 52INSTRUCTIONS FOR MAKING BIDS PAGEREF _Toc391631618 \h 62.1Contracting Authority of the public Tender PAGEREF _Toc391631619 \h 62.2Legal ground PAGEREF _Toc391631620 \h 62.3Basic rules of operation PAGEREF _Toc391631621 \h 63SUBJECT OF THE PUBLIC PROCUREMENT PAGEREF _Toc391631622 \h 73.1GENERAL DESCRIPTION OF EQUIPMENT PAGEREF _Toc391631623 \h 73.2TECHNICAL REQUIREMENTS PAGEREF _Toc391631624 \h 73.2.1GENERAL TECHNICAL REQUIREMENTS PAGEREF _Toc391631625 \h 73.2.1.1Technical documentation PAGEREF _Toc391631626 \h 73.2.1.2Standards PAGEREF _Toc391631627 \h 73.2.1.3Rejection of a bid PAGEREF _Toc391631628 \h 73.3TECHNICAL SPECIFICATION PAGEREF _Toc391631629 \h 83.3.1LOT A: VISION MIXER PAGEREF _Toc391631630 \h 83.3.2LOT B: ROUTER, MULTIVIEWER, DSK and AUDIO PROCESSOR PAGEREF _Toc391631631 \h 123.3.2.1ROUTER PAGEREF _Toc391631632 \h 123.3.2.2MULTIVIEWER TYPE 1 PAGEREF _Toc391631633 \h 133.3.2.3MULTIVIEWER TYPE 2 PAGEREF _Toc391631634 \h 143.3.2.4DSK unit/card PAGEREF _Toc391631635 \h 153.3.2.5Audio processing card PAGEREF _Toc391631636 \h 153.3.3LOT C: V/A SERVER WITH CONTROL UNIT PAGEREF _Toc391631637 \h 163.3.4LOT D: MONITORS OB VAN PAGEREF _Toc391631638 \h 173.3.4.117'' OB Van monitors type 1 PAGEREF _Toc391631639 \h 173.3.4.217” OB Van monitors type 2 PAGEREF _Toc391631640 \h 183.3.4.317” OB Van monitors type 3 PAGEREF _Toc391631641 \h 183.3.4.423’’ OB Van monitors PAGEREF _Toc391631642 \h 193.3.5LOT E: MONITORS STUDIO PAGEREF _Toc391631643 \h 203.3.6LOT F: MEASURING INSTRUMENTS PAGEREF _Toc391631644 \h 203.3.6.1Measuring instrument type 1 PAGEREF _Toc391631645 \h 203.3.6.2Measuring instrument type 2 PAGEREF _Toc391631646 \h 213.3.7LOT G: CHARACTER GENERATOR PAGEREF _Toc391631647 \h 223.3.8LOT H: NON TAPE RECORDERS/PLAYERS PAGEREF _Toc391631648 \h 243.3.9LOT I: SYNC GENERATORS AND AUTOMATIC CHANGE OVER UNIT PAGEREF _Toc391631649 \h 243.3.10LOT J: MODULAR EQUIPMENT PAGEREF _Toc391631650 \h 253.3.11LOT K: COMMON CONTROL SYSTEM PAGEREF _Toc391631651 \h 323.3.12LOT L: PATCH PANELS, V/A/DATA CONNECTORS, V/A/DATA CABLES PAGEREF _Toc391631652 \h 333.3.12.1Patch panels and accessories PAGEREF _Toc391631653 \h 333.3.12.2V/A/Data connectors and accessories PAGEREF _Toc391631654 \h 343.3.12.3V/A/Data cables and accessories PAGEREF _Toc391631655 \h 363.3.13LOT M: CAMERAS PAGEREF _Toc391631656 \h 373.3.13.1Camera type 1 PAGEREF _Toc391631657 \h 373.3.13.2Camera type 2 PAGEREF _Toc391631658 \h 403.3.14LOT N: LENSES AND PEDESTALS PAGEREF _Toc391631659 \h 433.3.14.1LENSES PAGEREF _Toc391631660 \h 433.3.14.2Pedestals and carrying cases PAGEREF _Toc391631661 \h 453.3.15LOT O: UTILITY EQUIPMENT PAGEREF _Toc391631662 \h 453.3.15.1DVB-T receiver PAGEREF _Toc391631663 \h 453.3.15.2USB recorder PAGEREF _Toc391631664 \h 463.3.15.3KVM extenders/matrixes PAGEREF _Toc391631665 \h 463.3.16LOT P: INTERCOM PAGEREF _Toc391631666 \h 483.3.17LOT R: AUDIO/VIDEO NETWORK PAGEREF _Toc391631667 \h 513.3.17.1OPTION R - Access point Type 2 PAGEREF _Toc391631668 \h 533.3.18LOT S: AUDIO MIXING CONSOLE PAGEREF _Toc391631669 \h 543.3.19LOT T: AUDIO EQUIPMENT FOR OB VAN PAGEREF _Toc391631670 \h 583.3.19.1OPTION T- Audio processor PAGEREF _Toc391631671 \h 653.3.20OPTION LOT U: INTEGRATION OF EQUIPMENT INTO OB VAN PAGEREF _Toc391631672 \h 663.3.21OTHER BUSINESS PAGEREF _Toc391631673 \h 684BID DOCUMENTATION PAGEREF _Toc391631674 \h 704.1General conditions for making bid documentation PAGEREF _Toc391631675 \h 704.1.1Clarification to the tender documentation PAGEREF _Toc391631676 \h 704.1.2Language PAGEREF _Toc391631677 \h 704.1.3Marking PAGEREF _Toc391631678 \h 704.1.4Contents of a bid PAGEREF _Toc391631679 \h 704.1.5Alternative bids and variant bids PAGEREF _Toc391631680 \h 704.1.6Form of a bid PAGEREF _Toc391631681 \h 704.1.7Validity of the bids PAGEREF _Toc391631682 \h 714.2Documents in the bids PAGEREF _Toc391631683 \h 714.2.1Data on Bidder and Bid PAGEREF _Toc391631684 \h 714.2.2Contents of the bid documentation PAGEREF _Toc391631685 \h 714.2.3Form ?Declaration on acceptance of the public tender conditions? PAGEREF _Toc391631686 \h 714.2.4Form of an OFFER that has to contain: PAGEREF _Toc391631687 \h 714.2.5Proforma Invoice PAGEREF _Toc391631688 \h 724.2.6Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal entity PAGEREF _Toc391631689 \h 724.2.7Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal representative PAGEREF _Toc391631690 \h 734.2.8Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2” PAGEREF _Toc391631691 \h 734.2.9Form “Bidder’s statements, given under criminal and material liability” PAGEREF _Toc391631692 \h 734.2.10Bank Certificate of solvency PAGEREF _Toc391631693 \h 734.2.11Warranty conditions of the Bidder PAGEREF _Toc391631694 \h 734.2.12Declaration of the Bidder regarding the spare parts (except for lots L and U) PAGEREF _Toc391631695 \h 744.2.13Declaration of the Bidder - all the offered equipment is factory-new (only for lots from A to T) PAGEREF _Toc391631696 \h 744.2.14Declaration of the Bidder regarding the software upgrades (except for lots L and U) PAGEREF _Toc391631697 \h 744.2.15Statement of the manufacturer or principal PAGEREF _Toc391631698 \h 744.2.16Sample of the Contract PAGEREF _Toc391631699 \h 744.2.17Guarantee for the seriousness of the bid PAGEREF _Toc391631700 \h 744.2.18Declaration, stating the Bidder shall provide a Performance guarantee PAGEREF _Toc391631701 \h 754.2.19Statement on the forwarding of data in the disclosure of the Bidder's ownership PAGEREF _Toc391631702 \h 754.2.20Technical documentation PAGEREF _Toc391631703 \h 755CONTRACT AWARD CRITERIA PAGEREF _Toc391631704 \h 765.1CONTRACT AWARD CRITERIA FOR LOTS: A, B, C, D, E, F, G, H, I, J, K, L, N, O, P, S, U PAGEREF _Toc391631705 \h 765.2CONTRACT AWARD CRITERIA FOR LOTS: M, R, T PAGEREF _Toc391631706 \h 765.3TWO BIDS WITH EQUAL BEST EVALUATION RESULT PAGEREF _Toc391631707 \h 765.3.1LOTS FROM A TO T PAGEREF _Toc391631708 \h 765.3.2LOT U PAGEREF _Toc391631709 \h 766REVIEW CLAIM PAGEREF _Toc391631710 \h 776.1Legal base and terms for submission PAGEREF _Toc391631711 \h 776.2Method of submitting the review claim PAGEREF _Toc391631712 \h 777FORMS PAGEREF _Toc391631713 \h 77DATA ON BIDDER AND BID PAGEREF _Toc391631714 \h 78Declaration of Bidder’s acceptance of Public Procurement conditions PAGEREF _Toc391631715 \h 79Form OFFER PAGEREF _Toc391631716 \h 80Form OFFER PAGEREF _Toc391631717 \h 81Form OFFER PAGEREF _Toc391631718 \h 82Form OFFER PAGEREF _Toc391631719 \h 83Form OFFER PAGEREF _Toc391631720 \h 84Form OFFER PAGEREF _Toc391631721 \h 85Form OFFER PAGEREF _Toc391631722 \h 86Form OFFER PAGEREF _Toc391631723 \h 87Form OFFER PAGEREF _Toc391631724 \h 88Form OFFER PAGEREF _Toc391631725 \h 89Form OFFER PAGEREF _Toc391631726 \h 90Form OFFER PAGEREF _Toc391631727 \h 91Form OFFER – BASIC OFFER PAGEREF _Toc391631728 \h 92Form OFFER – OPTIONAL OFFER PAGEREF _Toc391631729 \h 93Form OFFER PAGEREF _Toc391631730 \h 94Form OFFER PAGEREF _Toc391631731 \h 95Form OFFER PAGEREF _Toc391631732 \h 96Form OFFER – BASIC OFFER PAGEREF _Toc391631733 \h 97Form OFFER – OPTIONAL OFFER PAGEREF _Toc391631734 \h 98Form OFFER PAGEREF _Toc391631735 \h 99Form OFFER – basic offer PAGEREF _Toc391631736 \h 100Form OFFER – OPTIONAL offer PAGEREF _Toc391631737 \h 101Form OFFER PAGEREF _Toc391631738 \h 102Proforma Invoice PAGEREF _Toc391631739 \h 103STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2) PAGEREF _Toc391631740 \h 104Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2) PAGEREF _Toc391631741 \h 106STATEMENT UNDER the third and THE FOURTH PARAGRAPH OF ARTICLE 42 PAGEREF _Toc391631742 \h 108Bidder's Statements given under CRIMINAL and material LIABILITY PAGEREF _Toc391631743 \h 109Declaration of the Bidder regarding the spare parts PAGEREF _Toc391631744 \h 110Declaration of the Bidder – all the offered equipment is factory new PAGEREF _Toc391631745 \h 111Declaration of the Bidder regarding the software upgrades PAGEREF _Toc391631746 \h 112STATEMENT OF THE MANUFACTURER PAGEREF _Toc391631747 \h 113STATEMENT OF THE PRINCIPAL PAGEREF _Toc391631748 \h 114Sample Contract PAGEREF _Toc391631749 \h 115Guarantee for the seriousness of Bid PAGEREF _Toc391631750 \h 128STATEMENT regarding the Performance Guarantee PAGEREF _Toc391631751 \h 129Statement ON THE FORWARDING OF DATA IN THE DISCLOSURE PAGEREF _Toc391631752 \h 130OF THE BIDDER'S OWNERSHIP PAGEREF _Toc391631753 \h 130Explanation of the Tender documentation No. JN-B0643 PAGEREF _Toc391631754 \h 1334211320635INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDERPursuant to Item 1 of the first paragraph of Article 24 of the Public Procurement Act (Official Gazette of the Republic of Slovenia no.: 12/2013 – ZJN-2-UPB5, 19/2014; hereinafter referred to as ZJN-2), Radiotelevizija Slovenija, Public Institution, hereby publishes the contract notice through the open procedure for:purchase of audio/video equipment for OB Vans.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-B0643 – " A/V equipment for OB Vans“. 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 19 August, 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 19 August, 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, 27 June, 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).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) 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 for two HD OB Vans. 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:2 pieces of vision mixer (1 piece – delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)All vision mixers must be produced by the same manufacturer, because the same vision mixer operators will work on both types of vision mixers. One day on one type, the next day on another without any time planned to become familiar with the vision mixer.Both Vision mixers will be build in rack ready OB Van and the desk in vision control room has the CUT OUT of the following dimensions: 1157 x 400 mm. The control panel of vision mixer must feet into this CUT OUT, otherwise there will be aditional costs to rebuild the existing desk in OB Vans.The bid must comprises parts which are specified in the following table:ItemRequired partsRequired Qty?Offered Qty13ME HD vision mixer – all HW equipment1?2HD-SDI inputs (all of the inputs, primary, FILL and KEY)48?3HD-SDI outputs ( all outputs encountered PGMs, MEs, PSTs, CLEAN, ..AUX) 32?4Number of channels of 3D digital video effects2?53ME control panel with touch screen display 1?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) piece of each type of board with build in sub-boards (at least IN board, OUT board (each type), 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) piece of each type of power supplies and one (1) piece of each type of fan, which are build in the all offered HW equipment of video production switcher- only for one vision mixer?8Recommended set of spare parts of 3 M/E control panel (it must include at least one (1) piece of each type of power supply, at least one (1) piece of fan (if they exist),at least 5 pieces of each type of button or complete part of control panel for source selection, 4 pieces of 4 character mnemonic display (except if the complete part of control panel for source selection is offered), 1 touch screen display, etc.) - only for one vision mixer9Operational manual (CD/DVD and two hard copies)?10Installation manual (CD/DVD)??11Maintenance manual (CD/DVD and 2 hard copies) ??12Operational training course (in period of 3 days) on Contracting Authority location with accommodation, daily allowances and travelling expenses for a lecturer ??13Maintenance training (in period of 2 days) on Contracting Authority location with accommodation, daily allowances and travelling expenses included for a lecturer- only for one vision mixer??14Commissioning (in period of 1 day) on Contracting Authority location with accommodation, daily allowances and travelling expenses included for a lecturerTechnical 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, 720p50) yes/no210-bit processing is requiredyes/no3Number of SD PAL reference inputs – colour black14Number of WIPE generators per M/E (main and KEY) 45Number of KEY`s per M/E46Number of CHROMA KEY`s per M/E, which can be used on any KEY47Number 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 can be additional offered KEY`s88Number of BORDERLINE and SHADOW EFFECT generators for every KEY19Multi-viewer outputs are required (16, 10, or 4 splits)2 channels10All 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/no11Machine control for controlling VTR`s, disc`s recorders 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) 412The number of GPI and GPO built into the vison mikser HW, which is installed in the machine room 6 in,6 out13TALLY signalisation (serial protocol for UMD must be available) and parallel with relay/open collector closures is set up during configuration of the video production switcher4814The number of effects memory registers available per M/E, each independent of the other. 9915At creating/editing macros it is required that it must be possible to use the existing macros (macro in macro)yes/no16It 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/no17It 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 the any menu (the procedure of macro creation must be described in the offer)yes/no18If 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/no19The copy of any mix effects programs and settings from each of the ME stage to any of the ME stages must be possibleyes/no20The 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/no21Internal at least 8 channel RAM recorder with 1000 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/no22Resizer function must be available for half the keyers yes/no23It must be possible to make a dissolve on any pair of AUX bus outputsyes/no24Primary color correction for all inputs and AUX bus outputs.yes/no2524 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 3 PGM/CF and 2 PST (PVW) outputs and must be possible to insert into each of (3) PGM/CF signals 1-4 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 KEY`s into the picture (4). 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 offered vision mixer?yes/no343M/E control panel must control at least 10 auxiliary buses by build in or stand alone control panel yes/no35It must be possible to have transition preview on preview monitor and 3 program outputs with different inserted grahics (by DSK) available simultaneouslyyes/no36Remote 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/no37It must have build in multiviewer with at least 10 different picturesyes/no38 SNMP monitoring must be availableyes/no39The 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 3.2.1.3 from this tender documentation).like or equivalent to MVS-6530 LOT B: ROUTER, MULTIVIEWER, DSK and AUDIO PROCESSORIn LOT B must be offered:2 pieces of ROUTER (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)17 pieces of MULTIVIEWER type 1 (9 pieces - delivery time max. 60 days after signing a contract, 8 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)2 pieces of MULTIVIEWER type 2 (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015) 2 pieces of DSK card (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)2 pieces of Audio proccessing card (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)Maxuimum available rack space for a set of devices from lot B in OB van is 18 RU.OB van set is: 1 piece of router8 pieces of multiviewer type 11 piece of multiviewer type 21 piece of DSK card 1 piece of audio processing cardROUTERIt is required 3G/HD/SD-SDI video and AES/AA/MADI audio router as a one system, which has the functionality of build in embedders and deembedders of audio signal. It must be controllable by common control system in the OB Van:It must support the DolbyE signalIt must have build in cable compensation for 150 m of Belden 1394A (valid for HD-SDI signal – 1.5 Gbps)It must have alignment jitter ≤ 0.3UIpp (from 100KHz to 300MHz) at 3GbpsIt must have return loss at inputs and outputs ≥15dB (1.5 Gbps) or ≥10dB (3Gbps)Control system must be capable to allow simultaneous routing of several sources to several destinations (salvos), multi layer control ( at least 4 layers), capability to lock certain destinations)It must have at least 112 video (3G/HD/SD-SDI ) inputsIt must have at least 204 video (3G/HD/SD-SDI ) outputsIt must have at least 4 MADI (64 ch) inputs and 4 MADI (64 ch) outputsIt must route video signals with embedded audio signals (at least audio with 16 mono channels)It must have functionality of build in dembedders (for audio with 16 mono channels per video signal) on at least 80 video inputsIt must have functionality of build in dembedders/embedders (for audio with 16 mono channels per video signal) on at least 80 video outputsIt must have seamless integration between dembedded and discrete audio signals (from MADI inputs)Must be able to dembedd incoming embedded audio signals internally, dembedded audio signals must be routed independently and discretely, and can be embedded within the router into any digital video output signal Must perform swap /shuffle switching of the audio between any discrete or embedded audio inputIt must be possible to get the dembedded and discrete audio signals as output MADI signalsIt must be possible to embedd to the video signal the dembedded signals and signals from MADI inputsSwitch in the 6th line of the video signal in accordance to recommendation SMPTE RP 168 is requiredRedundant power supply and additional spare power supplyBoth power (main and redundant) supplays must be in function during normal opeartion of a router, but with less then 50% capacityIf the contracting authority already owns some of the required spare boards, the bidder doesn’t need to offer such spare boards (valid for items u-z).It must have redundant controllerRedundant audio and video crosspoint boards are required, which must be automatically and manually hot swappable during the operation of a router. It must automatically replace any faulty