Explanation of the Tender documentation No. JN

advertisement
TENDER DOCUMENTATION
PUBLIC TENDER THROUGH THE
OPEN PROCEDURE
No.
JN-B0628
PURCHASE OF AUDIO/VIDEO EQUIPMENT FOR STUDIO 3
CONTENTS
1
INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER ................................................................4
2
INSTRUCTIONS FOR MAKING BIDS .....................................................................................................5
3
2.1
Contracting Authority of the public Tender ..................................................................................5
2.2
Legal ground ....................................................................................................................................5
2.3
Basic rules of operation ..................................................................................................................5
SUBJECT OF THE PUBLIC PROCUREMENT........................................................................................6
3.1
GENERAL DESCRIPTION OF EQUIPMENT ...................................................................................6
3.2
TECHNICAL REQUIREMENTS ........................................................................................................6
3.2.1
GENERAL TECHNICAL REQUIREMENTS .................................................................................... 6
3.2.1.1 Technical documentation ................................................................................................................... 6
3.2.1.2 Standards............................................................................................................................................. 6
3.2.1.3 Rejection of a bid ................................................................................................................................ 6
3.3
TECHNICAL SPECIFICATION..........................................................................................................7
3.3.1
LOT A: VISION MIXER ....................................................................................................................... 7
3.3.1.1 VISION MIXER ................................................................................................................................. 7
3.3.1.2 SW for vision mixer upgrade from SD to HD ................................................................................ 11
3.3.2
LOT B: ROUTER ................................................................................................................................. 11
3.3.3
LOT C: V/A PRODUCTION SERVER ............................................................................................. 12
3.3.4
LOT D: STUDIO MONITORS ........................................................................................................... 13
3.3.4.1 24” STUDIO MONITORS ............................................................................................................... 13
3.3.4.2 37” STUDIO MONITORS ............................................................................................................... 14
3.3.4.3 Control unit for 24” and 37” monitors from items 3.3.4.1 in 3.3.4.2 ............................................ 14
3.3.5
LOT E: REFERENCE MONITORS .................................................................................................. 15
3.3.6
LOT F: MEASURING instruments .................................................................................................... 16
3.3.6.1 Measuring instrument type 1 ........................................................................................................... 16
3.3.6.2 Measuring instrument type 2 ........................................................................................................... 17
3.3.6.3 Measuring instrument type 3 ........................................................................................................... 18
3.3.7
LOT G: Modular equipment ............................................................................................................... 19
3.3.8
LOT H: Blue/green chroma keyer ...................................................................................................... 25
3.3.9
LOT I: CAMERAS ............................................................................................................................... 26
3.3.10
LOT J: LENSES ................................................................................................................................... 29
3.3.11
LOT K: Audio equipment .................................................................................................................... 30
3.3.12
OTHER BUSINESS ............................................................................................................................. 35
4
BID DOCUMENTATION ........................................................................................................................ 36
4.1
General conditions for making bid documentation ................................................................... 36
4.1.1
Clarification to the tender documentation ......................................................................................... 36
4.1.2
Language ............................................................................................................................................... 36
4.1.3
Marking ................................................................................................................................................. 36
4.1.4
Contents of a bid ................................................................................................................................... 36
4.1.5
Alternative bids and variant bids ........................................................................................................ 36
4.1.6
Form of a bid ......................................................................................................................................... 36
4.1.7
Validity of the bids ................................................................................................................................ 37
4.2
Documents in the bids .................................................................................................................. 37
4.2.1
Data on Bidder and Bid........................................................................................................................ 37
4.2.2
Contents of the bid documentation ..................................................................................................... 37
4.2.3
Form »Declaration on acceptance of the public tender conditions« ................................................ 37
4.2.4
Form of an OFFER that has to contain: ............................................................................................. 37
4.2.5
Proforma Invoice .................................................................................................................................. 38
4.2.6
Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public
Procurement Act (ZJN-2-UPB5)” – for a legal entity ....................................................................................... 38
4.2.7
Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public
Procurement Act (ZJN-2-UPB5)” – for a legal representative ......................................................................... 38
4.2.8
Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2-UPB5” ........ 39
4.2.9
Form “Bidder’s statements, given under criminal and material liability” ...................................... 39
4.2.10
Bank Certificate of solvency ................................................................................................................ 39
4.2.11
Warranty conditions of the Bidder ..................................................................................................... 39
4.2.12
4.2.13
4.2.14
4.2.15
4.2.16
4.2.17
4.2.18
4.2.19
4.2.20
Declaration of the Bidder regarding the spare parts ......................................................................... 39
Declaration of the Bidder - all the offered equipment is factory-new .............................................. 39
Declaration of the Bidder regarding the software upgrades ............................................................. 39
Statement of the manufacturer or principal ...................................................................................... 39
Sample of the Contract ......................................................................................................................... 39
Guarantee for the seriousness of the bid ............................................................................................ 40
Declaration, stating the Bidder shall provide a Performance guarantee ......................................... 40
Statement on the forwarding of data in the disclosure of the Bidder's ownership ......................... 40
Technical documentation ..................................................................................................................... 41
5
CONTRACT AWARD CRITERIA .......................................................................................................... 42
6
REVIEW CLAIM ..................................................................................................................................... 42
7
6.1
Legal base and terms for submission ........................................................................................ 42
6.2
Method of submitting the review claim ....................................................................................... 42
FORMS................................................................................................................................................... 42
DATA ON BIDDER AND BID .................................................................................................................... 43
Declaration of Bidder’s acceptance of Public Procurement conditions ............................................ 44
Form OFFER ............................................................................................................................................. 45
Form OFFER ............................................................................................................................................. 46
Form OFFER ............................................................................................................................................. 47
Form OFFER ............................................................................................................................................. 48
Form OFFER ............................................................................................................................................. 49
Form OFFER ............................................................................................................................................. 50
Form OFFER ............................................................................................................................................. 51
Form OFFER ............................................................................................................................................. 52
Form OFFER ............................................................................................................................................. 53
Form OFFER ............................................................................................................................................. 54
Form OFFER ............................................................................................................................................. 55
Proforma Invoice ...................................................................................................................................... 56
STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE
PUBLIC PROCUREMENT ACT (ZJN-2-UPB5) ........................................................................................ 57
Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement
Act (ZJN-2-UPB5) ..................................................................................................................................... 59
STATEMENT UNDER the third and THE FOURTH PARAGRAPH OF ARTICLE 42 ............................ 61
Bidder's Statements given under CRIMINAL and material LIABILITY ............................................... 62
Declaration of the Bidder regarding the spare parts............................................................................ 63
Declaration of the Bidder – all the offered equipment is factory new ................................................ 64
Declaration of the Bidder regarding the software upgrades ............................................................... 65
STATEMENT OF THE MANUFACTURER ............................................................................................... 66
STATEMENT OF THE PRINCIPAL .......................................................................................................... 67
Sample Contract....................................................................................................................................... 68
Guarantee for the seriousness of Bid .................................................................................................... 77
STATEMENT regarding the Performance Guarantee ........................................................................... 78
Statement ON THE FORWARDING OF DATA IN THE DISCLOSURE .................................................. 79
OF THE BIDDER'S OWNERSHIP ............................................................................................................ 79
Explanation of the Tender documentation No. JN-B0628.................................................................... 82
Tender documentation JN-B0628
1
INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER
Pursuant to Item 1 of the first paragraph of Article 24 of the Public Procurement Act (official consolidated
text), Official Gazette of the Republic of Slovenia no.: 12/2013 – ZJN-2-UPB5 (hereinafter referred to as
ZJN-2-UPB5), Radiotelevizija Slovenija, Public Institution, hereby publishes the contract notice through the
open procedure for:
purchase of audio/video equipment for Studio 3.
Bids in three copies (one original and two copies) must be sent in sealed envelopes to the address:
“Javni zavod RTV SLOVENIJA, KOLODVORSKA 2, VLOŽIŠČE, 1550 LJUBLJANA, SLOVENIA”, with the
postscript: "DO NOT OPEN - FOR TENDER - BID FOR TENDER NO. JN-B0628 – " A/V equipment for
S3“. The full address of the Bidder is to be written on the envelope.
The term for acceptance of bids is until 08.00 a.m. on 08 April, 2014. Bids received after that time limit will
not be counted and will be returned unopened to the Bidders.
Public opening of bids will be on 08 April, 2014 at 09.00 o’clock on the premises of Commercial
Department of Javni Zavod RTV Slovenija, at Komenskega Street 7 in Ljubljana.
Before the public opening of the bids the present participants of the Bidders have to hand over written
authorizations for participation on the public opening.