crosspoint board. One redundant input video with dembedders and one input video board with MADI input but without dembedders is requiredOne redundant output video with embedeers and one output video card with MADI output but without embederes is requiredOne redundant input video card and one output video card is required (just video inputs or outputs)Spare fans or block of fans are requiredSynchronisation of the switches has to be done by PAL black/burst signalFront-loading, hot-swappable modules for 24/7 operationIt must have build web server for configuration of the router (it must be able to display the status of the whole router in one layer, it must be possible to control each destination, it must be possible to set up the simultaneous routing of several sources to several destinations (salvos), multi layer control ( at least 4 layers), capability to lock ceratin destinations)It must have build in support for SNMP monitoringControl solution must support protocol for communication with UMD (which are build in multiviwers offered in this tender)It must be possible to control it by control panels of required common control system of a OB Van and existing OB Vans (without any required changes)It must have at least one control panel for direct control of the router, multiviewers, DSK boars and audio processors (like RCP-200 or equvalent).Maintenance training/commissioning (at least 2 days) in Ljubljana with accommodation, daily allowances and travelling expenses included for a lecturerlike or equivalent to 8140 Hybrid MULTIVIEWER TYPE 18 channel with two (2) HD/SD-SDI outputs each multiviewers are required.The multiviewer must have the following features:With SW application on a third party office PC must be possible to design and store different layouts of pictures (together with UMD) on a multiviewer. It must be possible to recall each of stored layouts just by simple SW command. SW which fulfils both requirements must be included in the bid.It must be possible to control the multiviewer by control panel and special SW application over Ethernet or serial port (422/485)Special SW application from item b must be offered (1 piece)it must be possible to display 3G-SDI (upgradable in future just with SW upgrade), HD-SDI signals and SD-SDI signals simultaneously on a multiviwer, with auto recognition of the type of the signalit must have 8 inputsthe delay of the displayed picture relative to the input signal on a multiviwer must be ? of frame or lessthe resolution of the each HD/SD-SDI output must be at least 1920 x 1080 with vertical frequecy 50 HZit must have 2 HD/SD-SDI outputsit must have Ethernet portit must have GPO/GPI portscascading must be possible (cascading of at least 2 cards must be possible to get 16 different pictures on one monitor)dynamic ON-AIR signalisation (tally) must be offered (interface to offered production switcher must be supported)UMD`s, which are build in multiviewers, must be capable of dynamic displaying of names of the sources of the offered router for each pictureLevels (as audio level metres) of to 3G (in the case of SW upgarde)/HD/SD-SDI embedded audio signals (at least 4 AES) must be displayed on each pictureAutomatic aspect ratio control by AFD/WSS signalisation must be allowedDisplay of Time Code from video signal must be allowedSafe area markers must be allowedSupport for SNMP monitoring must be build inThe frame (max height is 3 RU) must have redundant power supply (both PS must work with at aprox 40% of capacity all the time). Reserve power supply must be also offered.It must be possible to control it by control panels of required common control system of a OB Van and existing OB Vans (without any required changes)like or equivalent to KMV-3911-8X2MULTIVIEWER TYPE 216 channel with two (2) HD/SD-SDI and HDMI outputs each multiviewers are required.The multiviewer must have the following features:With SW application on a third party office PC must be possible to design and store different layouts of pictures (together with UMD) on a multiviewer. It must be possible to recall each of stored layouts just by simple SW command. SW which fulfils both requirements must be included in the bid.It must be possible to control the multiviewer by control panel and special SW application over Ethernet or serial port (422/485)Special SW application from item b must be offered (1 piece)it must be possible to display 3G-SDI (upgradable in future just with SW upgrade), HD-SDI signals and SD-SDI signals simultaneously on a multiviwer, with auto recognition of the type of the signalit must have 16 inputsthe delay of the displayed picture relative to the input signal on a multiviwer must be 1 frame or lessthe resolution of the each HD/SD-SDI output must be at least 1920 x 1080 with vertical frequecy 50 HZit must have 2 HD/SD-SDI and HDMI outputsit must have Ethernet portit must have GPO/GPI portsit must have input for video reference signal and LTC signalit must have possibility to rotate the picture for 90 degreesdynamic ON-AIR signalisation (tally) must be offered (interface to offered production switcher must be supported)UMD`s, which are build in multiviewers, must be capable of dynamic displaying of names of the sources of the offered router for each pictureLevels (as audio level metres) of audio signal embedded to 3Gvideo signal (in the case of SW upgarde)/HD/SD-SDI embedded audio signals (at least 4 AES) must be displayed on each pictureThe inside clock and counters (UP and DOWN), which are triggered by external signal (GPI) must be possible to displayAutomatic aspect ratio control by AFD/WSS signalisation must be allowedDisplay of Time Code from video signal must be allowedDisplaying time of the day (clock) synchronised to the TC or NTP must be allowedSignal faults must be detected abd presented on screen (at least the following faults: video black, video frozen, video level too high, loss of video, EAV/SAV error, audio silence, audio overload, audio mono, audi out of phase)It must be possible to monitor closed captioning and teletext (608, 708, WST 41, 47)It must be possibly to monitor the Dolby E metadata, AFD/WSS formats, and audio/video signal formatIt must be possible to monitor DVB SubtitlingIt must be possible to monitor the Loudness (according to ITU-R-BS-1770)Safe area markers must be allowedSupport for SNMP monitoring must be build inThe frame must have redundant power supply (both PS must work with at aprox 40% of capacity all the time). Reserve power supply must be also offered.It must be possible to control it by control panels of required common control system of a OB Van and existing OB Vans (without any required changes)like or equivalent to KALEIDO-X16-DDSK unit/cardIt is down stream keyer (3Gbps/HD/SD?) with dual independent fill and key inputsIt must have independent preview outputIt must have mechanical bypass of main inputThe insertion of fill/key signal must ve controlled by GPI commands and Oxtel protocolIt must posible to insert the DSK card into the same frame as MULTIVIEWER TYPE 1 cards (from item 3.3.2.2)It must have at leas 32 GB of internal storageItmust support SNMP monitoringIt must be possible to control it by control panels of required common control system of a OB Van and existing OB Vans (without any required changes)like or equivalent to LGK-3901Audio processing cardIt is a audio proccessing card with one 3Gbps/HD/SD?SDI inputIt must have minimum 4 3Gbps/HD/SD?SDI outputsOne of the outputs can have a bypassIt must have minimum 1 3Gbps/HD/SD?single mode fiber outputIt must have an reference input (black burst,tri-level sync)Card must have GPIOUser selectable video delay up to 15 framesAudio sampling must be synchronous 48kHzAudio latency must be less then 10msAudio delay must be user selectable in 1ms steps and up to 2sCard must have dynamic audio processing,loudness meter and 16-channel automatic loudness controlIt must have Dolby E encoderlike or equivalent to EAP-3901LOT C: V/A SERVER WITH CONTROL UNITIn LOT C must be offered:2 pieces of production server each with remote control unit (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)The production server must have the following features:Basic featuresmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed)playout control, instant replay (live slow motion), live editing, build in storage,Max. 2 RU heightimport/export video files in all formats as MXF OP1a and Quick TimeOther featuresIt must be possible during playing a clip in the play list to jump (with V/A transition) to the next clip with pushing appropriate buttonSearch while recording, cue points & clips management, instant replayIt must be possible to create play listsIt must be possible to play clips in play list with wipes and dissolves on one ouput channel onlyUsage of external storage must be possibleShare A/V content and move/copy/archive faster than real-timeKeyword Assignment and Database Search functionsVideo At least 6 x HD SDI IN (BNC)At least 4 x HD SDI OUT (BNC)It must have BNC monitoring outputs (for each output) with embeded avdio (at least 4 AES signals per video signal) of all ingest and playout channels (HD/SD SDI output) and OSD (recorded TC of the clip, cutdown TC, current clip name, avdio bars of embeded audio signals))It must have build in multiviewer with VGA/DVI output and OSD (recorded TC of the clip, cutdown TC, current clip name, avdio bars of embeded audio signals))Supported Hi-res Video file formats : XDCAM HDBeside Hi-res Video file formats also proxy files must be generated for at least 4 streams (Video:MPEG-4 Part 2, Audio:MPEG-4 Part 3 LC-AAC)Video Reference : CVBS BB / CB ; HD Tri-Level SyncVideo Monitoring : 6 x HD SDI outputAudio It must support embedded audio (recording and playing): 16 mono tracks per video channel (48kHz,24-bit)It must have at least 4 AES/EBU inputs and outputs (48kHz,24-bit)It must support audio srub (at least ±2x)must be capable of Dolby E support (at least pass through and CUT edit)It must have avdio level adjustment for all input and output avdio signalsIt must have audio clickelimination at plying out sequential video clipsTime Code 1x LTC In HD SDI In/Out : HANC VITCSD SDI: VITC in VBIDataAt least 1 x 1 Gb ethernet port for FTP/CIFS exchange of materialsInternal Storage It must have build in disk storage for at least 150 hours of XDCAM HD 422 (50 Mbps) and RAID 1 protectionAccessories1x Remote Control Unit with LCD display (Ethernet link) like or equivalent to K2 Summit 3G Production Client with K2 Dyno Replay SystemLOT D: MONITORS OB VANIn LOT D must be offered:7 pieces of 17” OB Van monitors type 1 (4 pices - delivery time max. 60 days after signing a contract, 3 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)6 pieces of 17” OB Van monitors type 2 (3 pieces - delivery time max. 60 days after signing a contract, 3 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)5 pieces of 17” OB Van monitors type 3 (3 pieces - delivery time max. 60 days after signing a contract, 2 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)23 pieces of 23” OB Van monitors (12 pieces - delivery time max. 60 days after signing a contract, 11 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)2 pieces controler for 17” and 23” monitors (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)17'' OB Van monitors type 1Technical requirements for HD LCD monitors:Colour temperature of the picture on the screen must be 6500K (D65)It must have 10 bit signal processingThe diagonal of viewable area must be 17”The angle of view (H/V) must be at least 178/178 or moreMonitor must have at least 1280 x 768 pixels Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3 and 16:9In information area it must be possible to display UMD, Tally (two tallies in different colours), TC (which is embedded to video signal)Monitor must have 3G/HD/SD-SDI input (1080p50, 1080i25 and 720p50) It must have Ethernet port (RJ-45) or 422 port for UMD and TallyIt must support the following protocols for UMD/Tally control: at least TSLIt must have less the one frame picture latencyMonitor must be capable to build in 19” rack and rack mount kit must be offeredIt must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement) It must be powered by AClike or equivalent to LMD-1751WHD17” OB Van monitors type 2The monitor must have OLED panel with 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 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 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-F170A17” OB Van monitors type 3 The monitor must have OLED panel with 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 RGBMonitor must be capable to display geometrical no distorted picture with aspect ratio 4:3 and 16:9 It must have less the half field picture latency of displayed picture regarding input signalMonitor must have the possibility to use different markers (centre, safety cone and aspect) Monitor must be capable to display SD (576i50) picture and also HD picture (720p50,1080i50 and 1080p50)Monitor must have HDMI inputComputer signals must be posible to display over HDMI input. The resolution range must be at least from 640 x 480 to 1680 x 1050 pixelsIt must have on screen tallyThe depth of the monitor must be 70mm or lessIt must have VESA-mount capabilitylike or equivalent to PVM-A17023’’ OB Van monitorsTechnical requirements for HD LCD monitors:Colour temperature of the picture on the screen must be 6500K (D65)It must have 10 bit signal processingThe diagonal of viewable area must be 23“The angle of view (H/V) must be at least 178/178 or moreMonitor must have at least 1920 x 1080 pixels Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3 and 16:9it must be possible to display UMD, Tally (two tallies in different colours), TC (which is embedded to video signal)Monitor must have HD/SD-SDI input (1080i25 and 720p50) It must have Ethernet port (RJ-45) or 422 port for UMD and TallyIt must support the following protocols for UMD/Tally control: at least TSLIt must have audio level meter and waveform displayIt must have less the one frame picture latencyIt must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)It must be possible to be powered by ACDimensioms must not be bigger than (W x H ):549.5 x 352.5 mm like or equivalent to LMD-2341W3.3.4.5 Control unit for 17’’ and 23’’ monitors offered in this lotmust be capable of complete control of each monitor's menu settings and adjustmentsmust be capable to send global commands to affect all monitors in a video wall, or individual commands to affect single monitors identified by ID.It must have network connection 1 x RJ45 physical layer 10BASE-T or 100BASE-T ethernetlike or equivalent to BKM-16RLOT E: MONITORS STUDIOIn LOT E must be offered:7 pieces of 3x5” studio monitors (4 pieces – delivery time max. 60 days after signing a contract, 3 pieces – delivery time max. 5 months after signing a contract, but not before then 2015)Colour temperature of the picture on the screen must be 6500K (D65).The diagonal of viewable area must be at least 5” or moreThree (3) monitors must be mounted in the frame which is 2RU high and 19” wideThe angle of view (H/V) must be at least 170/170 or moreMonitor must have at least 800 x 480 pixels Monitor must have aspect ratio of the screen 15:9, but it must be capable to display geometrical no distorted picture with aspect ratio 4:3 and 16:9It must have less the one frame picture latency Monitor must have the possibility to use different markers (centre, safety cone and aspect) In information area it must be possible to display audio level (of up to 8 AES audio signals which are embedded in connected HD/SD-SDI signal)Monitor must have HD/SD-SDI INPUT It must have information position selectableit must have brightness of at least 300cd/m?It must have contrast ratio at least 600:1like or equivalent to V-MD503LOT F: MEASURING INSTRUMENTSIn LOT F must be offered:2 pieces of measuring instrument type 1 (1 piece – delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)4 pieces of measuring instrument type 2 (2 pieces – delivery time max. 60 days after signing a contract, 2 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)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: 15 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 rack19” rack mount kit must be offeredMax. Depth: 15 cmAllowed power supplay must be 100 to 240 VAC, 50/60 Hzlike or equivalent to WFM5200LOT G: CHARACTER GENERATORIn LOT G it must be offered:2 pieces of character generator (1 piece – delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)The requested configuration:Character Generator with one HD channel with Slovenian characters included, clip and still playback. Allow to run custom graphic applications; rapid access keyboardTechnical requirementsOutput channel must provide preview and program outputChannel must have internal downstream keyerVertical interval lines 7 – 22 and 320 – 335 must be possible to pass through or to be re-blanked.Inputs-Outputsdual DVI/Display port output, at least 3 USB ports, 1X RS232 port,2 X 100/1000Mb ethernet ports,HD/SDI video and key in and out Preview for video and key (on second DVI/Display port output)analog PAL reference with loop through,LTC in and AES stereo pairs in/out, 1 GPI, 1 GPO per channel Video input is requested to be either full frame (background) or presented as a foreground layer and resized.Audio Embedded audio in a SDI input should pass through the system.A separate AES/EBU input and output are required (2 input / 2 output) Embedded audio (2 stereo pairs per channel) at video output is requiredOther requirementsSwitch between SD to HD must be realized without restarting systemRacks mount (19'') equipmentIntegral redundant hot-swap PSU.Relay by-pass on both video and key inputs for each channel.Internal processing must be 12 bit (4:2:2:4)Functionality requirementsAll offered systems must be compatible with Inscriber G-Series Character Generators (G1, G3, G7, G5 RTX) and with HARRIS Connectus server.It must be possible to integrate CG with iNews through standard MOS protocol. Integration with iNews system is not required in this tender.Full of channel independencyAt least one HD SDI input All offered systems must have at least DVE processing of HD SDI input – full picture or resize in combination with graphic element, text, static or dynamic background2 x2D DVE processing must be allowed on channelAudio must be recorded, stored and replayed?as AES/EBU 24 bit audio. Two stereo pairs are required.It must allow playing of multiple format clips (MPEG2, MPEG4, AVI, QT, WMF)It must allow import of 3D objects and object animation in real timeIt must be possible to composite motion background (picture of playing clip) seamlessly with CG elements - layeringVirtual channels must be possible on channelIt must have at least one digital clocks and (or) countdown Text ticker (loop) with one or more text linesIngest (grab) still picture from video inputRecording of avdio and video input signal at full HD resolution must be possible. It must be also possible to set IN/OUT points in recorded clip and play it as full frame video clip.Data base management and search engine must allow also advanced metadata searches by size, file type, date, keywords, etc.The metadata database and files must allow to be shared across LANImage viewer must show saved picture and clips as thumbnails.ControlRemote control of CG should be realized by XML over TCP/IP. The control should provide commands to both select pages to air and allow template filling with text, logos, stills, clips and cell animations.In addition to providing control and acknowledgement of commands the interface of CG should also provide on-air status information feedback.A toolset should be provided to allow the building of remote control ‘soft’ panels.User Interface and MiscellaneousFor channel output (video and key) there will be a separate video preview on DVI monitor.ASCII import with embedded style changes and page breaks.ASCII import with TC in/out points.It must be enabled the display of data from social media and other sources such as RSS feeds, databases, spreadsheets, XML or ODBC (Open Database Connectivity) content in dynamic and static templatesHelp for any currently chosen command.like or equivalent to Nexio G8LOT H: NON TAPE RECORDERS/PLAYERSIn LOT H it must be offered:2 pieces of hybrid professional disc & SxS player/recorder (1 pieces – delivery time max. 60 days after signing a contract, 1 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)It must accept the following media type: SxS Memory Card Drive, ExpressCard/34 (x2) and Professional Disc Drive (x1)It must have build in the internal 512GB Solid State Drive (SSD)It must support all XDCAM and XDCAM EX file formats, codecs and metadataIt must support Dual Layer disc (PFD50DLA), Single Layer disc (PFD23A) and Quad Layer disc (PFD128QLW)It must support SxS Pro, SxS-1 and card adaptors for memory sticks and SDHCsIt must allow users to access growing volumes of files from non-linear editors without file transfer ( at least 8 clients for file transfer and 8 clients for network control)It must support SD and HD as standard with up-conversion record, and up/down/cross-conversion playbackIt must have HD-SDI inputs with embedded audio (at least 2), AES/EBU inputs (at least 4), LTC input (SMPTE timecode), reference input (BB loop-through)It must have HD-SDI outputs with embedded audio (at least 2), AES/EBU outputs (at least 4), LTC output (SMPTE timecode), HD-SDI monitor output, analog audio monitor output (XLR-type 3-pin (x2)), headphone output (Stereo phone jack)It must have serial control conector RS-423 (D-sub 9-pin (female)) and VGA connectorIt must have Ethernet ports RJ-45 (x1), 1GbElike or equivalent to XDS-PD2000LOT I: SYNC GENERATORS AND AUTOMATIC CHANGE OVER UNITIn LOT I must be offered:No.DescriptionSample model or equivalentPcsDelivery1Sync processing generator and test processing generatorEVERTZ 5601MSC42 pcs max. 60 days2 pcs max. 5 months, but not before then 2015it must be capable to work without external reference signalit must be possible to GENLOCK it to external PAL reference signal, HDTV tri level reference signal and 10MHz CW signalit must have reference loop-through input PAL black burst and HDTV tri-level syncBurst Lock/Sync Lock Stability: Jitter with burst lock: <0.5?, Jitter with sync lock: <1 ns.Genlock Time Adjustment Range: Anywhere in the colour frameOutput: 1 black burst signal, 1 HDTV tri-level sync (both are independent and the timing for each can be adjusted anywhere in the colour frame)It must have additional independent 2 black burst signal outputs and the timing for each can be adjusted anywhere in the colour frameIt must have at least 4 AES test signal outputs and 2 AES silence inputsAll audio outputs must be unbalanced with impendance 75 Audio test signals must have sampling frequency 48KHz locked on video signal, quantisation linear PCM 20 and 24 bits, frequency of test tones from 50Hz to 20 KHz, amplitude of test signals must be adjustable from -60 to 0 dBFSIt must have the COLOUR black HD test signalIt must have world-clock outputIt must have the following HD test signals (in both formats 1080i/50 and 720p/50): 100%, 75% and SMPTE Colour Bars, Linearity, Multiburst, Sweep, Monitor, SDI pathological, TimingVideo test signals must have embedded audio test signals on channels 1-16 (sampling frequency 48KHz locked on video signal, quantisation linear PCM 20 and 24 bits, frequency of test tones from 50Hz to 20 KHz, amplitude of test signals must be adjustable from -60 to 0 dBFS)Generator must have special test signal for measuring V to A delay. It can be a special adittion generator which not need to be in back-up configurationThe system should include an external GPS antenna, which can be located at least 40 meters from the main systemIt must generate a signal NTPGenerator must have redundand power supply2Automatic changeover switch unitEVERTZ 5601ACO221 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Very high reliability Indication of the status of both primary and back-up generator.Automatic or manual selection of primary or back-up SPGAutomatic changeover unit must have redundand power soupplyContinues operation with selected SPG in case of power failure on the change over unit. Service manuals.LOT J: MODULAR EQUIPMENTDelivery time for HD-4 and spare is max. 60 days after signing a contractDelivery time for HD-3 is max. 5 months after signing a contract, but not before then 2015Specification table:DescriptionHD-3HD-4spareSample model or equivalent11<8 Analog video/Sync distribution amplifier991D VA 5718L2Down converter with analog video and audio outputs331C DX 562433G dual FS withup, down, cross converter, audio processing221P VD 5840D type14Dual AES audio distribution amplifier111D AD 5220S5Analog audio distribution amplifier221D AA 532063G/HD/SD SDI Frame Synchronizer331PVD 580073Gbit SDI/ASI Distribution Amplifer with Fiber I/O111DVO 58108Dual 12 Bit CVBS to SDI Decoders and Frame Syncs111CAD 512293G/HD/SD Color corrector111P VD 5840D type210Quad Fiber Optic to SDI Receiver221ORX 580011Quad SDI to Fiber Optic Transmitter221OTX 5840123G/HD/SD 8 Channel Analog Audio Embedder / Deembedder111PDM 5380133G/HD/SD Three Channel SDI Distribution Amplifier111DVD 5830143Gbit Dual Channel SDI/ASI Distribution Amplifier441DVD 582015Dual 1>4 / Single 1>8 Analog Audio Dist.Amp. (Transformer Isolated)221LTC DAA 532116Dual Word Clock Distribution Amplifier111DAD 5220 WCB17Redundant power supply for frame55R PS 5012182RU frame55R FR 501219Controller card for frame55R CT 5031/10/21 20user control SW11SNMP contr. SW +2 x OH_RCT5023_SERVER +2x OC_RSL_FUNC21SNMP control SW11SNMP contr. SW22user and service manual for all offered equipment11Detailed technical requirementsAnalog video/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.Down converter with analog video and audio 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.3G dual FS with up, down, cross converter, audio processing 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 colour saturation, black level and colourAdjustable 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.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.3G/HD/SD SDI Frame Synchronizer must haveSD/HD operation with auto detection of input video standard.Analog tri-level or bi-level (black) reference sync (auto-detect) cross lock compatible All 16 channels of embedded audio at SDI input signal must be de-embedded, delayed to match video processing dealy and re-embedded4 x SDI outputs Integrated test pattern generatorAuto-tracking audio delay with no “pops” or “clicks” in audio even if add or drop framesUp to 62 frames of adjustable delayRemote control, status monitoring and error logging by Control system. SNMP error reporting is also required.3Gbit SDI/ASI Distribution Amplifer with Fiber I/O must haveSupport SMPTE 259M, 292M, 424M, DVB-ASI and SMPTE 310Input 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 Jitter: 2,96GHz < 0.3UIUser selection of electrical or optical (fiber) SDI inputs6 x electrical and 1 x optical SDI outputsUser selection of reclocking or non-reclocking modeInput video standard must be Auto-detectedCWDM support of all 18 optical wavelengthsposibility that in non-reclocking mode distribution of any data stream from 143Mbps to 3Gbps is transparentLED indication if input signal is present LC fiber connectorFiber SFP module must be freely removed or replaced without disconnection of fiber cablesRemote control, status monitoring and error logging by Control system. SNMP error reporting is also required.Dual 12 Bit CVBS to SDI Decoders and Frame Syncs must haveTwo independant high Quality 12 bit A/D conversion channelsPAL / NTSC mode must be auto detectedFrame synchronizer / TBC with pixel, line and frame adjustments to delay output for synchronization to external audio At least 54 MHz sampling At least 10 lines to 8 frames of delay in 37ns incrementsCVBS inputs (with passive loop through)10 bit SDI outputs SMPTE 259M-CUser selectable Luma / Chroma filtersUser selectable 5 line Comb and Adaptive filtersUser selectable external or internal reference and low sensitivity genlock mode Posibility to adjust Gain, Saturation, Pedestal and HueIntegrated alphanumeric display and menu system for local configurationsRemote control, status monitoring and error logging by Control system. SNMP error reporting is also required.3G/HD/SD Color corrector must have2x 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 RGB color correction2 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 gain, saturation, hue, black levelAdjustable aperture correctionColor space conversionIntegral test pattern generator with multiple testsAdjustable output timing delay (up to 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.Quad Fiber Optic to SDI Receiver must haveSupport for SMPTE 259M, 292M, 424M, DVB-ASI and SMPTE 3104 independent Fiber RX channels and 4 x SDI outputsoperational range from1260nm to 1620nm on two channels user can select between electrical / optical inputs each channel must work in reclocking or non-reclocking mode input clock rate must be auto-detectedposibility that in non-reclocking mode distribution of any data stream from 143Mbps to 3Gbps is transparent LED indication if input signal is present for each channelInternal 4x4 signal router for flexible I/O mapping LC fiber connector, single mode or multimode fiberFiber SFP module must be freely removed or replaced without disconnection of fiber cablesRemote control, status monitoring and error logging by Control system. SNMP error reporting is also required.Quad SDI to Fiber Optic Transmitter must have4 optical TX channels and aditional 2 x electrical outputsSupport for SMPTE 259M, 292M, 424M, DVB-ASI and SMPTE 310CWDM support of all 18 optical wavelengthseach channel must work in reclocking or non-reclocking mode input clock rate must be auto-detectedposibility that in non-reclocking mode distribution of any data stream from 143Mbps to 3Gbps is transparentLED indication if input signal is present for each channelInternal 4x6 signal router for flexible I/O mapping LC fiber connector, single mode or multimode fiberFiber SFP module must be freely removed or replaced without disconnection of fiber cablesRemote control, status monitoring and error logging by Control system. SNMP error reporting is also required.3G/HD/SD 8 Channel Analog Audio Embedder / Deembedder must haveSupport for all SDI formats up to 3Gbit with auto detection of input signal Posibility to switch between 8 channel embedder or de-embedder24 channel audio processing stage which allow to adjust gain, phase invert, mute and stereo to mono mixdown Posibility of overload and silence detection24 x 24 mono output crossbar for embedder and external audio channel assignmentPosibility that module will embed audio in a selectable internal test signal (in the case there is no input signal)Up to 62 frames of programmable delayUp to?10 seconds of?audio delay Posibility to embed or de-embed Timecode using two of the audio inputs/outputs Remote control, status monitoring and error logging by Control system. SNMP error reporting is also required 3G/HD/SD Three Channel SDI Distribution Amplifier must haveSupport for all SDI formats up to 3Gbit with auto detection of input signal 3 x SDI inputs and 3 sets of 2 outputsPosibility that user map any input on any outputeach channel must work in reclocking or non-reclocking mode non inverting all SDI outputs posibility that in non-reclocking mode distribution of any data stream from 143Mbps to 3Gbps is transparentMicroprocessor controller which allow storing configuration in internal flash ram LED indication if input signal is present for each channel Remote control, status monitoring and error logging by Control system. SNMP error reporting is also required 3Gbit Dual Channel SDI/ASI Distribution Amplifier must havesupport for all SDI formats up to 3Gbit with auto detection of input signalsupport for ASI/DVB and SMPTE 310 streamsDual channel 1>4 or one channel 1>8 each channel must work in reclocking or non-reclocking mode posibility that in non-reclocking mode distribution of any data stream from 143Mbps to 3Gbps is transparentMicroprocessor controller which allow storing configuration in internal flash ram LED indication if input signal is present for each channel Remote control, status monitoring and error logging by Control system. SNMP error reporting is also requiredDual 1>4 / Single 1>8 Analog Audio Dist.Amp. (Transformer Isolated) must haveoperation mode 1>8 mono or dual 1>4 stereoBalanced analog audio inputs and outputsAll audio inputs and outputs isolated with audio transformersdetection of presence of input signalIndependently adjustable gain for each input channelMicroprocessor controller which allow storing configuration in internal flash ram Remote control, status monitoring and error logging by Control system. SNMP error reporting is also required Dual Word Clock Distribution Amplifier must haveOperation mode: 1>8 or dual 1>4.detection of presence of input signalSupport for clock signals between 32KHz and 108KHz (independent for each input channel).5V TTL outputs.isolated inputs (transformer coupled)Microprocessor controller which allow storing configuration in internal flash ram Remote control, status monitoring and error logging by Control system. SNMP error reporting is also required Additional 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 The 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 splitters2 years warranty is requiredLOT K: COMMON CONTROL SYSTEM In LOT K must be offered:2 pieces of Common control system (1 piece – delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)it must be capable to control:router (multi layer management, multi router controlling (associated routing (signal linking) for example avdio follow video, routing of groups of signals – salvos, time depended switching, current status indication, label transfer) multiviewer (label transfer, tally, layout changes)vision mikser (internal routing, aux buses, label transfer, tally, external GPI trigger management)audio mikser (internal routing, label transfer, level control, external GPI trigger management)intercom (internal routing, label transfer, external GPI trigger management)AV network (internal routing, label transfer, external GPI trigger management, internal processing)KVM matrix (internal routing)VTR/SERVERS (control by RS 422 protokol like start/stop rec, play)RCP/OCP and CCU (tally, RCP/OCP assigment, dynamic joystick override, RCP/OCP to waveform assigment, dynamic CCU replacement)GPI (128 optocoupler inputs and 128 relay outputs, tally assigment), some functions of modular equipment (equipment to process audio or video signals (e.g. frame synchroniser) or to transmit such signals (e.g. ISDN codecs), embedders, dembedders, colour correctors, on shot preset, multiaction per button, snapshots)Control of IMD/Tally system must be able to provide external multiviewer systems and IMDs with static or dynamic text to assign names to signals, Tally signalling using displays and multiviewers must be possible as well. It must be possible to assigne different tally colour to devices.3 pieces control panels (1 RU) with at least 17 buttons, 1 control pannels (2 RU) with at least 33 buttons and 1 incremental encoder, 4 control panel (2 RU) with at least 50 buttons and 1 incremental encoder, 2 control panels with 24 buttons to mount at the right side of the video measuring instrument.It must have at least 2 web panels Central control must be possible (cross point indication, label management, setup management, logic state control-GPI and Bolean logic)Video wall and vision mikser inputs must be controled by snapshot, mikser back-up operation by backup control pannel with local take over and equal mikser button layoutAvdio monitoring control over the audio mixing console (source selection, volume