Ljubljana, 25 February, 2014
Commercial Department of
RTV Slovenija
4
Tender documentation JN-B0628
2
2.1
INSTRUCTIONS FOR MAKING BIDS
CONTRACTING AUTHORITY OF THE PUBLIC TENDER
Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana
VAT No.: SI29865174; Corporate registry No.: 5056497
Bids will be appraised by the General Manager appointed Evaluation Committee. The Decision on the
award of a Contract will be issued by the Director General of Javni Zavod RTV Slovenija. In the evaluation
of the tender the commission will take account of the criteria that are the constituent part of the tender
documentation.
The selected Bidder must enter into a signed Contract within 8 days after receiving the “Decision on the
Award of a Contract”. In the case of a Bidder not entering into a signed Contract, the Contracting Authority
will validate the guarantee on the seriousness of the bid.
The Contracting Authority reserves the right to vary from the published values and quantities when
selecting bids, subject to available financial resources and actual needs.
In case of receiving incomplete bids, the Contracting Authority shall annul the tender. The Contracting
Authority reserves the right not to choose any of the bids (according to Art. 80 of ZJN-2-UPB5).
2.2
LEGAL GROUND
The Public Procurement of Javni Zavod RTV Slovenija (hereinafter referred to as: Contracting Authority) is
carried out in accordance with the valid Public Procurement Act (ZJN-2-UPB5) and by-laws applicable and
in accordance with the legislation being valid on the field of public finances and on the field that is the
subject of this public tender.
2.3
BASIC RULES OF OPERATION
Every Bidder’s attempt to affect the treatment of the Contracting Authority or decision on the selection shall
result in rejection of his Tender. The same applies to all attempts related to the work and decision of the
Evaluation Committee.
In the period from the publication until the conclusion of the Contract the Bidder shall be not allowed to
commence and perform any actions, which might prior determine the selection of a defined bid. In the
period from the selection of a Bid until the Contract comes into force the Bidder shall be not allowed to
commence any actions, which might cause the Contract to become void and unfulfilled. In case the
procedure is stayed the Bidder shall not commence or perform any procedures, which might aggravate the
invalidation or objectivity of the Review Commission.
5
Tender documentation JN-B0628
SUBJECT OF THE PUBLIC PROCUREMENT
3
3.1
GENERAL DESCRIPTION OF EQUIPMENT
The subject of public procurement (tender) is the purchase of A/V equipment one studio. The equipment
will be used for production of television programs on RTV Slovenia.
The offered equipment has to comply with all technical demands which are specified in Specification and
technical requirements.
3.2
TECHNICAL REQUIREMENTS
3.2.1
3.2.1.1
GENERAL TECHNICAL REQUIREMENTS
Technical documentation
A 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.
3.2.1.2
Standards
The offered equipment has to operate according to the PAL standards, SD (576i at 50 Hz) and HD
(720p/1080i at 50 Hz):
-
ITU-R BT.470-6
ITU-R.BT472
ITU-R BT.601/65, audio embedding SMPTE 272M
AES-3-1992
AES-11-1997
MADI-AES10i -2008
SMPTE 259M, 296M, 274M, 292M, 424 or 425M
All equipment powered by 230V AC must satisfy acts and regulations valid today in the republic of
Slovenia to do with electrical powering (230V, 50 Hz) and safety against electrical shock in accordance
with SIST EN 50160, SIST EN 60950.
Offered equipment must conform to EMC standards:
SIST EN 50081-1:1995
SIST EN 50082-2:1997
SIST EN 55022-2000
SIST EN 55024:2000
3.2.1.3
Rejection of a bid
The Contracting Authority shall reject the bid from further proceeding, in case the bid documentation does
not fulfil all the conditions and requests, stated in this tender documentation.
6
Tender documentation JN-B0628
3.3
TECHNICAL SPECIFICATION
3.3.1
LOT A: VISION MIXER
In LOT A must be offered:
1 piece of vision mixer
2 pieces of SW for vision mixer upgrade from SD to HD
3.3.1.1

Item
1
2
3
4
5
6
VISION MIXER
The bid must comprises parts which are specified in the following table:
Required parts
4ME 3G/HD/SD vision mixer – all HW equipment
3G/HD-SDI inputs (all of the inputs, primary, FILL and KEY, but not
DVE inputs)
3G/HD-SDI outputs ( all outputs encountered PGMs, MEs, PVs,
CLEAN, ..AUX)
Number of channels of 3D digital video effects (vision mixer in 1080i
mode)
3ME control panel with touch screen display and local AUX control
panel for at least 10 destinations
8
All available redundant power supplies for each electronics unit and
power supplies for each control panel must be included in the offer
It must be offered, at lest one (1) spare piece of each type of board
with build in sub-boards (at least IN board, OUT board (all typs), M/E
board, CPU board and cross point board which are specified in the
offer and all other boards which are specified in the complete
offer), one (1) spare piece of each type of power supplies and one
(1) spare piece of each type of fan, which are build in the all offered
HW equipment of video production switcher.
Operational manual (CD/DVD and two hard copies)
9
Installation manual (CD/DVD)
10
Maintenance manual (CD/DVD and 2 hard copies)
11
Maintenance training/commissioning (in period of 2 days) on
Contracting Authority location with accommodation, daily allowances
and travelling expenses included for a lecturer
7
Min.Qty
Offered
Qty.
1
40
48
4
1
7
Tender documentation JN-B0628
Technical requirement table (TRT)

Posit.
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 Description
Description
3
Capability of multiformat mode is required (HD: 1080i25,
and 720p50)
SW upgrade from HD mode to 3G mode (1080p50) must be
alrady available, but it is no required to be offereed
10-bit processing is required
4
Number of SD PAL reference inputs – colour black
5
Number of WIPE generators per M/E (main and KEY)
6
Number of KEY`s per M/E (vision mixer in 1080i mode)
7
Number of CHROMA KEY`s per M/E
Number of required DSK`s - they can be KEY`s (must have
functionality of down stream keyers ) of M/E which is chosen
as PGM/PST M/E or they can be additional offered KEY`s
1
2
8
9
10
11
12
Number of BORDERLINE and SHADOW EFFECT
generators for every KEY
It is required that 2 channels of 3D DVE is possible to
permanently delegate to one (1) of the M/E`s
Machine control for controlling VTR`s, server playout
channels... with next functions: play, cue, mark in, mark out,
jog, rewind, fast forward, stop. BVW (Sony) RS- 422 and
VDCP protocol is required. The pre-roll compensation is
required (for at least 30 frames)
15
16
At creating/editing macros it is required that it must be
possible to use the existing macros (macro in macro)
14
Offered
The name and
the page of the
document
yes/no
yes/no
yes/no
1
8
8
8
4
1
2fill,
2key
All 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)
The number of GPI and GPO built into the vison mikser HW,
which is installed in the machine room
TALLY signalisation (serial protocol for UMD must be also
available) with relay and open collector closures, is set up
during configuration of the video production switcher
The number of effects memory registers available per M/E,
each independent of the other.
13
Minimal
request
yes/no
4
24 in,
24 out
8
99
yes/no
8
Tender documentation JN-B0628
17
18
19
20
21
22
It 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
It is required that a simple macro for one (1) function only
(DSK function for example) must be possible to create fast
by pressing four buttons or less, without entering in any
menu (the procedure of macro creation must be described in
the offer)
If 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.
The copy of any mix effects programs and settings from
each of the ME stage to any of the ME stages must be
possible
The 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
Internal at least 8 channel RAM recorder with 2000 frames
capacity is required which must allow:
- From/to it must be possible to recall/store video
sequence with embedded audio in the length of at
least 500 frames in resolution 1080p
- From/to it must be possible to recall/store up to
1000 stills in resolution 1920 x 1080
yes/no
yes/no
yes/no
yes/no
yes/no
yes/no
23
Resizer function must be available for all the keyers
yes/no
24
It must be possible to make a dissolve on any pair of AUX
bus outputs
yes/no
25
32 direct accessible primary inputs on 3ME control panel
yes/no
26
27
The 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 effects
PGM/PST M/E must have at least 4 PGM/CF and 2 PST
(PVW) outputs and must be possible to insert into each of
(4) PGM/CF signals at least 4 KEY`s (which has the
functionality of DSK`s) in any (random) combination (at least
the following combinations: PGM1/CF1 has inserted KEY 1
and KEY 3, PGM2/CF2 has inserted KEY 2 and KEY 3, but
not KEY 1, PGM3/CF3 has inserted KEY4 but not KEY 1,2,
3 etc.)