control-mute, mode,..)Controller must be full redundat (also database), it must be synchronized to LTC signalThe system must be scalable by the number of control pannelsThe system must be remote accesable (for example by VPN access)The system must allow connection to control system installed in existing OB Vans and behave as slave or master systemMaintenance/commissioning and operational training (in period of 2 + 2 days) on Contract Authority location with accommodation, daily allowances and travelling expenseslike or equivalent to VSM (Virtual Studio Manager)LOT L: PATCH PANELS, V/A/DATA CONNECTORS, V/A/DATA CABLESIn LOT L must be offered:Patch panels and accessories (delivery time max. 60 days after signing a contract)V/A/Data connectors and accessories (delivery time max. 60 days after signing a contract)V/A/Data cables and accessories (delivery time max. 60 days after signing a contract)Patch panels and accessories?Patch panelSample model or equivalentquantity1Video patch panels Type 1 with 32 patches, normal through typeCanare 1RU 32MD-ST202Video patch panels Type 2 with 24 patches, straight through typeCanare 1RU 24DVS63Patch cords for patch panels Type 1length: cca. 30 cm (Blue)304Patch cords for patch panels Type 1length: cca. 60 cm (Black)205Patch cords for patch panels Type 1length: cca. 90 cm (Red)206Patch plugs to BNC for patch panels Type 1407Patch plugs to BNC for patch panels Type 2608Audio patch panels Type 3 with 48 patchesGhielmetti CSF 1x48 AV 3/1 SA G 16Technical specification for audio patch panel Type 3:48 channels, 3-pole19", 1 RU, front panel anthraciteplug-in connection96 solder lug connectors GAS 323 LA C48 normalling plugs, white1 cable bar2 designation stripsSignal level: 0Hz<f<5MHz : -64dBu to+36dBuCrosstalk: 30Hz<f<30kHz : >90dBSwitch off attenuation: : 30Hz<f<30kHz : >90dBOperation voltage: 50V9Patch cords for patch panels Type 3length: cca. 60 cm, GMK 313/60 D blue2010Patch cords for patch panels Type 3length: cca. 60 cm, GMK 313/60 D green2011Patch cords for patch panels Type 3length: cca. 60 cm, GMK 313/60 D red2012Patch cords for patch panels Type 3length: cca. 60 cm, GMK 313/60 D black40V/A/Data connectors and accessories?Video connectors and accessoriesSample model or equivalentquantity1BNC + cable boot for LV-61SCanare BNC BCP-C4B800?cable boot CB04 White8002BNC + cable boot for L-4CFBCanare BNC BCP-C4F800?cable boot CB04 Black8003BNC + cable boot for L-2.5CFBCanare BNC BCP-C25F4000?cable boot CB02 Black40003BNC 90° + cable boot for L-2.5CFBCanare BNC BCP-LC25F200?cable boot CB02 Black2004BNC panel mountCanare BNC panel mount BCJ-JRUD2005Extension adapter SD/HD 75 ohmCanare barrel adapter BCJ-J4005Termination plug SD/HD 75 ohmCanare termination BCP-TA6006Hand crimp toolCanare hand crimp tool TC1 + DIE set47Cable stripperCanare cable stripper TS100E48Spare blades for cable stripperCanare TSC blade cassette for TS100E49BNC fitting toolBNC fitting tool 200mm 55-5112BNC fitting tool BNC fitting tool 300mm 55-512210cable marker fitting toolcable marker fitting tool size PTV+45411cable marker fitting toolcable marker fitting tool size PTV+90412cable marker fitting toolcable marker fitting tool size PTV+150413cable markers set for 2.4 – 5 mmcable markers PTV+45 0,1,2,3,4,5,6,7,8,9 loose of 100 (39-980 to 39-899)5014cable markers set for 2.4 – 5 mmcable markers PTV+45 0, 5loose of 100 (39-980 and 39-985)4015cable markers set for 4 – 9 mmcable markers PTV+900,1,2,3,4,5,6,7,8,9 loose of 100 (39-990 to 39-999)5016cable markers set for 4 – 9 mmcable markers PTV+90 0,1 loose of 100 (39-990 to 39-991 )4017cable markers set for 4 – 9 mmcable marks PTV+90 A,B,C,D,E,F,G,H,I,J,K,L,M,N,O,P,Q,R,S,T,U,V,W,X,Y,Z loose of 100 ( 39-921 to 39-946 )1018cable markers set for 9 – 16 mmcable markers PTV+1500,1,2,3,4,5,6,7,8,9 loose of 100 ( 39-660 to 39-669 )8?Avdio connectors and accessoriesSample model or equivalentquantity1XLRunisekscableNeutrik NC3FM-C242XLR 90°femalecableNeutrik NC3FRX-B403XLR 90°malecableNeutrik NC3MRX-B404XLRfemalecableNeutrik NC3FXX-B3005XLRmalecableNeutrik NC3MXX-B3006XLRfemalemountingNeutrik NC3FD-LX-B1007XLRmalemountingNeutrik NC3MD-LX-B1008XLRfemalecableNeutrik NC4FXX-B209XLRmalecableNeutrik NC4MXX-B2010XLRfemalemountingNeutrik NC4FD-LX-B1211XLRmalemountingNeutrik NC4MD-LX-B1212XLRfemalecableNeutrik NC5FXX-B1013XLRmalecableNeutrik NC5MXX-B1014XLR/BNC adapter 110/75 ohmfemale/ femaleNeutrik NADITBNC-F2415XLR/BNC adapter 110/75 ohmmale/femaleNeutrik NADITBNC-M2416phono (RCA)pair (red, black)cableNeutrik NF2C-B/22017OptiCon 2 with sealing coverfemalemountingNeutrik NO2-4FDW-1-A4018OptiCon 4with sealing coverfemalemountingNeutrik NO4FDW-A4019EtherConfemalemountingNeutrik NE8FDY-C6-B8020EtherCon with RJ45malecableNeutrik NE8MC6-MO + RJ454021D-SUB 9MmalecableD-SUB 9M plastic shell, soldering contacts4022D-SUB 9FfemalecableD-SUB 9F plastic shell, soldering contacts4023D-SUB 15MmalecableD-SUB 15M plastic shell with side cable entry, soldering contacts8024D-SUB 15FfemalecableD-SUB 15F plastic shell with side cable entry, soldering contacts8025D-SUB 25MmalecableD-SUB 25M plastic shell with side cable entry, soldering contacts8026D-SUB 25FfemalecableD-SUB 25F plastic shell with side cable entry, soldering contacts2027D-SUB 37MmalecableD-SUB 37M plastic shell with side cable entry, soldering contacts4028D-SUB 37FfemalecableD-SUB 37F plastic shell with side cable entry, soldering contacts4029D-SUB 44MmalecableD-SUB 44M plastic shell with side cable entry, soldering contacts2030D-SUB 44FfemalecableD-SUB 44F plastic shell with side cable entry, soldering contacts2031D-SUB 50MmalecableD-SUB 50M plastic shell with side cable entry, soldering contacts1032D-SUB 50FfemalecableD-SUB 50F plastic shell with side cable entry, soldering contacts1033Adapter??Neutrik NA3FF2434Adapter??Neutrik NA3MM2435Adapter??Neutrik NA3FP2436Adapter??Neutrik NA3MP2437Adapter??Neutrik NA2FP2438Adapter??Neutrik NA2MP2439Adapter??Neutrik NA2FPMM2440Adapter??Neutrik NA3FJ2441Adapter??Neutrik NA2FPMF2442Adapter??Neutrik NA2MPMF244343Cable tester??PALADIN 1577 PC cable-chech PRO cable tester 25-0562V/A/Data cables and accessories?Video cables – descriptiond [mm]Sample model or equivalentQuantity (m)1analogkoaks75 ohmBlack6.1Canare LV-61S12002digital HDkoaks75 ohmBlue6.1Canare L-4CFB12003digital HDkoaks75 ohmGreen6.1Canare L-4CFB12004digital HDkoaks75 ohmGreen4Canare L-2.5CFB9000?Avdio cables – descriptionNo. of pairsd [mm]Sample model or equivalentQuantity (m)1microphoneHQ?black16,0Mogami 254912002analogmulticore??48,6Mogami 293110003analogmulticore??811,5Mogami 293210004digitalAES/EBU?black15,0Mogami 30809005digitalAES/EBU??410,5Mogami 316116006digitalAES/EBU??813,8Mogami 316212007analogmulticorefield??black1216,2Belden BE46315500?Data cables – descriptionNo. of wiresd [mm]Sample model or equivalentQuantity (m)1networkCat 6?blue86,0schrack5000?Hybrid camera field cable assembly – descriptiond [mm]Quantity (m)1LemoFMW.3K.93C.TLMC96Z with blancking cap PUW.3K.93C.TLMCC97 m162LemoFUW.3K.93C with band rellef capPUW.3K.93C with band rellef cap9150 m 123Lemo on reelFUW.3K.93C with band rellef capPUW.3K.93C with band rellef cap9250 m24TB panel7× LEMO FMW.3K.93C.TLMC96Zangled mounting panel2 RU2LOT M: CAMERASIn LOT M must be offered:2 pieces of camera type 1 (delivery time max. 5 months after signing a contract, but not before then 2015)6 pieces of camera type 2 (delivery time max. 5 months after signing a contract, but not before then 2015)Camera type 1The bid must comprises parts which are specified in the following table:ItemDescriptionQty1Camera head with 3x2/3’’ CCD sensors22Fiber adapter237’’ HD 16:9 CRT/OLED/ viewfinder or bigger (LCD is not allowed) 242’’ HD 16:9 CRT viewfinder 25Camera control unit 26Remote control unit27Tripod adapter28Headset double muff-XLR529Headset single muff-XLR5210Rack (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 10 m2Technical 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 FunctionsA camera must have 7” OLED VF or bigger with sunhood, which must not have bottom plate (the display must have aspect ratio 16:9)A camera must have 2” CRT VF (the display must have aspect ratio 16:9). At 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 motorised optical filters: CC filters (Cross, 3200K, 4300K,6300K, 8000K) and ND filters (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 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)Max width must be 80 mmCommunication between CCU and RCP must be over EthernetIt must have ON-AIR indicationTechnical parameters of Studio camera 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 equivalentCamera type 2The bid must comprises parts which are specified in the following table:ItemDescriptionQty1Camera head with 3x2/3’’ CCD sensors62Fiber adapter637’’ HD 16:9 OLED viewfinder or bigger (LCD is not allowed) 642’’ HD 16:9 CRT viewfinder 35Camera control unit 66Remote control unit67Master control unit28Tripod adapter69Large lens adapter210Script holder with lamp611Headset double muff-XLR5612Headset single muff-XLR5613Rack (19’’) mounting kit for camera control unit314Operational manual for all items 215Maintenance manual for all items 216All 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 10 m6Technical 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, 1080/50i 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 45% 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 A camera must have 7” OLED VF or bigger with sunhood, which must not have bottom plate (the display must have aspect ratio 16:9). It must have also focus assist feature.A camera must have 2” CRT VF (the display must have aspect ratio 16:9). At 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 motorised optical filters: CC filters (Cross, 3200K, 4300K,6300K, 8000K) and ND filters (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 0.5AAt 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 Audio inputs with selectable phantom powe +48V, selectable attenuatorTracker connector must be built inIt must be compatible with HDCU-1000/1500 and HDCU-2000/2500 CCUs Camera control unit:It must include the following I/O:3 x HD-SDI outputs or more with embedded audio- 4 mono signals (BNC connector)1 x HD-SDI monitoring output (BNC connector)2 x audio outputs: 2 AES signals on two BNC/XLR connectorsat least two 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)Max width must be 80 mmCommunication between CCU and RCP must be over EthernetIt must have ON-AIR indicationMaster control unitIt must be possible to control all cameras (15)It must be possible to control a camera parameter on several and all cameras simultaneously It must be possible to copy parameters from one camera to anotherIt must be possible to control all camera parametersIt must be as narrow as possible (max width 210 mm) It must have ON-AIR indicationTechnical parameters of Studio cameraCAMERA 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-1700/HDCU-1700 or equivalent3.3.13.3 OPTION M – Wireless part of camera type 1Separately from the basic offer the Bidder also has to offer the value of the optional offer – OPTION M (Wireless part of camera type 1), as follows:Option M must comprises parts which are specified in the following table:ItemDescriptionQty1Wireless adapter for camera of type 152Wireless camera control unit for camera of type 1 with antenas and triax cable2(delivery time max. 60 days after signing a contract or an Annex to the contract)Wireless 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 together 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 is because all 5 cameras will ocassionaly or permanent work with above mentioned receving systems which are already build in OB Vans At leas two antennas (in diversity mode) must be allowed to receive carrier with video and audio signalThe distance between antennas and camera control unit (which will be installed in OB Van) for wireless camera must be at least 200 m (with Fisher connectors). The robust cable system to provide the required distance must be deliveredSynchronisation to PAL reference signal must be enabled for wireless control unit and video and audio signals from the control unit are synchronised with PAL reference signal too Camera Control unit for wireless camera system must include:2x HD/SD-SDI output (signals must be genlocked to OB Van reference signal)2x audio outputinput for reference signalinput for on-air control signalThe value of optional offer M is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer M later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643. LOT N: LENSES AND PEDESTALSLENSESDelivery time for Items 1-2 (2 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items 3-5 (2 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items 6-8 (1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items 9-11 (2 pieces – delivery time max. 5 months after signing a contract, but not before then 2015)The bid must comprises parts which are specified in the following table:ItemDescriptionPieces totalHD box lenses 2/3“12/3’’ HD lenses from focal length 9 or less to 540 mm or more with EXTENDER 2x and field digital (with electronics) ZOOM/FOCUS demands. The lens must be moisture protected and build in heating system. 22Protection UV filter for lens from item 122/3” HD ENG/EFP lenses32/3’’ 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.24Protection UV filter for lens from item 525Digital ZOOM and FOCUS demands for lens under item 3.262/3’’ 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.17Protection UV filter for lens from item 818Digital ZOOM and FOCUS demands for lens under item 6.192/3’’ HD lenses from focal length 7.6 or less to 168 mm or more with EXTENDER 2x and MACRO. It must have built in motors for ZOOM and FOCUS. It must allowe that camera is operated from the shoulder.210Protection UV filter for lens from item 11211Digital ZOOM and FOCUS demands for lens under item 9.2Pedestals and carrying casesDelivery time for Items a, g and h (delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items b, i and j (delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items c-e (delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items f (delivery time max. 5 months after signing a contract, but not before then 2015) 3 x Heavy tripod with payload 120 kg, height range 52-145 cm and Pan/tilt head with payload 75 kg, temperature range: -40°C to +60°C, tilt range: ±52°, 2 pan bars, quickfix adaptor and counterbalance mechanism that does not use springs. like HDT-2 Two-Stage Tripod with Vector 750 or equivalent + the Heavy Duty [HD] Skid - Studio version (cable guards and track locks)8 x Tripod with payload 95 kg, height range 58-154 cm, mid-spreader, dolly kit (studio version), rubber feets and Pan/tilt head with payload max 35 kg, temperature range: -40°C to +60°C, tilt range: ±90°, 2 pan bars,.Like SYSTEM 25 EFP 2 CF or equivalentAll the hard cases must be without wheels, must not be tube, must be robust with foam around the equipment3x Hard carrying case for Large Lens adaptor 3 x Hard carrying case for box lens specified in Lenses for cameras3 x Hard carrying case for camera head and 7”VF8 x Hard carrying case for camera head with ENG/EFP lenses specified in Lenses for cameras, 2”VF and 7”VF3 x Hard carrying case for heavy tripod (item a)3 x Hard carrying case for Pan/tilt head (item a)8 x Hard carrying case for tripod system specified under item b) 8 x Hard carrying case for dolly kit specified onder item b)all carrying cases must be square shapedLOT O: UTILITY EQUIPMENTDVB-T receiverIn LOT O must be offered:No.DescriptionSample model or equivalentPcsDelivery1DVB-T receiver21 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical specification for DVB-T receiver It must have at least 1 HD/SD SDI output with embeded audio It must support MPEG-4 compressionIt must be 19'' rack-mountableUSB recorderNo.DescriptionSample model or equivalentPcsDelivery1USB RecorderLGZ USB21 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical specification for USB recorder It must have at least 1 HD/SD SDI input with embeded audio It must be able to record on min. 8 USB sticks simultaneouslyIt must be 19'' rack-mountableIt must have a Web interface for control and configurationKVM extenders/matrixesNo.DescriptionSample model or equivalentPcsDelivery1KVM MatrixDVICenter DP3221 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical specification for KVM Matrix The matrix must be able to connect at least 32 ports (RJ-45 ports)It must be able to connect 18 CPU's and 14 consoles at the same timeMinimum video resolution at the console must be 1920 × 1200 @ 60HzIt must be able to proccess VGA and DVI signalsIt must be able to USB, USB 2.0 and PS/2 interfacesMinimal distance between the matrix ant the console must be 120 mIt must be 19'' rack-mountableThe frame must be max. 1 RU It must have a redundand power supplyIt must have a Web interface for control and configurationIt must be possible to control it by control panels of required common control system of a OB Van and existing OB Vans (without any required changes)2CPU module Type 1VGA-CPU-UC105 pcs max. 60 days5 pcs max. 5 months, but not before then 2015Technical specification for the CPU moduleIt must have at least one VGA input (min. 1920 x 1200 @ 60 Hz)It must have at least one USB and two PS/2 portsIt must use a CAT cable for connection to the matrix It must be 19'' rack-mountable3CPU module Type 2DVI-CPU105 pcs max. 60 days5 pcs max. 5 months, but not before then 2015Technical specification for the CPU moduleIt must have at least one DVI input (min. 1920 x 1200 @ 60 Hz)It must have at least one USB and two PS/2 portsIt must use a CAT cable for connection to the matrix It must be 19'' rack-mountable4CPU modul Type 3U2-R-CPU84 pcs max. 60 days4 pcs max. 5 months, but not before then 2015Technical specification for the CPU moduleIt must have at least one USB 2.0 and one RS232 portIt must use a CAT cable for connection to the matrix It must be 19'' rack-mountable5Console module Type 1DVI-CON147 pcs max. 60 days7 pcs max. 5 months, but not before then 2015Technical specification for the Console moduleIt must have at least one DVI output (min. 1920 x 1200 @ 60 Hz)It must have at least one USB and two PS/2 portsIt must use a CAT cable for connection to the matrix It must have internal 230 V power supplyIt must be 19'' rack-mountable6Console module Type 2U2-R-CON63 pcs max. 60 days3 pcs max. 5 months, but not before then 2015Technical specification for the Console moduleIt must have at least one USB 2.0 and one RS232 portIt must use a CAT cable for connection to the matrix It must be 19'' rack-mountable7KVM ExtenderDVIVision-MC266 pcs max. 60 daysTechnical specification for the KVM ExtenderIt must have at least two DVI inputs and outputs (min. 1920 x 1200 @ 60 Hz)It must have at least four USB and two PS/2 portsIt must use a CAT cable for connectionIt must be 19'' rack-mountableRedundand power supplyConnection from transmiter to reciver must go via max. 4 CAT x cablesMinimal distance transmiter to reciver must be 100 mLOT P: INTERCOMIn LOT P must be offered:2 pieces of Intercom systems (delivery time is specified in the table of technical requirements)Technical requirements:Digital intercom system must be net based system consisting of central matrix unit and a specified number of wired and wireless intercom stations. Must be designed to connect multiple full duplex channels between remote intercom stations for different users. The system must give us easy reliable and high audio quality connection with other existent communication systems such us intercoms systems, telephone, party line, cameras intercom and IFB systems.No.DescriptionSample model or equivalentPcsDelivery1Central matrixArtist 6421 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical requirements for the central matrix:The system design should be modularSystem capacity must be at least 64x64It must expandeble to the full matrix system 128x128The system must have redundant power supplyesThe matrix frame must be max. 3 RU in heightIt must be 19'' rack-mountableIt must have a controller card and redundand controller card with option to interconnect more than one matrix via SM fiber connectionThe matrix must have input for external reference signal (AES)The system must contain the software required for configuration and controlIt must be possible to control it by control panels of required common control system of a OB Van and existing OB Vans (without any required changes)Intelligent and seamless integration with the Intercom System of the existing OB Vans must be guaranteed over fiber without using trunk lines Input and outputs:It must have at least 24 analog transformer balanced mono audio inputs and outputs via Sub-D connectionsIt must have at least 8 digital mono inputs and outputs via standard BNC connector for connection to the remote panelsIt must have at least 8 digital mono inputs and outputs via RJ-45 connector for connection to the remote pannelsIt must have at least 8 digital (AES) mono inputs and outputs via RJ-45 connector for connection to the audio equipmentIt must have at least 4 independent MADI inputs and outputs via MM fiber for connection to the audio console and video router2Wired remote stationsRCP-2116P42010 pcs max. 60 days 10 pcs max. 5 months, but not before then 2015Technical requirements for the remote panel:It must be 19'' rack-mountableIt must have integrated power supplyIt must have at least 12 buttons with dynamic labeling in multiple colorsUser must be able to control the volume for each channel directlyIt must have min. 2 analog inputs and outputsIt must provide a button expansion portThe remote station must have a headset connection port on the front (XLR4)3Wired remote stations expansionECP-201684 pcs max. 60 days 4 pcs max. 5 months, but not before then 2015Technical requirements for the remote panel:It must be 19'' rack-mountableIt must have integrated power supplyIt must have at least 16 buttons with dynamic labeling in multiple colorsIt must provide a button expansion port4Wired modular remote stationDIF 100021 pcs max. 60 days 1 pcs max. 5 months, but not before then 2015Technical requirements for the remote panel:It must be 19'' rack-mountableIt must have integrated power supplyIt must have min. 2 analog inputs and outputsIt must provide a button expansion portIt must have at least 16 buttons with dynamic labeling on extension modulesIt must fit into the user panel space of the audio console from Lot U5Wired commentary control panelCCP-111621 pcs max. 60 days 1 pcs max. 5 months, but not before then 2015Technical requirements for the commentary control panel:It must have integrated power supplyIt must be able to connect to the intercom matrix over the coax or CAT cableIt must be able for stand alone operation without the connection to the intercom matrixIt must have min. 2 transformer balanced microphone inputs with optional 48V phantom powerIt must have at least 2 set commentary headsetsTwo commentary headsets must be includedIt must have min. 4 analog mono line inputsIt must have min. 5 analog mono line outputs It must have at least 16 buttons with dynamic labeling for intercom operationA robust flight case must be included6Microphone combination for stations under no. 2, 4 and 11 with one ear handset and a XLR4 connection126 pcs max. 60 days 6 pcs max. 5 months, but not before then 20157Microphone combination for stations under no. 2, 4 and 11 with two ear handset and a XLR4 connection63 pcs max. 60 days 3 pcs max. 5 months, but not before then 20158Microphone for the wired stations length max. 10 cm168 pcs max. 60 days 8 pcs max. 5 months, but not before then 20159Microphone for the wired stations length between 10 and 35 cm with noise reduction84 pcs max. 60 days 4 pcs max. 5 months, but not before then 201510Wireless digital base ststionsAcrobat CC821 pcs max. 60 days 1 pcs max. 5 months, but not before then 2015Technical requirements for the wireless stations:It must be 19'' rack-mountableIt must be max. 2 RU in heightIt must have integrated power supplyIt must have at least 4 balanced analog inputs and outputsThe system must allow connection of two external antennas for communication at two sites simultaneously, the antenas must be includedExternal antenas connected to the system via CAT cableThe system must be able to work with at least 12 beltpacks11Wireless beltpacksWB-2126 pcs max. 60 days 6 pcs max. 5 months, but not before then 2015Technical requirements for the wireless beltpacks:The beltpack must have 2 sepatate channelsThe antena must be internalThe system must include a charger for charging the batteries of wireless stationsThe remote station must have a headset connection port (XLR4)The battery must be able to power the beltpact for at least 5 hours of operationOne aditional battery must be included12RF base ststionsRiFace TV21 pcs max. 60 days 1 pcs max. 5 months, but not before then 2015Technical requirements for the RF base stations:It must be 19'' rack-mountableIt must be max. 2 RU in heightIt must have integrated power supplyIt must have at least 2 transformer balanced analog inputs and outputsThe system must allow connection of external antennas, the antenas must be includedThe system must be able to work with at least 15 RF StationsIt must allow simplex, semiduplex and duplex operationIt must be compatible with Motorola DP1400 and DP3400 portable RF devices13RF remote ststionsDP3400126 pcs max. 60 days 6 pcs max. 5 months, but not before then 2015Technical requirements for the wireless beltpacks:It must be compatible with a RF base statin under 12The system must include a charger for charging the batteries of wireless stationsThe remote station must have a headset connection port The headset with earplug must be includedIt must vwork in analog and digital modeOne aditional battery must be includedLOT R: AUDIO/VIDEO NETWORKIn LOT R must be offered:2 pieces of Audio/video network type 1 and 6 pieces of Audio/video network type 2 (delivery time is specified in the table of technical requirements)(delivery time max. 60 days after the signing a contract or an Annex)Technical requirements:Digital audio video network system must be a fiber-based real-time media network for the transport of uncompressed video, audio, ethernet and intercom data. It shall be possible to equip the interface with various client cards with fiber, ethernet, data, audio and video connectors, which shall be replaceable while the system is running (hot-swappable).No.DescriptionSample model or equivalentPcsDelivery1Access point Type 1MediorNet Modular21 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical requirements for the access point Type 1:The system design should be modularThe system must have redundant power supplyesAll the signals must be accasseble in the entire systemThe matrix frame must be max. 3 RU in heightIt must be 19'' rack-mountableIt must be compatible with access point Type 2It must have at least two ports to direct connect the access points Type 2Link fiber connections must be equiped with LC Single mode connectorsIt must be able to transmit at least 8 3G SDI signals in both directions at the same time over two duplex optical fibersThe system must contain the software required for configuration and controlIt must be possible to control it by control panels of required common control system of a OB Van and existing OB Vans (without any required changes)VideoIt must have 8 3G/HD/SD digital video inputs with standard BNC connectorsIt must have 8 3G/HD/SD digital video outputs with standard BNC connectorsIt must have 4 switchable HD/SD digital video inputs outputs with standard BNC connectorsIt must have a internal format converter min. 4 signals at the same timeIt must have a build in min. 2 multiviewers with at least 4 inputs, Dynamic UMD and TallyIt must have a external reference input, PAL black/burstIt must be able to route a input signal to more than one destinationAudioThe interface shall be equipped with two MADI connectors to directly link video router and audio mixing console.SFP modules for MADI interface must be included (multi mode fiber)The system must have aditional 8 analog audio inputs and outputsThe system must have aditional 8 digital (AES) audio inputs and outputsEmbedding and de-embeding of HD/SD SDI signals must be possibleNetworkThe interface shall be equipped with 10/100/1000Base-T Gigabit Ethernet PortIt must have 10/100Base-T Ethernet Port for configuration PC’sIt must have at least 4 serial ports (RS422, RS232, RS485)2Access point Type 2MediorNet Compact Pro21 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical requirements for the access point Type 2:All the signals must be accasseble in the entire systemThe matrix frame must be max. 3 RU in heightIt must be 19'' rack-mountableAccess point Type 2 must be compatible with access point Type 1It must be equiped with at least two link connectors type Neutrik opticalCON QUADVideoIt must have 8 3G/HD/SD digital video inputs with standard BNC connectorsIt must have 8 3G/HD/SD digital video outputs with standard BNC connectorsIt must have a external reference input and at least 2 reference outputs, PAL black/burstIt must be able to route a input signal to more than one destinationIt must have at least one display portAudioThe interface shall be equipped with two MADI connectors to directly link video router and audio mixing console.SFP modules for MADI interface must be included (one multi mode and one single mode)The system must have aditional 4 analog audio inputs and outputsThe system must have aditional 4 digital (AES) audio inputs and outputsEmbedding and de-embeding of HD/SD SDI signals must be possibleNetworkThe interface shall be equipped with 10/100/1000Base-T Gigabit Ethernet PortIt must have 10/100Base-T Ethernet Port for configuration PC’sIt must have at least 2 serial ports (RS422, RS232, RS485)OPTION R - Access point Type 2Separately from the basic offer the Bidder also has to offer the value of the optional offer – OPTION R (Access point type 2), as follows:Option R must comprises parts which are specified in the following table:1Access point Type 2Sample model or equivalent MediorNet Compact Pro4Technical requirements for the access point Type 2:All the signals must be accasseble in the entire systemThe matrix frame must be max. 3 RU in heightIt must be 19'' rack-mountableAccess point Type 2 must be compatible with access point Type 1It must be equiped with at least two link connectors type Neutrik opticalCON QUADVideoIt must have 8 3G/HD/SD digital video inputs with standard BNC connectorsIt must have 8 3G/HD/SD digital video outputs with standard BNC connectorsIt must have a external reference input and at least 2 reference outputs, PAL black/burstIt must be able to route a input signal to more than one destinationIt must have at least one display portAudioThe interface shall be equipped with two MADI connectors to directly link video router and audio mixing console.SFP modules for MADI interface must be included (one multi mode and one single mode)The system must have aditional 4 analog audio inputs and outputsThe system must have aditional 4 digital (AES) audio inputs and outputsEmbedding and de-embeding of HD/SD SDI signals must be possibleNetworkThe interface shall be equipped with 10/100/1000Base-T Gigabit Ethernet PortIt must have 10/100Base-T Ethernet Port for configuration PC’sIt must have at least 2 serial ports (RS422, RS232, RS485)The value of optional offer R is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer R later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643. LOT S: AUDIO MIXING CONSOLEIn LOT S must be offered:2 pieces of audio mixing console for OB-Van (1 piece – delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)Audio digital mixing console for OB Van to be used for on-air and for broadcast production of different arranges of programs.The offer must be for two exactly the same audio mixing consoles.Technical requirements for digital audio mixing consoleThe console must be based on modular technology and assembled with audio processing system and control system installed in to the technical rack with input/output interface modules :Microphone/Line Input modulesAnalogue Line Input modulesAnalogue Output modulesDigital Input modules with SRCDigital Output modulesMADI interface(single and multimode fibre)Fiber plug socket for optical Fiber Cable connectionTraining course for operating and servicing (in period of 3 days) on Contracting Authority location with accommodation, daily allowances and travelling expenses for a lecturer (for each pice separately)Commissioning (in period of 1 day) on Contracting Authority location with accommodation, daily allowances and travelling expenses included for a lecturer (for each pice separately)System requirementsThe offered system must be overall digital Proven technology on the marketStable and reliable systemOperational simplicityConfiguration requirementsAudio digital mixing console must have a minimum of 32 physical motorized Faders with mono or stereo and 5.1 functionality and possibility of adjustment audio parameters of individual channel and with integrated I/O routing matrix.The mixing consoles width is 149 cm maximum (instalationin an existing OB van).Channel displayThe TFT, LCD or bar graph Channel Display on the audio mixing console provides metering and display of separate functions of audio signal on input, output, and local parameter values (INPUT GAIN, PF, AF, DIR OUT, GROUP BUSS, AUX Busses, Sum Busses, Gate, Expander, Compressor, Limiter).On the INFO window which is part of Channel Display must provide graphical separate function of audio parameters on audio digital mix console (e.g. EQ).Metering should be switchable to Input, PreFader, AfterFader or Direct out. Characteristics for audio digital broadcast mixing systemInternal processor with minimum 40 bit – floating point. Simultaneously processing minimum of 144 channels.All channels and busses must be fully equipped with all DSP modules listed below. These modules must be acting simoulatneously without restrictions.Dynamic section:All modules must to be equipped with:CompressorLimiter with Look ahead delayExpandergatebalance controlDirect output with metering and level controlInsert send with output metering and level controlAUX outputUpmix and spatalize module for every incoming stereo signal with adjustable room parameters and auto center for stable front image. Delay input signal up to 1800ms (adjustable in frames, ms, or meters)Input module must to have minimum of two assignable ? free controls ?providing local channel control of EQ, Panning, Dynamics, AUX sends…Filters:Input modules must to be equipped with minimum 2-band fully parametric EQLP filterHP filterGraphical frequency filter curves must to displayed on the channel displayIndividual on/off switch for every filter bandMIX Busses:Minimum of 32 MIX Busses are grouped to allow mixing into different formats (Mono, Stereo, LCRS, or 5.1,6.1 or 7.1) and fully equipped with all DSP modules listed under Input channels. AUX Busses:Minimum of 32AUX send Busses with combination of mono and stereo audio signal with control Pan (balance on stereo sources) and Pre/Post fader contribution.Technical requirements24-Bit resolution for all Analogue inputs (ADC) and outputs (DAC)System sampling frequency must be 48 kHz and 96 kHzSRC on all AES/EBU inputsEvery plug-in card or module can be hot-swapped without the rest of the system to be compromisedSystem must to provide the ability to automate console settings referenced to time codeAudio digital mixing console must to contain I/O Routing Matrix with minimum of 1024x1024 cross points (mono) and must be installed redundant.A DSP card can calculate up to 90 inputsPenning with the joystick Dolby-E encoder and decoder availabilityControl via Ethernet TCP/IPPlug-in Intergration for Mixing Consoles with automation for PlugIns