Preview of transition effect must be possible.
yes/no
yes/no
9
Tender documentation JN-B0628
28
29
30
It 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 panel
On 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)
Control panel (transition area) must have built in (for each
M/E) dedicated buttons for inserting 4 KEY`s into the
picture. There must be 4 buttons for inserting KEY`s in CUT
mode and another 4 buttons for inserting KEY`s in
TRANSITION mode (at least DISOLVE or MIX)
yes/no
yes/no
yes/no
31
It must be possible to store and recall all of the settings of
vision mixer of different projects
yes/no
32
It is required at least 4-digit source name displays on each
ME stage
yes/no
33
3M/E control panel must be capable to control all of the
features which are built in the HW of all offered vision mixers
yes/no
34
3M/E control panel must control at least 10 auxiliary buses
by build in or stand alone control panel
yes/no
35
It must be possible AUX bus dissolves on any pair of AUX
bus outputs
yes/no
36
It must have build in multiviewer with at least 10 different
pictures
yes/no
37
Remote 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/no
38
It must be possible to have a preview of selected transition
effect and three program outputs with different inserted
graphics (by DSK) simultaneously
yes/no
39
3M/E control panel must be capable to control each of the
M/E stages of 4M/E vision mixer. The operator can select
which M/E stage to control
yes/no
10
Tender documentation JN-B0628
40
SNMP monitoring must be available
yes/no
41
The 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/no
Remark: if any answer is NO in the items of above technical requirement table (TRT), where is
required that bidder answer with YES/NO, then the Contracting Authority shall reject the bid (for
this LOT) from further proceeding (according to the item 3.3.1.2 from this tender documentation).
like or equivalent to MVS-8000X
3.3.1.2
SW for vision mixer upgrade from SD to HD
SW for Field upgrade from SD to HD of existing 3 M/E vision mixer MVS-8000G on RTV Slovenia
3.3.2
LOT B: ROUTER
In LOT B must be offered:
1
piece of ROUTER
3G/HD/SD video router will be part of S-3 equipment and will be used to route studio video signals and for
monitoring purposes. Each router source must be possible to connect to any multiviewer with salvo
command.
Required configuration of the router, which must be offered:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
The router must be of a modular design
designed for 3G/HD/SD-SDI signals with embeeded audio signals (at least 4 AES)
at least 160 inputs expandable to 256 inputs
Automatic input cable equalization for 140m of Belden 1694A or equivalent cable must be build
inside the video router for transport of 3Gb/s signal.
at least 160 outputs expandable to 256 outputs
256 x 256 crosspoints
redundant power supply and ventilation built in the router, load sharing between main and
redundant is requested during normal operation
2RU fan unit to draw intake cold air from the front of the frame is required
x/y hardware control panels with scroll button for quick sources and destinations finding - 2 pieces
multidestination control panel for at least 16 destinations with 8 status displays for instant
overview of the selected sources on 8 destinations - 2 pieces
hardware control panel for one destination with at least 50 buttons, button per source type - 3
pieces
SW control panel package (at least 3 types) - 1 piece
operating manual, paper and CD version
maintenance manual, paper and CD version
11
Tender documentation JN-B0628
Minimal routing technical specification:
a. The housing of the SD/HDI video router have to be prepared for the signals up to 3Gb/s and have
to accept multi-format boards : SD-SDI, ASI, HD-SDI, 3G-SDI
b. The modules for routing SD-SDI and HD-SDI signals with data rate up to 3 Gb/s at minimum are
required
c. Router has to ensure the switch in the 6th line of the video signal in accordance to
reccomendation SMPTE RP 168.
d. Synchronisation of the switches has to be done by PAL black/burst signal.
e. Redundant power supply module and redundant fans have to be build in inside the video router
housing. Fans as well as power supplies should share the load and there should be at least 50%
overhead in it.
f. Any failure needs to be detected and has to cause the alarm as LED indication, as a contact
closure, as an SNMP trap and on a build-in web-server.
g. Auto-sense of SD-SDI/HD-SDI/3G-SDI input signals is required and therefore selects the best
input equalization; it must have at least 100m cable run at 3G (at Belden 1694 cable).
h. Boards must be installed in the housing from the front side. They must be hot swapable.
i. Router has to include the diagnostic system for quick fault finding. SNMP-based monitoring is
requested as well as build-in web-server
j. The control system must have full redundant configuration (build in spare control board (s) and
power supply or double control system with outo switch over in the case of failure on hot control
system)
k. The control solution must support protocol for comunication with Kaleido UMD
l. Connectors of video INPUTS and OUTPUTS must of standard BNC type.
m. Alarm notification/status is requested
n. xy, multi-destination (at least 16) and SW control panels must control multi-layers and levels
o. Router must be controled with already existing Jupiter control system and Jupiter control panels,
which we already use in neighburing studios (at production of similar program like elections and
automation planned in near future)
p. The bidder has to guarrantie the availability of the spare boards for minimum five (5) years after
the delivery
q. The commissioning of the system with accommodation, daily allowances and travelling expenses
included for an vendor engineer must be also offered
like or equivalent to Trinix NXT
3.3.3
LOT C: V/A PRODUCTION SERVER
In LOT C must be offered:
1
piece of V/A server for video switcher
Server for video switcher must fulfil the following requirements:
a. HD/SD fill and key playout server
b. Supported HD resolutions: 1080i 50Hz; 720p 50Hz
c. Seamless integration with switcher (RS422 VDCP connection or Ethernet VDCP
connection)
d. Instant (without any delay) recall and playback of video clips and graphics
e. Imports most graphic file formats
f. Combined high performance solid state storage for instant playout (at least 2 x 128GB)
and high capacity disk for intermediate storage (at least 400GB)
g. Uncompressed HD, graphics playout must be allowed
12
Tender documentation JN-B0628
h. Video and audio can be independently played out once, as a loop or nested loop
i. Different media formats (at least fill&key Targa, Tiff sequences, MXF video files with
codec AVC-Intra 100 and DN x HD, avdio files as WAV files of 16-bit depth, 48 KHz from
2-16 channels) can be imported from the built-in DVD drive, from an external USB or
eSATA hard drive and from the network through the GigE ports of the Server
j. The server is also able to handle audio files, which can either wrapped in media file or we
can associate video file with audio file manually; once associated the files can play once,
as a loop or in a nested loop
k. Connectivity:
- IT: 2x Gigabit Ethernet ports with jumbo frame support, 3x USB + 1x eSATA
- Video I/O: 2 x HD/SD SDI outputs (Key + Fill) with embedded audio, 1 x
Reference input (BB or Tri-level)
like or equivalent to EVS GX server
3.3.4
LOT D: STUDIO MONITORS
In LOT D must be offered:
37 pieces of 24” studio monitors
3 pieces of 37” studio monitors
1 piece controler for 24” and 37” monitors
8 pieces of 20” studio monitors
3.3.4.1
24” STUDIO MONITORS
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
colour temperature of the picture on the screen must be 6500K .
the diagonal of viewable area must be 24“
the angle of view (H/V) must be at least 178/178 or more
monitor must have at least 1920 x 1200 pixels
monitor must have aspect ratio of the screen 16:10 and it must be capable to display
geometrically unimpaired picture with aspect ratio 4:3 and 16:9
monitor must have the possibility to use different markers (centre, safety cone and aspect)
In information area it must be possible to display IMD, tally (three LED tallies in different
colours), TC (which is embedeed in video signal), audio presence indicator
monitor must have 3G/HD/SD-SDI input (1080p50,1080i25 and 720p50)
must have RS-422 / RS-485 with loop-through port or Ethernet port (RJ-45) for control
communication and for UMD/tally
must support at least TSL protocol for UMD/tally control
must have less then 1 frame picture latency
must have brightness of at least 400cd/m²
must have contrast ratio at least 1000:1
It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)
It must be possible to be powered by AC
must be powered by noiseless power supply
2 pieces of service manuals must be delivered for each type of monitor
like or equivalent to V-R241-IMD-3G
13
Tender documentation JN-B0628
3.3.4.2
37” STUDIO MONITORS
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
colour temperature of the picture on the screen must be 6500K (D65).
the diagonal of viewable area must be 37“ or more
the angle of view (H/V) must be at least 178/178 or more
monitor must have at least 1920 x 1200 pixels
monitor must have aspect ratio of the screen 16:10, but it must be capable to
displaygeometrical no distorted picture with aspect ratio 4:3 and 16:9
monitor must have the possibility to use different markers (centre, safety cone and aspect)
in the information area it must be possible to display UMD, tally (three LED tallies in
different colours), TC (which is embedeed in video signal), audio presence indicator
monitor must have HD/SD-SDI input (1080i25 and 720p50)
must have RS-422 / RS-485 with loop-through port or Ethernet port for control
communication and for UMD/tally
must support at least TSL protocol for UMD/tally control
must have pixel-to-pixel mode
must have less then 1.5 frame picture latency
must have brightness of at least 550cd/m²
must have contrast ratio at least 800:1
It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)
must be possible to be powered by AC
must be powered by noiseless power supply
2 pieces of service manuals must be delivered for each type of monitor
like or equivalent to V-R371-IMD-HDSDI
3.3.4.3
Control unit for 24” and 37” monitors from items 3.3.4.1 in 3.3.4.2
a. must be capable of complete control of each monitor's menu settings (each monitor is
identified by it`s ID) and adjustments
b. must be capable to send global commands to affect all monitors in a video walll
c. must be capable to accepts and transmits TSL v4.0 protocol commands, while
maintaining full remote control of the monitors settings and adjustments
d. must be capable to operate with a built-in web interface via a standard TCP/IP network,
no special application or additional software is needed other than a standard web browser
e. must have connector 1 x RJ12 – RS-485 input connection for 3rd party IMD/Tally
controller, at least 4 x RJ12 – RS-485 output ports to connect to Marshall Monitors 1 x
RJ45 physical layer 10BASE-T or 100BASE-T ethernet
like or equivalent to NCB-2010
3.3.4.4.
20” STUDIO MONITORS
a.
b.
c.
d.
e.
f.
colour temperature of the picture on the screen must be 6500K (D65)
the diagonal of viewable area must be 20“
the angle of view (H/V) must be at least 178/178 or more
monitor must have at least 1680 x 1050 pixels
monitor must have aspect ratio of the screen 16:10 or 16:9 and it must be capable to
display geometrically unimpaired picture with aspect ratio 4:3 and 16:9
monitor must have the possibility to use different markers (centre, safety cone and aspect)
14
Tender documentation JN-B0628
g. In information area it must be possible to display IMD, tally (three LED tallies in different
colours), TC (which is embedeed in video signal), audio presence indicator
h. monitor must have HD/SD-SDI input (1080i25 and 720p50)
i. must have RS-422 / RS-485 with loop-through port for control communication and for
UMD/tally
j. must support at least TSL protocol for UMD/tally control
k. must have less then 1 frame picture latency
l. must have brightness of at least 300cd/m²
m. must have contrast ratio at least 800:1
n. It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)
o. must be possible to be powered by AC
p. must be powered by noiseless power supply
q. 2 pieces of service manuals must be delivered for each type of monitor
like or equivalent to V-R201-IMD-TE
3.3.5
LOT E: REFERENCE MONITORS
In LOT E must be offered:
2 pieces
2 pieces
reference monitor
profesional monitor
Reference monitor must be OLED panel with the following specifications:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
t.
Colour temperature of the picture on the screen must be 6500K (D65)
Monitor must have 3G/HD/SD-SDI input (at least 2) with loop through
The diagonal of viewable area must be at least 16,5” or more
The wide angle of view (H and V) must be at least 178 or more
Monitor must have at least 1920 x 1080 pixels
It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)
The display driver must be at least 10 bit RGB
It must have colour gamouts according to SMPTE-C, EBU, ITU-R BT.709
Monitor must be possible to genlock to external PAL video signal
Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3
and 16:9
Monitor must have the possibility to use different markers (centre, safety cone and aspect)
Monitor must have built in speakers for monitoring audio
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 card
Monitor 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 offered
The height of a monitor must be maximum 6 RU
like or equivalent to BVM-F170A
15
Tender documentation JN-B0628
Professional monitor must be OLED panel with the following specifications:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
Colour temperature of the picture on the screen must be 6500K (D65)
Monitor must have 3G/HD/SD-SDI input (at least 2) with loop through
The diagonal of viewable area must be at least 24,5” or more
The wide angle of view (H and V) must be at least 178 or more
Monitor must have at least 1920 x 1080 pixels
It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)
The display driver must be at least 10 bit RGB
It must have colour gamouts according to SMPTE-C, EBU, ITU-R BT.709
Monitor must be possible to genlock to external PAL video signal
Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3
and 16:9
k. Monitor must have the possibility to use different markers (centre, safety cone and aspect)
l. Monitor must have built in speakers for monitoring audio
m. Monitor must be capable to display SD (576i50) picture and also HD picture
(720p50,1080i50 and 1080p50)
n. It must be capable to make automatic colour temperature adjustment if we connect it to a
Colour analyzer like Minolta, DK, X-ray etc.
o. Monitor must have HDMI input
like or equivalent to PVM-2541A
3.3.6
LOT F: MEASURING instruments
In LOT F must be offered:
1 piece of measuring instrument type 1
1 piece of measuring instrument type 2
1 piece of measuring instrument type 3
3.3.6.1
Measuring instrument type 1
Technical requirements for V/A measuring instrument:
Video input/output:
a.
b.
c.
d.
e.
f.
4 avtodetecting HD/SD-SDI inputs
it must support 625/50, 1080i/50
type of connector: standard BNC
input EQ: - 270 Mb/s: 210 meters of 1694A, - 1.485 Gb/s: 200 meters of 1694A
return loss: ≤-15 dB 5MHz to 1.485 GHz
output: SDI and must follow the selected input
Reference input
a. It must support passive looping
b. It must supports PAL video and tri-level signals
c. type of connector: standard BNC
16
Tender documentation JN-B0628
Measuring modes (can be viewed in any quadrant of display and each can be seen full screen):
a. 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%)
b. Vector (CB vs. CR for HD and SD)
c. Gamut (Encoded or RGB Gamut displays)
d. Audio
e. Picture
Audio measuring mode must allow:
a. 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)
b. Audio Loudness monitoring to ITU-R BS.1770-3/1771, EBU R 128, and ATSC A/85
recommendations
Dimensions and power
a.
b.
c.
d.
Max height: 3 RU
Max. width: two such units must be possible to mount in 19 rack
Max. Depth: 30 cm
Allowed power supplay must be 100 to 240 VAC, 50/60 Hz
like or equivalent to WFM5200 with option AUD and LOUD
3.3.6.2
Measuring instrument type 2
Technical requirements for V/A measuring instrument:
Video input/output:
a.
b.
c.
d.
e.
f.
4 avtodetecting HD/SD-SDI inputs
it must support 625/50, 1080i/50
type of connector: standard BNC
input EQ: - 270 Mb/s: 210 meters of 1694A, - 1.485 Gb/s: 200 meters of 1694A
return loss: ≤-15 dB 5MHz to 1.485 GHz
output: SDI and must follow the selected input
Reference input
a. It must support passive looping
b. It must supports PAL video and tri-level signals
c. type of connector: standard BNC
Measuring modes (can be viewed in any quadrant of display and each can be seen full screen):
a. 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%)
b. Vector (CB vs. CR for HD and SD)
17
Tender documentation JN-B0628
c. Gamut (Encoded or RGB Gamut displays)
d. picture
Dimensions and power
a.
b.
c.
d.
Max height: 3 RU
Max. width: two such units must be possible to mount in 19 rack
Max. Depth: 30 cm
Allowed power supply must be 100 to 240 VAC, 50/60 Hz
like or equivalent to WFM5200
3.3.6.3
Measuring instrument type 3
Technical requirements for V/A measuring instrument:
Video input/output:
a.
b.
c.
d.
e.
f.
g.
4 autodetecting 3G/HD/SD-SDI inputs
it must support 625/50, 1080i/50
it must support 3G signals formats
type of connector: standard BNC
input EQ: - 270 Mb/s: 210 meters of 1694A, - 1.485 Gb/s: 200 meters of 1694A
return loss: ≤-15 dB 5MHz to 1.485 GHz
output: SDI and must follow the selected input
Reference input
a. It must support passive looping
b. It must supports PAL video and tri-level signals
c. type of connector: standard BNC
Measuring modes (can be viewed in any quadrant of display and each can be seen full screen):
a. 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%)
b. Vector (CB vs. CR for HD and SD)
c. Gamut (Encoded or RGB Gamut displays)
d. Audio
e. Picture
f. Ancillary data monitoring
Signal generation:
a. Must generate 3G/HD/SD-SDI color bars and pathological signals
Audio measuring mode must allow:
a. 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)
b. Audio Loudness monitoring to ITU-R BS.1770-3/1771, EBU R 128, and ATSC A/85
recommendations
18
Tender documentation JN-B0628
Dimensions and power
a.
b.
c.
d.
e.
f.
Max height: 3 RU
Max. width: two such units must be possible to mount in 19 rack
Max. Depth: 30 cm
Allowed power supply must be 100 to 240 VAC, 50/60 Hz
Must include battery power supply with V – Mount type battery
Must include portable cabinet
like or equivalent to WFM5200 with option 3G, GEN, DATA, AUD and LOUD
3.3.7
LOT G: Modular equipment
Specification table:
Qty.
sample model
or equivalent
1 3G dual channel SDI/ASI distribution amplifier
35
D VD 5820
2 1<8 Analog video/Sync distribution amplifier
10
D VA 5718L
3 Dual analog video distribution amplifier
2
D VA 5724L
4 3G triple 1<2 SDI distribution amplifier
3
D VD 5830
2
C DX 5624
6 Analog V/A to SDI embeded converter
5
C MX 5110
7 3G 16 channel audio embedder/de-embedder
13
P DM 5288D
3
P VD 5840D
type1
9 Dual AES audio distribution amplifier
5
D AD 5220S
10 Analog audio distribution amplifier
3
D AA 5320
11 remote control panel
1
R CP 5000
12 3G SDI/ASI distribution amplifier 1<8
2
D VD 5810
13 SD/HD analog sync distribution 1<16
1
D VA 5760-L
14 Dual analog audio to AES converter
4
CAD 5320D
15 Dual AES to Analog Audio Converter
4
CDA 5220D
16 Redundant power supply for frame
8
R PS 5012
17 2RU frame
8
R FR 5012
18 Controller card for frame
8
R CT
5031/10/21
19 user control SW
1
user control SW
20 SNMP control SW
1
SNMP contr.