and Storage of all paramters, routings and assignment from the server in the console snapshotSpace and bouldin (the bidder must provide the instrument) of RTW audio instrument metering 5.1,stereo and loudnessIntegrated loudness metering referring to ITU-R BS1770, EBU R128 and ATSC/A85standardOpen frame upgradeable and expandable capacities with additional DSP modules and/or input/output units/modulesScript trayDigital Input/output connectors must be symmetrical 110 ohmIt must be possible to control it by control panels of required common control system of a OB Van Labels must be inherited bidirectional (video router,external control system...)SynchronizationDigital audio mixing console must sync directly to automatic detection synchronisation signal Blackburst, Worlclock, AES3 or via MADI from any MADI port of the system. The console provides an internat sync generator with auto switchover when external sync fails. Operation requirementsMix-minus control with conference system ( N-1)Possibility of activity of system in two layersAudio – follow – video via GPI and IP adjusting the parameter of audio signal ( envelope) adjusting Rise Time, On Time and Fall Time and Hold time (for surround microphone clusterRemote start of equipmentT/B communication must to be available to all AUX, Main outputs, studioMinimum of 16 GPI I/OEvery channel fader must to have fader meter for input level and status indicatorsPre listen function for all dynamics, eq and filters (not depending if module is acitve or not) in every channel and bus to prelisten adjustments with incoming signal off-air.Input and output system requirements:Connection of equipment is not allowed on the mixing console.ANALOG INPUTS: 16 MIC/LINE analogue inputsDIGITAL INPUTS: 52 AES/EBU input with SRC (pairs) 2 SDIANALOG LINE OUTPUTS: 24 Analogue audio line outputsDIGITAL OUTPUTS: 52 AES/EBU outputs (pairs) 2 SDIMADI INTERFACE : 4 with SR -44.1kHz/48kHz/96kHz (multimode fibre)2 with SR -44.1kHz/48kHz/96kHz (multimode fibre), not on the same board2 with SR -44.1kHz/48kHz/96kHz (coax)2 with SR -44.1kHz/48kHz/96kHz (singlemode fibre), not on the same boardGPI I/O INTERFACE with min. 8 GPI I/O For need of activity of digital audio mixing console the bidder must add sufficient number of analogue or digital input/output interfaces cards or MADI (for monitoring, Talk Back, headphones, synchronization…..) and dependence on project.Redundancies power supply and additional DSP boardsRedundant Power Supply for CoreRedundant Power Supply for I/O FramesRedundant Power supply for the consoleRedundant DSP Card. Redundant DSP must take over automatically in case of an error,whithout any sideeffects to the rest of the system (loss of I/O, etc.)Redundant router and controller card with auto-takeoverSystem uses different storage devices for user data and system application with non-movable storage devices (e.g. Flash cards, SSD, etc.)Connection with video matrix is MADI coaxMonitoring: Audio digital mixing console must have the following digital outputs for monitoring:Monitor outputs for listening 5.1 system or stereo main outputs1 PFL stereo on PFL button in channel strip1 AFL stereo and 1 AFL surround on AFL button in channel stripProject management:The system must be able to store and recall console configuration, snapshots on the internal memory unit. Storing of all settings and parameters of audio digital mixing console to USB memory ,NET or other memory units. Snapshots and Projects must be transferable to any other console of this type not related to the actual hardware configuration.Stage box:ANALOG INPUTS: 24 MIC/LINE analogue inputsDIGITAL INPUTS: 8 AES/EBU input with SRC (pairs) ANALOG LINE OUTPUTS: 12 Analogue audio line outputsDIGITAL OUTPUTS: 8 AES/EBU outputs (pairs)MADI INTERFACE : 1 x redundant with SR -44.1kHz/48kHz/96kHz (singlemode fibre) not on the same boardPOWER: 1 x redundant power supplyThe frame works fan-less, offer a passive backplane and is very compact.The stage box must have two master boards for redundancy in case of failure.All system components are exchangeable during runtime and failures are indicated on the mixing console.The interface system must be connected by singlemode optical fiber1 piece 150 m fibre cable with Quadcon connectors on both sides for interconecting mixing console with stagebox.1 pice of fligt case with wheels for stage box with 4RU space for aditional equipment.Additional requirementsThe offer must to include all the cables connecting betwen console surface and the rack with the input and output units, and communication cables between different input/output units and the processing unit.LOT T: AUDIO EQUIPMENT FOR OB VANIn LOT T must be offered (delivery time is specified in the table of technical requirements):A1: Dual channel ISDN and IP audio codecA2: Single channel broadcast mobile phoneA3: Network CD/MP3 playerA4: Reverb/effect processorA5: Audio monitoring systemA6: Precision audio monitoring unitTechnical requirements:A1: Dual channel ISDN and IP codecNo.DescriptionSample model or equivalentPcs1Dual Channel ISDN and IP codecAEQ Phoenix studio21 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical specification for dual channel ISDN and IP codec Rack mount with 1RU hightCommunication Interfaces IP standard interface with 2xRJ45 ethernet ports and independent IP connections for audio over IP and remote control. N/ACIP EBU Tech 3326 specification compliantX.21/RS422 interface with binary rates of 64/128/256 kbpsISDN interface supports use of Euro ISDN, with up to two B channels supported per moduleMulticast IP with TX and RX,SAP server compliantSIP which complies with EBU-Tech 3326 spec. Allows private groupsAnalogue inputs and outputsMain inputs:Electronically balanced, with XLR-3 female.Distorsion <0.2 %Max level: + 22 dBu.A/D Converters at 24 bits.Main Outputs:Electronically balanced, with XLR-3 male.Max Level: + 22 dBu.A/D Converters at 24 bitsHeadphone Output:Jack Stereo with volume control.Maximum power: 150 mW.Headphone impedance 8 to 600 Ohms.Digital audio Interfaces:AES/EBU with SRC for independent inputsSampling frequency supported from 16KHz to 48KHz.Sampling Rate Converter (SRC): range 1:3 and 3:1Synchronization with sync I/O on DB15SRC Dynamic Range: 128 DbSRC THD + noise at 1KHz: -117 dB.Dual AES/EBU independent monaural interface (with different sampling rate) configurable to one dual input.DB-9 connectors.Other Interfaces:External PC DB-9 connector, RS-422 full-duplex multi-access 38.400.GPI I/O with output signals open collector and active at low level and input signals opto-coupled and active at high levelEncoding, synchronism and bandwidth modesG.711 A-Law mono G.711 ?-Law mono G.722 Mode: Mono Bit rate: 64Kbps AEQ LD+ Mode: Mono / Stereo bit rate:64Kbps / 128Kbps / 192Kbps / 256Kbps / 384Kbps,sampling rate: 16KHz / 32KHz / 48KHz MPEG L2 :Mode: Mono / Stereo / Dual / JStereo ,Bit rate: 64Kbps / 128Kbps /192Kbps / 256Kbps / 384Kbps ,Sampling rate: 16KHz / 24KHz / 32KHz / 48KHzPCM Mode: Mono / Stereo ,Sampling rate: 32Kbps / 48Kbps ,Bits per sample: 12 (DAT) / 16 / 20 / 24 Hybrid mode 1 :TX: MPEGL2_64_48 ,RX: G722 Hybrid mode 2 :TX: G722 ,RX: MPEGL2_64_48 AUTOSYNC: enables the auto-configuration of the encoding parameters according to the information in the received signal (only for ISDN and v35)Software:Remote control software for configuration and operation option compatible with Windows 7 OSPower:Auto-range; auto-switching from 90 to 250 VAC, 50/60HzA2: Single channel broadcast mobile phoneNo.DescriptionSample model or equivalentPcs1Single channel broadcast mobile phoneGlensound GS-MPI007 HD21 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical specification for single channel broadcast mobile phone:1RU 19 inch subrack with display? Operates in 7kHz 3G (UMTS) mode and standard GSM 2G modeQUAD BAND GSM interfaceSIM card holder accessible via the front panelfront panel with the dialling keypad Fully featured display, with 3G indication and signal strength meter Incoming and outgoing LED meter Use any networks SIM card Extended antenna positioning option Rear panel balanced line input on XLR at a line-level of 0dBu.Rear panel balanced line output with a maximum level of +13dBuLevel controls for the input and output levels, +/- 10dBVolume control for setting the level for the 6.35mm jack socket for headphones of 200 - 2000 ohms impedance Sounder indicates incoming call (can be switched off) Large LED flashes to indicate incoming call Simple 9 memory phonebook with quick access to stored numbers2Software for the system under No.1GS-MPI005HD/REMS21 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Software with license for controlling the system over a standard Windows PC. Make and receive phone calls via software Set configuration via selectable tick boxes 600 entry phone book 100 entry call history Direct USB link from phone to computer3Antenna Upgrade KitN Type Aerial Upgrade21 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical specification for Antenna Upgrade Kit:male and female N type connector for the cableN Type mast mounting antennaappropriate cable GS-MPIHD/NA1 (up to 25m)A3: Broadcast network CD/MP3 playerNo.DescriptionSample model or equivalentPcs1Broadcast network CD/MP3 playerDENON DN-C64021 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical specification for broadcast CD/MP3 player:The housing must provide possibility of rack mountingMaximum hight of the housing is 1 RUCD player must have minimum 1 balanced analog outputCD player must have minimum 1 balanced digital output AES/EBU 3.5V pp, 110 ohmReads CD-R/RW, DVD-R/RW, and DVD+R/RW discsSupports CD-DA (.cda), WAVE (.wav), MPEG-1/2 Layer III (.mp3), MPEG-1 Layer II (.mpg), Windows Media Audio (.wma)Slot in CD/DVD drivePitch controlMust provide remote start option (Fader start)Must be able to connect to the computer network over the RJ45 connectionIR remote controllerA4: Reverb/effect processorNo.DescriptionSample model or equivalentPcs1Broadcast audio reverb/effect processorLexicon PCM96 Surround31 pcs max. 60 days2 pcs max. 5 months, but not before then 2015Technical specification for audio reverb/effect processor:The housing must provide possibility of rack mountingMaximum hight of the housing 1 RU6-channel digital I/O on XLR connectorsParallel Stereo and Sorround configurationsautomation and control via Ethernet32-bit floating point processingSample rates 44.1kHz/48kHz/88.2kHz/96kHz with accuracy within ±50ppmSynchronization over external TTL Word Clock Input 75 Ohm BNC, externally terminated to allow cascadeMIDI in, out and thruPossibility of creating user presetsOption for user presets to be stored locally and on an external deviceThe processor can be divided in up to four virtual machines, each of which can run its own algorithm.Supported algorithms:Chamber for Surround, Stereo and MonoRandom Delay for Surround, Stereo and MonoRandom Hall for Surround, Stereo and MonoPlate for Surround, Stereo and MonoDual Delay for Surround, Stereo and MonoResonant Chords for Surround, Stereo and MonoChorus/Flange for Surround, Stereo and MonoConcert Hall for Surround, Stereo and MonoRoom for Surround, Stereo and MonoHall for Surround, Stereo and MonoPitch ShiftSignal GeneratorMachine configuration 44,1k to 96k sample rate:Single Stereo (Mono In)Single StereoDual Stereo (Mono In)Dual StereoCascade StereoDual MonoQuad MonoCascade MonoDual Mono + Single StereoCascade Mono to StereoSingle Two In Four OutSingle Four In Four OutSingle Two In Five OutSingle Five In Five OutSingle Six In Six OutA5: Audio monitoring systemNo.DescriptionSample model or equivalentPcs1Digital audio speaker system for audio production roomGenelec 8130A105 pcs max. 60 days5 pcs max. 5 months, but not before then 2015Technical specification for speakers:Two way active monitorAES/EBU digital and analog audio inputs on XLR connectorsInput sampling rate is 29-200 kHzDynamic range is >113 dB192/24 bit digital audio interfaceAutomatic detection of word length and sampling frequencySingle wire and dual wire digital input modeLower cut-of frequency,-3 dB:<55HzUpper cut-of frequency,-3 dB:>21 kHzFree field frequency response of system is 58Hz-20kHz(+2 dB)Monitoring system must be magnetically shieldedRemote calibration of the system depending on the environmentMaximum short term sine wave acoustic output (at 1m): >113 dB SPLHarmonic distortion at 85 dB SPL (at 1m): Freq: 50...100 Hz < 2%; > 100 Hz < 0.5%Output power of bass ampl. with 8 Ohm: 40 WTreble amplifier output power with 8 Ohm: 40 WMaximum harmonic distortion (THD) of amplifier system: <0,05%Thermal 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 100Hz2Audio speaker system for audio production roomGenelec SE7261A21 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical specification for speakers:4 x AES/EBU digital audio inputs and outputs on XLR connectors(8 channels AES/EBU)Lower cut-of frequency,-3 dB:<55HzUpper cut-of frequency,-3 dB:>21 kHzFree field frequency response of system is 19-100Hz(+3 dB)Monitoring system must be magnetically shieldedRemote calibration of the system depending on the environmentMaximum short term sine wave acoustic output (at 1m): >108 dB SPLHarmonic distortion at 90 dB SPL (at 1m): Freq: 30...85 Hz < 3%Digital audio word length is 16-24 bitsDigital audio sample rate is 32-192 kHzOutput power of bass ampl. Is 120 WThermal protection for amplifiers must be includedOverload protection for amplifiers must be included3Audio speaker system for audio production room (PFL)Fostex 6301D42 pcs max. 60 days2 pcs max. 5 months, but not before then 2015Technical specification for speakers:AES/EBU digital input10watts built-in amplifierSpeaker Impedance is 4 ohmsOutput sound pressure level: 84 dB/W (1m)Frequency response: 80 Hz to 13 kHzRated output power: 10 W or more (4 ohms,1 kHz)Residual noise: -60 dBV or less (DIN AUDIO)Distortion: 0.5 % or less (10 W/4ohms, 1 kHz)Sampling frequency: 44.1 kHz to 96 kHzDigital thru Connector: XLR-3-32 type (balanced)Analog input Connector: 1/4 phone jack (unbalanced)Power amplifier Nominal input level: -10dBVPower amplifier Input impedance: 10 kohms or more4Analog audio speaker systemGenelec 8020C84 pcs max. 60 days4 pcs max. 5 months, but not before then 2015Technical 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 100Hz5Wallmount for speakers under No.1 and No. 4 GENELEC 8000-402B1816 pcs max. 60 daysStand must allow mounting on the wall with pan/tilt for the active two way monitor system under No. 1 6Wallmount for speakers under No.3Fostex 9610 U-Bracket44 pcs max. 60 daysStand must allow mounting on the wall for the active two way monitor system under No. 37Calibration system for speakers under No.1 and 2Genelec 8200-50121 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Software provides versatile configuration,control and aligment functions for the system from No.1 and No.2Windows operating system support8 loudspeakers support8 AES/EBU channels supportNetwork interface deviceCalibration microphoneMeasurement signal cableSoftware includedA6: Precision audio monitoring unitNo.DescriptionSample model or equivalentPcs1Precision audio monitoring unit for measurement of master output video and audio signalTSL PAM2 MK221 pcs max. 60 days1 pcs max. 5 months, but not before then 2015Technical specification for monitoring unit:SDI Connection for attaching external screenDe-embedded audio monitoring from video (HD/SDI) with simultaneous display of up to sixteen channels (four groups)Dual auto-sensing,1080p (60, 59.94 and 50Hz), HD/SDI video inputs with reclocked and downconverted outputsMulti-standard Loudness level indication with histogramDolby E/AC-3/DD+ decoding from HD/SDI or AESDual high resolution OLED screens for bargraphs, video, setup, data and metadata displaysChoice of user selectable bargraph scales (VU, Extended VU, BBC PPM, EBU PPM, EBU Digital, Nordic, DIN)Conditional switching modes for SD/HD/Dolby/PCM auto configuration recallAssign matrix for non-standard order multichannel audio routingAudio monitoring delay for video monitoring synchronisation.Control of external stereo or surround sound loudspeaker systemsEthernet for networking & software upgrades.Dual 12V DC inputsAudio Inputs are 16 channels from embedded HD/SDI;8 x pairs of AES/EBU inputs – balanced or unbalanced;TOSLINK optical input;6 x balanced stereo analogue inputsAudio Outputs are 8 x balanced fixed or variable analogue outputs;Stereo variable analogue outputs;8 x pairs of AES/EBU fixed or variable outputs – balanced or unbalancedSingle stream Dolby E decoding (up to 7.1) Single stream Dolby Digital decoding (up to 5.1) Single stream Dolby Digital Plus Main audio decoding (up to 7.1) with Audio Description and stream mixing Dolby Pro Logic II decoding Enhanced Downmix modes (to include Dolby Pro Logic II encoding) PCM bypass with latency matching and Metadata generation Selectable error concealment (On Air, Test and Measurement modes) Loudness measurement to ITU, EBU and Leq (A) standards/recommendations for each decoded audio stream. Dialogue intelligence Loudness measurement Simultaneous Multichannel and Stereo outputs Metadata and Metadata subset outputs HE-AAC with Dolby Metadata (formally known as Dolby Pulse) decoding MPEG2 decoding Dolby Headphone processingOPTION T- Audio processorSeparately from the basic offer the Bidder also has to offer the value of the optional offer – OPTION T (Audio processor), as follows:(delivery time max. 60 days after signing a contract or an Annex)Option T must comprises parts which are specified in the following table:No.DescriptionSample model or equivalentPcs1Broadcast audio processorTC electronic Broadcast 60002Technical specification for audio processor:Rack mount housingSUB-D, 25 pole 8 channels AES/EBU in/out with 24bitWord clock input with BNC 75 Ohm or Hi-Z 0.6 to 10 VppInternal sample rate is 44.1 kHz,48.0 kHz,88.2 kHz or 96 kHzInternal clock precision is +/- 30 ppmProcessing delay is 0.15 ms + 0.21 ms per engine @ 