SW
21 user and service manual for all offered equipment
2
Description
5
8
Down converter with analog video and audio
outputs
3G dual FS withup, down, cross converter, audio
processing
19
Tender documentation JN-B0628
Detailed technical requirements
1. 3G/HD/SD Distribution amplifier 1x 1<8 or 2x 1<4 must have:
a. Input cable compensation:
i. 270 Mb/s: 250 m cable type Belden 8281,
ii. 1.485 Gb/s: 140 m cable type Belden 1694A
iii. 2.97 Gb/s: 80 m cable type Belden 1694A
b. Return loss: > 15dB (1.485 Gb/s), > 10dB (2.97Gb/s)
c. Jitter: 2,96GHz < 0.3UI
d. 3Gbps/HD/SD input with automatic detection of input video standard
e. One or dual channel mode, distribution of one input signal to 8 outputs or 2 input signals to 4
outputs each
f. User selection of reclocking or non-reclocking mode
g. In non-reclocking mode transparent distribution of any data stream from 15Mbps to 3Gbps must
be possible
h. Remote control, status monitoring and error logging by control system. SNMP error reporting is
also required.
2. Analog Sync Distribution amplifier 1<8 must have
a. 1 input SDTV/HDTV analog video/ three level or bi level sync with loop through output
b. Adjustable equalization to 200m SDTV or 100M HDTV for Belden 8281 cable
c. Adjustable gain -3,2dB to+3,6 dB
d. Input clamping ON/OFF
e. Return loss on output: 46,5dB dB to 10MHz
f. Distribution 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 module
g. Remote control, status monitoring and error logging by control system. SNMP error reporting
is also required.
3. Analog Distribution amplifier 2x 1<4 must have
a. 2 input SDTV/HDTV analog video/ three level or bi level sync
b. Adjustable equalization to 200m SDTV or 100M HDTV for Belden 8281 cable
c. Adjustable gain -3,2dB to +3,6 dB
d. Input clamping ON/OFF
e. Return loss on output: 46,5dB dB do 10MHz
f. Distribution of 2 different input signals, each input to four outputs
g. Remote control, status monitoring and error logging by control system. SNMP error reporting
is also required.
4. 3G/HD/SD Distribution amplifier 3x 1<2 must have
a. Input cable compensation:
i. 270 Mb/s: 250 m cable type Belden 8281,
ii. 1.485 Gb/s: 140 m cable type Belden 1694A
iii. 2.97 Gb/s: 80 m cable type Belden 1694A
b. Return loss: > 15dB (1.485 Gb/s), > 10dB (2.97Gb/s)
c. Jitter: 2,96GHz < 0.3UI
d. 3Gbps/HD/SD input with automatic detection of input video standard
e. Three channel mode, distribution of three different input signals, each input to two outputs
f. User selection of reclocking or non-reclocking mode
g. In non-reclocking mode transparent distribution of any data stream from 15Mbps to 3Gbps
must be possible
h. Remote control, status monitoring and error logging by Control system. SNMP error reporting
is also required.
20
Tender documentation JN-B0628
5. HD > SD down converter with analog and digital outputs must have
a. HD down converter and de-embedder which provides audio (AA and AES) and SDTV
video outputs (1x composite PAL and 2x SD-SDI).
b. a choice of output formats of either 16:9 Letterbox, 4:3 Stretch to Fill or 4:3 Center Cut.
c. 709>601 Color Space Conversion
d. audio signals are de-embedded and delayed to match video processing and re-embedded
into converted outputs
e. Adjustable Horizontal Aperture Corrector for converted outputs
f. Passes any embedded DolbyE streams transparently to converted outputs
g. Full video processing for analog video outputs (Luma gain / U gain / V gain / Black level /
Sharpness/ Hue).
h. Full Audio processing for analog audio outputs providing (Left + Right channel swap /
mute and de-emphasis, adjustable left and right audio gain levels)
i. Remote control, status monitoring and error logging by Control system. SNMP error
reporting is also required.
6. Analog video/audio converter to SDI with embeder must have
a. high quality 12 bit A-D conversion with 54Mhz sampling, a 5-line adaptive comb decoder
and a choice of CVBS composite, Y.Cr.Cb or YC component analog inputs,
b. integrated proc amp providing adjustable video gain, saturation, hue and pedestal
c. 2 x analog audio stereo pair inputs
d. 24-bits audio conversion
e. Adjustable audio gain +/- 3dB from full scale range
f. Audio embedder
g. 2x SDI outputs with embedded audio
h. 2x balanced AES digital outputs
i. Internal video and audio test signals
j. Remote control, status monitoring and error logging by Control system. SNMP error
reporting is also required.
7. 3G/HD/SD Embedder/Dembedder must have:
a. 16 channel (8xAES) embedder or de-embedder, user switcable
b. in embedder mode 16 channels of external audio are passed through selectable sample
rate converters (SRC) and into the audio processing stage
c. adjustable gain, phase invert and mute functions are required in audio processing stage
for each of the 32 channels (16 deembedded and 16 external)
d. 32 x 32 mono output matrix for embedder and external audio channel assignment
e. balanced AES audio connectivity is required,
f. transformer coupled (isolated) audio inputs and outputs is required,
g. DolbyE Transparency is required
h. Remote control, status monitoring and error logging by Control system. SNMP error
reporting is also required.
8. UP/DOWN/CROSS converter with framestore must have:
a. 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 table
b. Analog tri-level or bi-level (black) reference sync (auto-detect) cross lock compatible
c. 2 channel framestore synchronizing
d. 2 channel advanced aspect ratio converter
21
Tender documentation JN-B0628
e.
f.
g.
h.
2 channel noise reduction
2 channel advanced up/down/cross converter
4x SDI outputs independent user mappable to any internal resource
Each output has independent 10 bit digital video processing providing:
i.
ii.
iii.
iv.
v.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
t.
u.
Adjustable level, saturation, black level and hue
Adjustable aperture correction
Color space conversion
Integral test pattern generator with multiple tests
Adjustable output timing delay (3 frames)
High quality format conversion with letterbox / pillarbox and stretch to fill presets as well
as user adjustable sizing
AFD/Closed Caption/Timecode and WSS support
All 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 processing
Audio processing includes gain / mute, and invert plus stereo mixdown with overload and
silence detection, phase adjustment
4 DolbyE synchronizers to maintain guard band alignment
No pops and clicks in audio even when frames are dropped/added
Audio is delayed to track the video synchronizer automatically
Must pass all ancillary data in HANC and VANC blanking
Must provide a later upgrade to fiber optical connectors
Store 7 module presets and switch between four with GPI
Remote control, status monitoring and error logging by Control system. SNMP error
reporting is also required.
9. Dual AES audio distribution amplifier must have
a. One or dual channel mode, distribution of one AES input signal to 8 outputs or 2 different
AES input signals to 4 outputs each
b. Input presence detection
c. Sample rates between 32kHz and 108KHz, independent for each input channel
d. Fully isolated transformer coupled inputs and outputs
e. Microprocessor controlled with internal flash ram for storing configuration
f. Back plate with screw terminal, single jack Weco connectors for balanced AES inputs and
outputs
g. Remote control, status monitoring and error logging by Control system. SNMP error
reporting is also required.
10. Dual analog audio distribution amplifier must have
a. One or dual channel mode, distribution of one mono input signal to 8 outputs or 2 different
stereo input signals to 4 outputs each
b. Input presence detection
c. Independently adjustable gain for each input channel
d. Microprocessor controlled with internal flash ram for storing configuration
e. Back plate with screw terminal, single jack Weco connectors for balanced analog audio
inputs and outputs
f. Remote control, status monitoring and error logging by Control system. SNMP error
reporting is also required.
11. Remote control panel must have
a. Standard 19’’ rack mount type, 1RU high
b. Display and set-up of all module parameters
c. Programmable possibility of limited access to the parameter adjustments
d. Four user programmable buttons for quick access to chosen functions
22
Tender documentation JN-B0628
e.
f.
g.
h.
Four rotary control buttons
Four push buttons for navigation
Serial (RJ45) and LAN (RJ45, 100BaseT) connectivity
Panel upgrades / configuration / maintenance via standard PC browser interface
12. 3G SDI/ASI distribution amplifier 1<8 must have
a. Input cable compensation:
i. 270 Mb/s: 250 m cable type Belden 8281,
ii. 1.485 Gb/s: 140 m cable type Belden 1694A
iii. 2.97 Gb/s: 80 m cable type Belden 1694A
b. Return loss: > 15dB (1.485 Gb/s), > 10dB (2.97Gb/s)
c. Jitter: 2,96GHz < 0.3UI
d. 3Gbps/HD/SD input with automatic detection of input video standard.
e. One channel mode only, distribution of one input signal to 8 outputs
f. User selection of reclocking or non-reclocking mode
g. In non-reclocking mode transparent distribution of any data stream from 15Mbps to 3Gbps must
be possible
h. Remote control, status monitoring and error logging by control system. SNMP error reporting is
also required.
13. SD/HD analog Video/Sync distribution 1<16 must have
a.
b.
c.
d.
e.
f.
g.
h.
i.
1 input SDTV/HDTV analog video/ three level sync with loop through output
Adjustable equalization to 200m SDTV or 100M HDTV for Belden 8281 cable
Adjustable gain -3dB to+3 dB
Input clamping ON/OFF
Selectable AC or DC coupled differential inputs
Return loss on output: 40dB dB to 10MHz
Distribution of 1 signal to 16 signal
Signal to noise ratio must be at least 69dB to 17MHz (RMS noise/700mv, unweighted)
Remote control, status monitoring and error logging by control system. SNMP error reporting
is also required.
14. Dual analog audio to AES converter must have
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
2 separate channels of audio A/D conversion
Balanced analog audio inputs
2 AES outputswith oupt impendace of 110 ohms
At least 24 bit conversion
Selectable sample rates 32 KHz, 44.1 KHz, 48 KHz and 96 KHz
Transformer coupled AES outputs
Noise floor at least -90dBu (“A” weighted) or better
Distortion max. 0.002% (20Hz to 20KHz or less
Frequency Response +\- 0.2dB (20Hz to 20KHz) @ 48KHz sample rate
Adjustable gain +/- 3dB
Full scale range presets of 12,15,18,21 and 24dBu
External AES reference, video reference (analog composite sync 525/625. 75 Ohm BNC
connector) or internal clock
m. Remote control, status monitoring and error logging by control system. SNMP error reporting
is also required
15. Dual AES to Analog Audio Converter must have
a. 2 separate channels of AES D/A conversion
b. Transformer coupled inputs (input impendace 110 ohms)
c. Automatic detection of AES sample rates 32 KHz, 44.1 KHz,
23
Tender documentation JN-B0628
48 KHz and 96 KHz
d. Balanced analog audio outputs with adjustable gain +/- 3dB from 0dB
full scale setting
e. At least 24 bit conversion
f. Noise floor at least -90dBu (“A” weighted) or better
g. Distortion max. 0.002% (20Hz to 20KHz) or less
h. Frequency Response +\- 0.2dB (20Hz to 20KHz) @ 48KHz sample rate
i. Adjustable gain +/- 3dB
j. Full scale range presets of 12,15,18,21 and 24dBu
k. External AES reference, video reference (analog composite sync 525/625. 75 Ohm BNC
connector) or internal clock
l. Remote control, status monitoring and error logging by control system. SNMP error reporting
is also required
Additional technical specifications:
a. Frames must have redundant power supply (both are working all the time at around 40%,
if one broke, the second supply all necessary power).
b. Mixed audio/video/3G/HDTV/SDTV modules should be in the same frame.
c. All modules must operate in the same type of universal frames
d. All frames must be cooled by exhausting the cool air from the front side of the frame.
e. All modules, where it is required in the specification table, must be capable of processing
3G-SDI signals
f. All video inputs and outputs must have impedance of 75 Ω
g. For every card adequate rear panel (back panel) must be hot swappable
h. All modules must be hot swappable.
i. Every frame should have
i.
ii.
iii.
iv.
j.
k.
l.
m.
n.
o.
p.
q.
r.
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 reporting
All modules must be produced by the same company
Quantity and type of the modules are specified in the specification table
Each 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 conversion
Audio modules must have symmetrical audio connectors with impedance of 110 Ohms
For module control the PC based control system must be offered
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 splitters
24
Tender documentation JN-B0628
3.3.8
LOT H: Blue/green chroma keyer
In LOT H must be offered multi-definition HD/SD combined video image compositing (blue/green
screen chroma keyer) devices:
3 pieces of blue/green screen chroma keyer (delivery time max. 60 days after signing a contract)
1 piece of control panel (delivery time max. 60 days after signing a contract)
Technical requirements for multi-definition HD/SD video image compositing (blue/green screen
chroma keyer) device
- video inputs must conform toSMPTE 292M
- 4 x SD/HD SDI inputs with active loop outputs:
- dual link 4:4:4.4 GBRA inputs option
- foreground: 4:2:2 - user selectable
- background: 4:2:2 - user selectable
- layer: 4:2:2 - user selectable
- matte (alpha channel) input 1: 4:0:0/4:4 - user selectable
- matte (alpha channel) input 2: 4:0:0/4:4 - user selectable
- reference: fixed - input 1
- bandwidth limitation artifacts correction for 4:2:2 (Y.Cb,Cr) signals
- noise reduction for the Blue channel of images
- video input capture range: +/- 0.5H max relative to reference (IN 1) video timing
- adjustable input video delay: input 1 and input 2 up to 7 frames each
- video otputs must conform to SMPTE 292M
- 4 x SD/HD SDI outputs:
- dual link 4:4:4.4 GBRA inputs option
- 2 x FG + BG (4:2:2/4:0:0)
- 1 x matte out (4:0:0)
- 1 x monitor out (4:2:2/4:0:0)
- bandwidth limitation artifacts correction for 4:2:2 (Y,Cb,Cr) signals
- audio and data: all outputs must include embedded audio and ancillary data from input 1
- remote control RS232/485 @ ethernet data ports
Additional technical requirements:
-
extended range matte controls to overcome foreground and wardrobe conflicts
user adjustable foreground delay to compensate for virtual set render times
matte correction and sizing for targeted correction of overdense transitions
clean up shrink and blur
flare suppression controls
direct ambience control allows background to affect color and brightness of foreground
indirect ambience control allows background to affect color and brightness of foreground in
subtle ways
- foreground and background color controls:
- white levels: master and R, G, B
- black levels: master and R, G, B
- contrast levels: master and R, G, B
- saturation levels: master and R, G, B
- two external matte inputs and internal Windows allow for sophisticated combinations of garbage
mattes, layering mattes, holdout mattes and the new clean up garbage matte
- clean up garbage matte that allows for variable clean up versus global clean up
25
Tender documentation JN-B0628
- monitor output can be switched without affecting FG+BG out and can also be set to mirror for use as a
talent monitor
- layering with correct transparency levels
like or equivalent to Ultimatte-11 Deluxe with remote control panel Ultimatte Smart Remote 3
3.3.9
LOT I: CAMERAS
In LOT I must be offered:
4 pieces of camera

The bid must comprises parts which are specified in the following table:
Item
Description
Qty
1
Camera head with 3x2/3’’ CCD sensors
4
2
Fiber adapter
4
3
4
Wireless adapter
7’’ HD 16:9 OLED viewfinder or bigger (LCD is not allowed)
4
4
5
6
Camera control unit
Remote control unit
4
4
7
Tripod adapter
4
8
9
Headset double muff-XLR5
Headset single muff-XLR5
4
4
10
11
Rack (19’’) mounting kit for camera control unit
Operational manual for all items
2
2
12
Maintenance manual for all items
All necessary data cables to connect different parts of camera chain to each other
except Hybrid Fiber Camera Cable – the distance between CCU and Remote control
unit is 25 m
2
13

4
Technical requirements
Camera head:
a. Camera head must includes three (3) 2/3” CCD sensors with at least 1920 x 1080 piksels
b. Camera must produce picture in the following resolutions: 720/50p and 1080/50i (it must
have option (SW licence) to upgrade to 1080/50p)
c. Camera must have 16 bit A/D conversion of the signal from sensor
d. The 16:9 picture format is required
e. Depth of modulation must be at least 50% or more (at 27 MHz and standard lens)
f. Sensitivity must be at least F11 / 2000lux/ 90% reflectivity of white surface
g. Dynamic range must be at least 600% or more
h. 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)
i. It must have Auto Lens Aberration Compensation (with horizontal and vertical
compensation)
26
Tender documentation JN-B0628
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
t.
u.
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 cable
It must have build in Focus Assist Functions
At least two independent adjustments of skin tone contour must be enabled
It must be possible to use it with large lens adapter
It must be possible to control it with master control unit
It must have optical star filter and ND filters (at least CLEAR, 1/4ND, 1/16ND, 1/64ND)
The temperature operating range must be from -20⁰C to + 45⁰C
It must have at least 1 MIC input with selectable phantom +48V
It must have robust MIC holder
It must be prepared for mounting a microphone with parabolic reflector
The attached table TPC Form (Technical Parameters of Camera) must be filled in, signed
and returned with the bid.