48 kHz, 0.07 ms + 0.1 ms per engine @ 96 kHzControl Interface remote is Custom MIDI In & OutJitter rejection at external sample rates is 30 to 34 kHz, 42.5 to 45.5 kHz, 46.5 to 48.5 kHz, 85 to 91 kHz and 93 to 97 kHz.Ethernet connection with 10/100 Mbits/s Base-TInternal processing tools:Complete loudness overview including Loudness History, Momentary Loudness, True Peak Level and universal descriptors that can show e.g. Program Loudness, Loudness RangeAutomatic Loudness Correction Processor delivering high-resolution, low-latency loudness controlDownmix, loudness-process and true peak limiter for any mono, stereo or 5.1 source. Input formats are detected automaticallyHigh-resolution dynamics processor for multichannel signalsCompressor, Expander and Limiter for multichannel signals in one algorithmSix mono channels of 4-band fully parametric EQDigital 8-Channel Mixer with intelligent limiter, digital summing ,accurate delays and bit pattern transparency2Remote control for the system under No.1TC electronic TC ICON2Remote CPU that allows connection of an external physical remote controlCPU specifications:Operating system is Windows Embedded StandardSystem disc is Compact Flash CardSystem Memory is 256MB SO DIMM 200-pin DDR SDRAMEthernet interface with RJ-45 connectorsCOM interface with two RS-232 serial communication ports with SUB-D 9 pin connectorsRemote connector for connecting the remote controlRemote control specifications:Six 90mm motorized faders with touch sensitivity6,5" TFT active matrix color LCD display with 640 x 480 pixels resolution and high luminanceTouch screen is resistive with 20 gram activation forceConnector for connecting to CPURemote must be ethernet based to control audio work with software on an external PCWall mount for the remoteThe value of optional offer T is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer T later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643. OPTION LOT U: INTEGRATION OF EQUIPMENT INTO OB VANThe subject of this Lot is the integration of equipment into two HD OB Vans. This Lot represents the option for the Contracting Authority. Therefore the Contracting Authority can not assure that the Contract with the most favourable Bidder will be concluded. The Contracting Authority shall decide about the purchase of this optional Lot after the review of the received bids, subject to available financial resources. The Bidder must ensure the prices for the period of one year after the date of public opening of the bids.In Lot Integration of equipment into OB Van must be offered (all items for for two OB Vans):In maximum 7 days after validation of the contract, the Contracting authority will call the bidder to make a quantity acceptance of equipment for OB Van. This quantity acceptance must be done at the presence of the bidder and the acceptance report must be signed by both parties. The equipment which is planed to be built in the OB Van, is specified in V/A schematics (separate documents). Beforee starting the integration of the equipment into OB Van, the bidder must confirm the documentation, which is provided by the Contracting Authority (layouts of equipment in racks, V/A schematics, etc.) Installation of all equipment in existing racks, desks racks, etc. according to the contracting authority documentation.The bidder must make smaller (which cost all together less then 2.000 EUR) changes in already build in furniture (with Contracting Authority approval), if this is necessary at building in the equipment. Cabling of equipment (the documentation of the cabling must be also included) according to the contracting authority documentation).All cable runs should be full length, no splices. All wire bundles shall be tied and supported by supporters. All cables shall be labelled with plastic labels according to Contracting authority documentation.The Bidder must allow at least 3 visits of Contracting Authority members (3 persons) to check the different stages of building in the equipment and cabling. If bidder location is more then 500 Km away regarding Contracting Authority location, then also accommodation, daily allowances and travelling expenses must be included for 3 two days visits (3 persons). All the tasks must be finished in max. 120 days after confirmation of the Contracting Authority documentation.The Bidder must do all the measuring of all V/A cables, make a report of measuring results and the measurment protocol must be specified.At last visit of Contracting Authority members, testing of the whole system must be done and confirmed by signing of the technical report.Within 30 days after the technical acceptance the Contracting Authority will perform the final acceptance of realized works. At the final acceptance the Contracting Authority shall check, whether all the realized works are in accordance with the tender documentation requirements.Together with the bid, a schedule of the delivery time (realization of integration steps) must be submitted, specifying the integration realization per week.The warranty period for all works done at building in equipment and cabling must be at least 2 years. OTHER BUSINESSStart-up and final acceptance of separate lots (from A to T):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.Start-up and final acceptance of option Lot U:The final acceptance of Lot U 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 final acceptance and start-up the Contracting Authority will check, whether all the realized works are in accordance with the tender documentation requirements.The Contracting Authority shall accede to the final acceptance of realized works of Lot U within 30 days after the technical acceptance at the latest.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 . for the equipment of Lots B, C, F, G, I, K, N, O, P, R and T is 12 months;. for the equipment of Lots A, D, E, H, J, L, M, S and U is 24 months;. for the realized works of Lot U is 24 months;However, the Bidders may offer better conditions.It is requested that during the warranty period, which lasts at least 12 or 24 months 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 13 August, 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-B0643.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 or services, 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 3rd November, 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 Ljubljana basis, delivered to the location 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 for lots from A to T: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.Obligatory payment conditions for lot U:The Contracting Authority will perform the payments under the following conditions:80 % - within 30 days after the technical acceptance of realized works has been successfully carried out and the relevant invoice has been received;20 % - within 30 days after the final acceptance of realized works 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.This passage (regarding e-invoices) is applicable only in Slovenian version of the Contract. After 1st January, 2015 the Bidders with the registered office in Slovenia shall be obliged to issue only e-invoices.Delivery date for lots from A to T: The Contracting Authority requires the delivery of the equipment in accordance with the deadlines specified in item 3.3 of the Tender documentation.Deadline for the realization of works for Lot U: within 120 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)” – 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 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) 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)” – 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)” 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 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) 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”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 or services, according to the requirements in item 3.3.21 of Tender documentation. Declaration of the Bidder regarding the spare parts (except for lots L and U)Declaration of the Bidder - all the offered equipment is factory-new (only for lots from A to T)Declaration of the Bidder regarding the software upgrades (except for lots L and U)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 and for Lots L and U. 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 03 November, 2014, as follows:FOR LOT:IN THE AMOUNT OF €A2.000,00B5.000,00C1.500,00D1.700,00E500,00F500,00G1.000,00H1.000,00I1.300,00J1.200,00K1.700,00L1.400,00M5.500,00N4.000,00O1.000,00P1.600,00R1.700,00S3.000,00T1.100,00U1.000,00Declaration, 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 of the equipment (for Lots from A to T),3 months after the confirmed date of work realization (fol Lot U)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. 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, 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-B0643 (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 CRITERIACONTRACT AWARD CRITERIA FOR LOTS: A, B, C, D, E, F, G, H, I, J, K, L, N, O, P, S, U The 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.CONTRACT AWARD CRITERIA FOR LOTS: M, R, TThe 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 and required option will at the evaluation receive 100 points, the remaining Bids will receive less points, expressed as percentage, calculated acc. the following formula: the sum of the estimated basic offer and optional offer( 2 - --------------------------------------------------------------------------------- ) x 100the sum of the lowest basic offer and optional offerThe calculation will be done on two decimal places. The bid can be appraised by 0 points at the minimum.TWO BIDS WITH EQUAL BEST EVALUATION RESULTLOTS FROM A TO TIn 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 shorter delivery date (for deliveries in 2014). Should the bid can not be chosen anyway, the next criterion is longer warranty period.LOT UIn 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 shorter time for the realization of the works. Should the bid can not be chosen anyway, the next criterion is longer warranty period for realized works.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-B0643Purchase of audio/video equipment for OB vansTo 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 3rd November, 2014)Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................4211320635Declaration of Bidder’s acceptance of Public Procurement conditionsJN-B0643The 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 OB Vans, as follows: (please encircle)Lot A - Vision mixerLot B - Routers, multiviewers and DSK Lot C - V/A server with control unitLot D - Monitors OB VanLot E - Monitors studioLot F - Measuring instruments Lot G - Character generator Lot H - Non tape recorders/players Lot I - SYNC generators and automatic change over unit Lot J - Modular equipmentLot K - Common control systemLot L - Patch panels, V/A/data connectors, V/A/data cablesLot M - CamerasLot N - Lenses and pedestalsLot O - Utility equipmentLot P - IntercomLot R - Audio/video networkLot S - Audio mixing consoleLot T - Audio equipment for OB VanOptional Lot U - Integration equipment into OB VanWe 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-B0643LOT A: Vision mixerItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT B: Router, multiviewer, DSK and Audio processorItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT C: V/A server with control unitItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT D: Monitors OB VanItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT E: Monitors studioItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT F: Measuring instrumentsItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT G: Character generatorItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT H: Non tape recorder/playerItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT I: SYNC generators and automatic change over unitItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT J: Modular equipmentItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT K: Common control systemItemDescriptionValue in EURwithout VAT01Value 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 location of the Contracting Authority 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-B0643LOT L: Patch panels, V/A/data connectors, V/A/data cablesItemDescriptionValue in EURwithout VAT01Value of the complete bidden equipment of Lot L - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority 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 OFFER – BASIC OFFERFOR PUBLIC TENDER JN-B0643LOT M: CamerasItemDescriptionValue in EURwithout VAT01Value of the complete bidden equipment of Lot M - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority 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 OFFER – OPTIONAL OFFERFOR PUBLIC TENDER JN-B0643OPTION M: Wireless part of camera type 1ItemDescriptionValue in EURwithout VAT01Value of the complete bidden OPTION M - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority in Ljubljana (accor. to INCOTERMS 2010); without VAT The prices of Option M are fixed for the period of one year after the beginning of the basic Contract validity.The value of this optional offer is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer M later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643. 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-B0643LOT N: Lenses and pedestalsItemDescriptionValue in EURwithout VAT01Value of the complete bidden equipment of Lot N - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority 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-B0643LOT O: Utility equipmentItemDescriptionValue in EURwithout VAT01Value of the complete bidden equipment of Lot O - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority 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-B0643LOT P: IntercomItemDescriptionValue in EURwithout VAT01Value of the complete bidden equipment of Lot P - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority 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 OFFER – BASIC OFFERFOR PUBLIC TENDER JN-B0643LOT R: Avdio/video networkItemDescriptionValue in EURwithout VAT01Value of the complete bidden equipment of Lot R - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority 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 OFFER – OPTIONAL OFFERFOR PUBLIC TENDER JN-B0643OPTION R: Access point Type 2ItemDescriptionValue in EURwithout VAT01Value of the complete bidden OPTION R - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority in Ljubljana (accor. to INCOTERMS 2010); without VAT The prices of Option R are fixed for the period of one year after the beginning of the basic Contract validity.The value of this optional offer is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer R later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643. 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-B0643LOT S: Audio mixing consoleItemDescriptionValue in EURwithout VAT01Value of the complete bidden equipment of Lot S - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority 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 OFFER – basic offerFOR PUBLIC TENDER JN-B0643LOT T: Audio equipment for OB VanItemDescriptionValue in EURwithout VAT01Value of the complete bidden equipment of Lot T - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority 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 OFFER – OPTIONAL offerFOR PUBLIC TENDER JN-B0643OPTION T: Audio processorItemDescriptionValue in EURwithout VAT01Value of the complete bidden equipment of Option T - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority in Ljubljana (accor. to INCOTERMS 2010); without VAT The prices of Option T are fixed for the period of one year after the beginning of the basic Contract validity.The value of this optional offer is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer T later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643. 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 or. an Annex, at the latestWarranty period: ………………………………………Place and date: Stamp: Bidder's official representative or authorized person.................................................................................................Form OFFERFOR PUBLIC TENDER JN-B0643OPTIONAL LOT U: Integration equipment into OB VansItemDescriptionValue in EURwithout VAT01Value of the complete bidden services of Option Lot U - according to the requirements in chapter 3 of tender documentation 02Allowed discounts03TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority in Ljubljana (accor. to INCOTERMS 2010); without VAT The subject of this Lot is the integration of equipment into two HD OB Vans. This Lot represents the option for the Contracting Authority. Therefore the Contracting Authority can not assure that the Contract with the most favourable Bidder will be concluded. The Contracting Authority shall decide about the purchase of this optional Lot after the review of the received bids, subject to available financial resources. The Bidder must ensure the prices for the period of one year after the date of public opening of the bids.Payment conditions:80 % - within 30 days after the technical acceptance of realized works has been successfully carried out and the relevant invoice has been received;20 % - within 30 days after the final acceptance of realized works 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.Deadline for the realization: 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-B0643FOR LOT ………….The Bidder must enclose the detailed breakdown of prices of the bid, i.e. very precisely specify the bid by individual items and state the appropriate prices for each item, for each bidden Lot separately (including optional offers, where required).