Fiber adapter:
a. Transfer of the video signal to the CCU must be enabled in component mode by Hybrid
Fiber Camera Cable Cable.
b. At least two (2) return channels must be enabled and one (1) telepromter channel
c. It must have at least three (3) video outputs: signal from the camera head, one for return
channel and one for teleprompter return channel.
d. It must have at least HD-SDI or HDMI output of camera head signal
e. It must have DC output: 12V and allowed current of at least 1.5A
f. At least one (1) intercom channel must be enabled for technical and one (1) intercom
channel for program communication.
g. Connector for headset and loudness control for headset must be build in
h. It must have at least 2 MIC inputs with selectable phantom power +48V and selectable
attenuator
i. Tracker connector must be built in
j. It must be compatible with HDCU-1000/1500 CCUs, because cameras will be because of
production requirements and in case of broken existing cameras, connected to such
CCUs
Camera control unit:
a. 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)
b. Synchronisation to PAL reference signal must be enabled
c. Inputs (at least 2) for ON-AIR signalisation for camera head and control panel must be
enabled
d. Transfer of the video signal over Hybrid Fiber Camera Cable Cable in component mode
must be enabled
e. It must support hybrid fibre cable length up to 2,500m
f. It must have input for remote audio level control of all camera MIC`s (preamplifiers gains)
g. It must include Lemo type of Hybrid Fiber Camera Cable connector
27
Tender documentation JN-B0628
Remote control panel
a. It must have joystick for iris adjustment
b. 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.
c. It must allow joystick override function ( for preview)
d. Communication between CCU and RCP must not be over Ethernet
e. It must have ON-AIR indication
Wireless camera system
a. It must be based on COFDM transmission system
b. The latency must be less then 2 frames (<80 ms)
c. 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
d. ON-AIR signalisation must be enabled
e. From camera side one HD video and at least 2 audio signals of the highest broadcast
quality must be transmitted
f. Range of above transmitted signal must be at least 150 m, if there is a sight of view
between camera and receiving antennas
g. The wireless camera adapter (transmitter part) must work in frequency range from 2.2 to
2.4 GHz
h. The wireless camera adapter must be integrated inside camera body. Any attachment of
additional boxes in function of wireless camera dapter is not allowed
i. The above specified transmiting part must work with already existing Gigawave receiving
system which consist of: MVL-HD3 HD Diversity low delay receive controller, Gigawave
Dual Diversity Receiver Head, Gigawave Fan Beam Antenna. This because all 4 cameras
will ocassionaly work with in OB Van build in receving systems - 4 receiving systems
already exists and do not need to be offered
28
Tender documentation JN-B0628
Technical parameters of Studio camera (must be fulfilled by the Bidder)
CAMERA TYPE:
TRIAX ADAPTER TYPE:
CAMERA CONTROL UNIT TYPE:
REMOTE CONTROL PANEL:
Manufacturer:
Bidder:
Technical Parameter
Value
1
Sensor type
2
number of pixels
3
number of bits of A/D conversion
bit
4
number of bits in digital signal processing
bit
5
sensitivity at 2000 lux / 90% reflectivity
F
6
dynamic range
%
7
depth of modulation
%
8
vertical smear
dB
9
signal to noise ratio
dB
10
number of independent skin tone contour
adjustments
number of return channels
11
"
pixels
like HDC-2400/HDCU-2500 or equivalent
3.3.10 LOT J: LENSES
For lenses under items 1 and 3 must be attached official documents from ORAD that data for zoom
and focus directly from the lenses fulfil ORAD requirements about accuracy, stability and
repeatedly to work in ORAD virtual set.

Item
The bid must comprises parts which are specified in the following table:
Description
Pieces
total
2/3” HD ENG/EFP lenses
1
2/3’’ 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.
1
29
Tender documentation JN-B0628
2
Digital ZOOM and FOCUS demands for
lens under item 1
1
3
2/3’’ 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.
3
4
Digital ZOOM and FOCUS demands for
lens under item 3
3
3.3.11 LOT K: Audio equipment
In LOT K must be offered:
•
•
•
•
•
A1: Jingle player and recorder
A2: Audio monitoring system
A3: Precision audio monitoring unit
A4: SDI to MADI converters
A5: Audio patch panels
Technical requirements:
A1:
1
Jingle player
like or equivalent to
EventDrive AV/plus
Complete System
Technical specification for jingle player system:
Audio standalone jingle player
and recorder







1
Software EventDrive AV/PLUS Playout
Playout of stereo oudio files, 16/24/32/Bit up to 196kHz via ASIO, MME and WDM
drives, realtime samplerate corversion, 2 playlist, crossfade, autostart fuction, cue-onpaly, start-next, set marks, prelisten(PFL) of begin/croosing/end.
polyphony and routing functions,
prelisten and grabbing of audio CDs,
selectable layout (skin), easy to use,
consistency check and logging for
reliable operation.
controllable by remote keyboard EventCommander v2,
Output of control events:
 MIDI (note on/off, control change, program change), MSC (MIDI show control),
 synchronisation of external systems via MTC,
 live mode (save mode), extendable through Add-On Licences,
 inclusive USB Protection Dongle
30
Tender documentation JN-B0628











2
Computer system:
High quality 19"-case with cooler- and temperaturecontrol,
lockable, housing damping, sound absorbing,
silent components,
ASUS Main board, Intel Chipset, 4-core CPU Intel i7,
GB RAM, RAID-0/1 Controller, Network 1 GBit/s,
FireWire, USB 2.0
500 GB System hard drive, S-ATA II, NCQ
2 x 1500 GB for audio data, S-ATA II, NCQ, as RAID-1
(mirrored), corresponds to nearly 1500 h linear audio in
stereo 48 kHz or nearly 12000 h audio MPEG1-L2/3, 256
kBit/s, optional in mobile racks
Dual-Head graphic board (for use of 2 screens)
DVD burner
card reader 7 in 1
RME PCI/PCIe audio interface, RME HDSPe AES
2x DVI output
Windows XP Professional Windows 7
PC keyboard, optical mouse
Remote control panel
3
Interface to GPI I/O
like or equivalent to
Event Commander v2 Remote Keyboard
like or equivalent to
EventDrive - Interface to
GPI I/O
(relay/opto-coupling)
1
1
A2: Audio monitoring system
1
Analog audio speaker system
like or equivalent to
Genelec 8020C
2
Technical specification for speakers:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Two way active monitor
Automatically switching the monitor to standby, when no audio signal has been detected
Analog audio input on XLR connector
Lower cut-of frequency,-3 dB:<65Hz
Upper cut-of frequency,-3 dB:>21 kHz
Free field frequency response of system is 66Hz-20kHz(+2.5 dB)
Monitoring system must be magnetically shielded
Maximum short term sine wave acoustic output (at 1m): >96 dB SPL
Harmonic 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 W
Treble amplifier output power with 8 Ohm load: 20 W
Signal to noise ratio(full output) >95 dB
Thermal protection for amplifiers must be included
Overload protection for amplifiers must be included
Treble tilt control operating range :0 to -2dB at 15kHz.
Bass tilt control operating range in -2 dB steps:0 to -6 dB at 100Hz
31
Tender documentation JN-B0628
2
Wallmount for speakers under
No.4,5
•
like or equivalent to
GENELEC 8000-402B
4
Wallmount must allow mounting on the wall with pan/tilt for the active two way monitor
system under No. 4,5
3
Floor stand for speaker under
No. 1
like or equivalent to
Genelec 8000-425B
4
Audio speaker system
production room
like or equivalent to
Genelec 8040 APM
2
2
Technical specification for speakers:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Two way active monitor
Automatically switching the monitor to standby, when no audio signal has been detected
Analog audio input on XLR connector
Lower cut-of frequency,-3 dB:<45Hz
Upper cut-of frequency,-3 dB:>21 kHz
Free field frequency response of system is 48Hz-20kHz(+2.5 dB)
Monitoring system must be magnetically shielded
Maximum short term sine wave acoustic output (at 1m): >105 dB SPL
Harmonic distortion at 90 dB SPL (at 1m): Freq: 50...100 Hz < 2%; > 100 Hz < 0.5%
Output power of bass ampl. with 8 Ohm load: 90 W
Treble amplifier output power with 8 Ohm load: 90 W
Signal to noise ratio(full output) >100 dB
Thermal protection for amplifiers must be included
Overload protection for amplifiers must be included
Treble tilt control operating range :2 to -4dB at 15kHz.
Bass tilt control operating range in -2 dB steps:0 to -6 dB at 100Hz
Audio speaker system for
technical room
5
like or equivalent to
Genelec 8030APM
2
Technical specification for speakers:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Two way active monitor
Automatically switching the monitor to standby, when no audio signal has been detected
Analog audio input on XLR connector
Lower cut-of frequency,-3 dB:<55Hz
Upper cut-of frequency,-3 dB:>21 kHz
Free field frequency response of system is 58Hz-20kHz(+2.0 dB)
Monitoring system must be magnetically shielded
Maximum short term sine wave acoustic output (at 1m): >100dB SPL
Harmonic distortion at 90 dB SPL (at 1m): Freq: 50...100 Hz < 2%; > 100 Hz < 0.5%
Output power of bass ampl. with 8 Ohm load: 40 W
Treble amplifier output power with 8 Ohm load: 40 W
Signal to noise ratio(full output) >100 dB
Thermal protection for amplifiers must be included
Overload protection for amplifiers must be included
Treble tilt control operating range :0 to -2dB at 15kHz.