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)FOR A LEGAL ENTITY – PAGE 1FOR PUBLIC TENDER JN-B0643We 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; Official Gazette of the Republic of Slovenia, no. 12/2013-UPB5, 19/2014): – 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)FOR A LEGAL ENTITY – PAGE 2FOR PUBLIC TENDER JN-B0643As 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)FOR A LEGAL REPRESENTATIVE – PAGE 1FOR PUBLIC TENDER JN-B0643I, 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; Official Gazette of the Republic of Slovenia, no. 12/2013-UPB5, 19/2014): – 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)FOR A LEGAL REPRESENTATIVE – PAGE 2FOR PUBLIC TENDER JN-B0643As 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-2FOR PUBLIC TENDER JN-B0643Under 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-B0643We 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 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, 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-B0643 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-B0643, 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-B0643We hereby declare under criminal and material liability, that all the equipment, offered on the Public Tender JN-B0643, 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-B0643We herewith declare, under criminal and material liability that within the warranty period for the bidden equipment, offered on the Public Tender JN-B0643, 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-B0643We, …………(the Manufacturer of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0643 (Purchase of A/V equipment for OB Vans), 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-B0643. Place and date: Stamp: Manufacturer's official representative or authorized person.................................................................................................Principal: .................................................. Address: ...........................................................................................................................STATEMENT OF THE PRINCIPAL FOR PUBLIC TENDER JN-B0643We, ………(the Principal of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0643 (Purchase of A/V equipment for OB Vans), 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-B0643. 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-B0643 NAKUP AVDIO/VIDEO OPREME ZA REPORTA?NI VOZILI(po sklopih)PURCHASE OF A/V EQUIPMENT FOR OB VANS(according to the Lots)Sklenjena med:Concluded between:Radiotelevizija Slovenija, Javni zavodKolodvorska 21000 LjubljanaSloveniaIdentifikacijska ?tev. za DDV / ID VAT No.: SI29865174Mati?na ?tev. / Corporate registry No.:5056497ki ga zastopa v.d. generalni direktor mag. Marko Fillirepresented by mag. Marko Filli, the Acting 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 (Ur. list RS, ?t.: 12/2013-UPB5, 19/2014) za nakup avdio/video opreme za reporta?ni vozili (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; Official Gazette of the Republic of Slovenia, no. 12/2013-UPB5, 19/2014): for the purchase of audio/video equipment for OB Vans (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-B0643, 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-B0643, 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 reporta?ni vozili (sklop ….) zna?a:EUR …………………………. DDP Ljubljana, dostavljeno na lokacijo 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: Za sklope A - T80 % - 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; Za opcijski sklop U80 % - v roku 30 dni po uspe?no opravljenem tehni?nem prevzemu izvedenih del in prejemu ustreznega ra?una;20 % - v 30 dneh od dneva uspe?no opravljenega kon?nega prevzema izvedenih del 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.Skladno z Zakonom o opravljanju pla?ilnih storitev za prora?unske uporabnike (ZOPSPU-A), bo moral naro?nik, kot posredni prora?unski uporabnik, od 01. 01. 2015 dalje prejemati ra?une v elektronski obliki (e-ra?un). Zato bodo morali ponudniki oz. izvajalci s sede?em v republiki Sloveniji od 01. 01. 2015 dalje naro?niku po?iljati izklju?no e-ra?une. . Article 33.1The total value of the purchase of of audio/video equipment for OB Vans (Lot ….) amounts to:EUR …………………………. DDP, delivered to the location 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:For Lots A - T80 % - 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; For optional Lot U80 % - within 30 days after the technical acceptance of realized works has been successfully carried out and the relevant invoice has been received;20 % - within 30 days after the final acceptance of realized works 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.This passage (regarding e-invoices) is applicable only in Slovenian version of the Contract. After 1st January, 2015 the Bidders with the registered office in Slovenia shall be obliged to issue only e-invoices.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 (sklopov A – T) dobavil oz. izvedel storitve (sklopa U) najkasneje v roku ………… dni od pri?etka veljavnosti te pogodbe. Po tem roku naro?nik lahko unov?i garancijo za dobro izvedbo pogodbenih obveznosti. Za sklope A – T: 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. Za sklop U: Ponudnik bo omogo?il vsaj 3 obiske predstavnikov naro?nika (vsaki? za 3 osebe), da se preveri razli?ne situacije vgradnje opreme in kabliranja /?e je ponudnikova lokacija ve? kot 500 km odaljena od lokacije naro?nika, potem krije ponudnik tudi stro?ke potovanja, nastanitve in dnevnic za vse 3 dvodnevne obiske za tri osebe/. Ponudnik bo izvedel meritev vseh V/A povezav, izdelal poro?ilo o merilnih rezultatih in navedel protokol meritev. Ob zadnjem obisku naro?nika mora biti izvedeno testiranje celotnega sistema (tehni?ni prevzem) in podpisan zapisnik o tehni?nem prevzemu s strani obeh pogodbenih strank.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 (of Lots A – T) or realize the services (of Lot U) within ............... days after the Contract validity date. After this delivery deadline the Contracting Authority may cash-in a performance guarantee. For Lots A – T: 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.For Lot U: The Bidder is obliged to enable at least 3 visits of Contracting Authority members (each time for 3 persons) to check the different stages of building in the equipment and cabling. If bidder location is more then 500 km away regarding Contracting Authority location, then also accommodation, daily allowances and travelling expenses must be included for 3 two days visits (for 3 persons). The bidder will make meauserements of all V/A connections and report of measuring resaults and must specify the measuring protocol. At last visit of the Conracting authority specialists, the testing of the whole system (technical acceptance) must be done and the report about technical acceptance must be signed by both parties (the bidder and the Contracting authority).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 oz. izvedbe del. V ?asu garancijskega roka ponudnik zagotavlja brezpla?no garancijsko vzdr?evanje opreme (sklopov A – T) z odpravo napak. Garancijska doba za izvedena dela (opcijskega sklopa U) je ………. in pri?ne te?i z dnem, ko naro?nik podpi?e zapisnik o kon?nem prevzemu.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. 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 (razen za sklopa L in U).Article 6The warranty terms are determined in the Bid documentation, which shall constitute the integral part of this Contract and have been adopted by both Parties. The warranty 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(of Lots A – T) with elimination of all errors.The warranty period for all works (optional Lot U) is….. and shall start with the date the Contracting Authority has signed the Protocol of the final acceptance.The Bidder is obliged to give the Contracting Authority within the warranty 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. 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 (except for Lots L and U).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 (razen za sklopa L in U).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 (except for Lots L and U). 8. ?lenZagon in kon?ni prevzem posameznih sklopov (od A do T):Kon?ni prevzem posameznih sklopov 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 (kjer je zagon zahtevan) bo naro?nik ugotavljal naslednje karakteristike:kakovost dobavljene opreme funkcionalnost opremestabilnost delovanja opremeodpravljanje morebitnih napak Naro?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.Zagon in kon?ni prevzem za opcijski sklop U:Kon?ni prevzem sklopa U se opravi na lokaciji naro?nika. Kon?ni prevzem izvede naro?nik, prisotnost predstavnika ponudnika pa ni obvezna. Pri kon?nem prevzemu in zagonu bo naro?nik ugotovil, ?e so vsa izvedena dela skladna z zahtevami razpisne dokumentacije. Naro?nik mora pristopiti h kon?nemu prevzemu izvedenih del sklopa U najkasneje v roku 30 dni po tehni?nem prevzemu.Vse morebitne nepravilnosti, ugotovljene pri kon?nem prevzemu, 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 8Start-up and final acceptance of separate lots (from A to T):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.Start-up and final acceptance of option Lot U:The final acceptance of Lot U 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 final acceptance and start-up the Contracting Authority will check, whether all the realized works are in accordance with the tender documentation requirements.The Contracting Authority shall accede to the final acceptance of realized works of Lot U within 30 days after the technical acceptance at the latest.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.9. ?lenNaro?nik lahko oporeka kakovosti blaga oz. storitve 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 oz. storitve 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 oz. opravljeni storitvi. Skrite napake so tiste, ki jih naro?nik ni mogel odkriti z obi?ajnim pregledom dobavljenega blaga oz. storitve. 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 or services, this quality of goods or services 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 oz. storitve niso opravljene 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 oz. storitve 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 oz. izvedbe storitve. ?e dobava oz. izvedba storitve zaostaja po ponudnikovi krivdi za ve? kot 4 tedne, ima naro?nik pravico, razen ?e uveljavlja kazenski zahtevek, da dolo?i nov dobavni rok oz. rok izvedbe 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 or service, 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 or deadline for realization of services determined. If the delivery or realization of services 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 11.1Ponudnik je skladno z dolo?ili razpisne dokumentacije ?tev. JN-B0643 ponudil lo?eno od osnovne ponudbe za sklop M tudi vrednost brez?i?nega dela za kamero tip 1 (opcija M). Cena ponujene opcije je fiksna ?e eno leto po za?etku veljavnosti pogodbe JN-B0643.V primeru, da se bo naro?nik odlo?il za nakup opcije M ?e ob odlo?itvi o oddaji javnega naro?ila, jo bosta pogodbeni stranki vklju?ili v osnovno pogodbo. ?e pa se bo naro?nik odlo?il za nakup opcije M kasneje (v roku enega leta po veljavnosti osnovne pogodbe), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0643, za katerega bo osnova opcijska ponudba M, ki bo priloga k tej pogodbi. Dodatek mora biti podpisan in ?igosan s strani obeh poobla??enih pogodbenih predstavnikov.11.2Ponudnik je skladno z dolo?ili razpisne dokumentacije ?tev. JN-B0643 ponudil lo?eno od osnovne ponudbe za sklop R tudi vrednost dostopne to?ke tip 2 (opcija R). Cena ponujene opcije je fiksna ?e eno leto po za?etku veljavnosti pogodbe JN-B0643.V primeru, da se bo naro?nik odlo?il za nakup opcije R ?e ob odlo?itvi o oddaji javnega naro?ila, jo bosta pogodbeni stranki vklju?ili v osnovno pogodbo. ?e pa se bo naro?nik odlo?il za nakup opcije R kasneje (v roku enega leta po veljavnosti osnovne pogodbe), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0643, za katerega bo osnova opcijska ponudba R, ki bo priloga k tej pogodbi. Dodatek mora biti podpisan in ?igosan s strani obeh poobla??enih pogodbenih predstavnikov.11.3Ponudnik je skladno z dolo?ili razpisne dokumentacije ?tev. JN-B0643 ponudil lo?eno od osnovne ponudbe za sklop T tudi vrednost avdio procesorja (opcija T). Cena ponujene opcije je fiksna ?e eno leto po za?etku veljavnosti pogodbe JN-B0643.V primeru, da se bo naro?nik odlo?il za nakup opcije T ?e ob odlo?itvi o oddaji javnega naro?ila, jo bosta pogodbeni stranki vklju?ili v osnovno pogodbo. ?e pa se bo naro?nik odlo?il za nakup opcije T kasneje (v roku enega leta po veljavnosti osnovne pogodbe), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0643, za katerega bo osnova opcijska ponudba T, ki bo priloga k tej pogodbi. Dodatek mora biti podpisan in ?igosan s strani obeh poobla??enih pogodbenih predstavnikov.Article 1111.1The Bidder offered according to the stipulations of the tender documentation no. JN-B0643, separately from the basic offer for Lot M also the value of Wireless part of camera type 1 (Optional Offer M). The price for this option is fixed still one year from the beginning of the JN-B0643 Contract validity.In case the Contracting Authority decides for the purchase of optional offer M already at the decision on the award of the Contract, the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer M later (in the period of one year from the beginning of the basic contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0643 in writing. The basis for this Annex shall be Optional Offer M that is enclosed to the Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.11.2The Bidder offered according to the stipulations of the tender documentation no. JN-B0643, separately from the basic offer for Lot R also the value of Access point Type 2 (Optional Offer R). The price for this option is fixed still one year from the beginning of the JN-B0643 Contract validity.In case the Contracting Authority decides for the purchase of optional offer R already at the decision on the award of the Contract, the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer R later (in the period of one year from the beginning of the basic contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0643 in writing. The basis for this Annex shall be Optional Offer R that is enclosed to the Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.11.3The Bidder offered according to the stipulations of the tender documentation no. JN-B0643, separately from the basic offer for Lot T also the value of Audio processor (Optional Offer T). The price for this option is fixed still one year from the beginning of the JN-B0643 Contract validity.In case the Contracting Authority decides for the purchase of optional offer T already at the decision on the award of the Contract, the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer T later (in the period of one year from the beginning of the basic contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0643 in writing. The basis for this Annex shall be Optional Offer T that is enclosed to the Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.12. ?lenPogodbeni 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 12The 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.13. ?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 13In 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.14. ?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, veljavno:?e 6 mesecev po pogodbeno dolo?enem datumu dobave opreme (za sklope A - T)?e 3 mesece po pogodbeno dolo?enem datumu izvedbe del (za sklop U).Ponudnik mora predlo?iti garancijo za dobro izvedbo pogodbenih obveznosti najkasneje v 10 dneh po podpisu pogodbe.Article 14The 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 (for Lots A – T). 3 (three) months after the confirmed date for the realization of works (for Lot U). The Bidder must present the Performance Guarantee at the latest 10 days after the signature of the Contract. 15. ?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 15If 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.16. ?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 16The 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.17. ?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 17The 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.18. ?lenS strani naro?nika je za izvajanje pogodbe odgovoren …. (telefon: +386 1 475 ….), s strani ponudnika pa: …. (telefon: ….).Article 18Each 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: +___________)19. ?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 19The 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-B0643 THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0643 Ljubljana, …....................………….., …….…................NARO?NIK: /PONUDNIK: /CONTRACTING AUTHORITY:BIDDER:Radiotelevizija Slovenija, Javni zavod…………………………………..V. d. generalni direktor / Acting 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 3rd November, 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-B0643Should we, .................. (The Bidder) be awarded the Tender of RTV Slovenija, No. JN-B0643 – for the purchase of A/V equipment for OB VansWE 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, and valid:6 (six) months after the confirmed delivery date of the whole equipment (for Lots A – T). 3 (three) months after the confirmed date for the realization of works (for Lot U). 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-B0643We 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-B0643Data 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-B06431. Questions:..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................2. Answers:................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... ................
................

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

Google Online Preview   Download