Bass tilt control operating range in -2 dB steps:0 to -6 dB at 100Hz
32
Tender documentation JN-B0628
A3: Precision audio monitoring unit
1
Precision audio monitoring
like or equivalent to
2
unit
NEWBURY LSC-2E
Technical specification for monitoring unit:
 2 stereo analogue inputs
 2 digital AES inputs with sample rate conversion. 32K, 44.1K, 48K, 96K, 192K sample
rates supported
 2 SDI inputs, all 4 groups available with A12 / A34 switching
 2 reclocked SDI outputs (optional PAL output)
 Decoded line level balanced analogue output
 Electronically latched and illuminated legendable input selection buttons
 •Cut, dim (-20dB), mono and phase reverse facilities
 Remote cut and dim control inputs
 •Electronically balanced inputs and outputs
 Left, right, left cut, right cut available as no cost option
 Custom facilities and enclosures availa
 Frequency response: 20-20.000Hz +0dB-0.3dB
 Headroom: >20dB
 DA Converter: 24 Bit resolution >100dB Dynamic range Supports 32kHz,
44,1kHz,48kHz,96kHz and 192 kHz Sample rates
A4: SDI to MADI converters
Pcs
1
SDI to MADI converters
like or equivalent to
SAM 64
9
Technical requirement and specification:
Technical requirements:
 The audio interface must extract from video signal the audio signals
 The equipment must have a minimum of 4 SDI inputs
 The interface must be in the housing size 19”
Technical specification for audio interface for each video channel:








SDI input, automatic detection of incoming video signal standard SD/HD/3G
Active loop-through of each input
Extracted audio available on :32x AES-id - 37 pin DB
MADI -64 Ch – optical ST Multimode and coax
SYNHRONISATION:External sync signal: AES3, video black-and-burst, Wordclock
Wordclock and AES sing out
Sample frequency converter : SRC must be available on all inputs
Redudantno – extra power supply
33
Tender documentation JN-B0628
A5: Audio patch panels
Pcs
1
2
3
like or equivalent to
GHIELMETTI USF 2x32
Audio Patch Panels
AV 3/3 SA G
673.114.020.01
Technical specification for audio ptch panel:
 64 channels 3-pole
19", 3 RU, anthracite
plug-in connection
128 solder lug connectors GAS 323 LA C
64 normalling plugs
4 designation strips
2 cable bar
 Signal level: 0Hz<f<5MHz : -64dBu to+36dBu
 Crosstalk:
30Hz<f<30kHz : >115dB
 Switch off attenuation: : 30Hz<f<30kHz : >115dB
 Operation voltage: 50V
like or equivalent to
GHIELMETTI USF 1x32
Audio Patch Panels
AV 3/2 SA G
673.114.014.01
Technical specification for audio ptch panel:
 32 channels 3-pole
19", 2 RU, anthracite
plug-in connection
64 solder lug connectors GAS 323 LA C
32 normalling plugs
2 designation strips
1 cable bar
 Signal level: 0Hz<f<5MHz : -64dBu to+36dBu
 Crosstalk:
30Hz<f<30kHz : >115dB
 Switch off attenuation: : 30Hz<f<30kHz : >115dB
 Operation voltage: 50V
like or equivalent to
GHIELMETTI GMK 313/60
Patch cords
D black
673.910.269.00
4
3
20
34
Tender documentation JN-B0628
3.3.12 OTHER BUSINESS
Start-up and final acceptance of separate lots:
The final acceptance of separate lots of equipment will be performed on the premises of the Contracting
Authority. It will be done by the representative of the Contracting Authority; the presence of the Bidder is
not required. At the equipment final acceptance and start-up, the following characteristics are observed:
 the quality of the supplied equipment
 functionality of the equipment
 how stable the equipment is when operational
 the abolishment of eventual equipment errors
 The Contracting Authority shall accede to the final acceptance of delivered goods (equipment)
within 21 days after the quantitative acceptance of the equipment or 21 days after start-up of the
equipment (when the start-up of the equipment is required).
All eventual incorrectness, ascertained at final acceptance procedure, are to be eliminated by the Bidder
within 14 days, after this time limit the Contracting Authority shall cash-in a performance guarantee and
the Bidder has to present new performance guarantee. It is understood that the final acceptance will be
completed when all eventual incorrectness are eliminated. The incorrectness are to be specified in writing
by the Contracting Authority.
After the final acceptance is successfully carried out, the protocol will be issued and signed by the
Contracting Authority.
Warranty and servicing:





The minimal required warranty period for all the equipment is 12 months, except for Lots A, D, E,
G and I, where the minimal required warranty period is 24 months. However, the Bidder may offer
better conditions.
It is requested that during the warranty period, which lasts at least 12 months or 24 months (for
Lots A, D, E, G and I) after the final acceptance is completed, all errors are removed free of
charge.
Software upgrades must be provided free of charge.
The ensured spare parts for the offered equipment must be available for 5 years after the final
acceptance of the equipment.
The Bidder must state contact person for technical support, location of technical support and
response times in case of solving errors at the installed equipment.
Education:
After the delivery of the equipment and upon agreement with the Contracting Authority, the Bidder must
provide operational and maintenance course/equipment start-up, in accordance with the requirements at
the separate Lots.
35
Tender documentation JN-B0628
4
4.1
BID DOCUMENTATION
GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION
4.1.1 Clarification to the tender documentation
The Bidder can demand clarifications to tender documentation in e-mail or written form only, using the
attached form, at the latest 6 days prior to the term for acceptance of bids (- till 10.00 a.m. on 02 April,
2014); to the e-mail address: javna.narocila@rtvslo.si or fax no. + 386 1 475 2186. Questions, not asked
on the prescribed form, will not be answered.
Questions and answers shall be published on web side: www.rtvslo.si/razpisi, on sub-page JAVNA
NAROČILA - PUBLIC PROCUREMENT under the mark Javno naročilo JN-B0628.
4.1.2 Language
Bids have to be made in Slovenian or in English language.
4.1.3 Marking
Pages 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.
4.1.4 Contents of a bid
The Bidders can submit their bids for the equipment, required in the tender documentation:
for all the required equipment
for equipment according to single or several Lots, wherein all the equipment, stated in the single
Lot, has to be offered.
4.1.5 Alternative bids and variant bids
Alternative bids and variant bids are not allowed.
4.1.6 Form of a bid
The 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
36
Tender documentation JN-B0628
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.
4.1.7 Validity of the bids
Bids must be valid till 23 June, 2014, otherwise they will be rejected. In exceptional circumstances the
Contracting Authority can demand from the Bidder to extend the validity of the bid for a certain period of
time. The Contracting Authority's demand and the Bidder's replies must be in written form. The Bidder can
refuse the Contracting Authority's demand. In case the Bidder complies with the demand, the Contracting
Authority shall ask for the bid extension and eventually for the extension of the validity of the Warranty for
the seriousness of the bid. All other conditions of the bid shall remain the same.
4.2
DOCUMENTS IN THE BIDS
The bid documentation must contain the following documents, sorted in the following order:
4.2.1
Data on Bidder and Bid
4.2.2
Contents of the bid documentation
4.2.3
Form »Declaration on acceptance of the public tender conditions«
4.2.4
Form of an OFFER that has to contain:
Prices:
Prices must be expressed in EUR, on DDP basis, delivered to the warehouse of the Contracting Authority
in Ljubljana (in accord. with INCOTERMS 2010); without VAT. The allowed discounts must be shown
separately.
The prices must be fixed for the period of the Contract duration.
Obligatory payment conditions:
The Contracting Authority will perform the payments under the following conditions:
 80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
 20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank warranty or any other instrument for insurance of the
retained payments.
Delivery date:
Lots I and J - within 40 days after the beginning of the Contract validity, at the latest,
All the other Lots - within 60 days after the beginning of the Contract validity, at the latest.
37
Tender documentation JN-B0628
4.2.5
Proforma Invoice
4.2.6
Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the
Public Procurement Act (ZJN-2-UPB5)” – for a legal entity
A Bidder with the registered office in the Republic of Slovenia must submit the signed statement. The
Bidder may submit official documents as evidence of meeting the conditions specified in this statement.
Such evidence must not be dated more than four months prior to the date set for the submission of bids.
Pursuant to the sixth paragraph of Article 41 and fifth paragraph of Article 42 of ZJN-2-UPB5 the Bidder
with the registered office in the Republic of Slovenia may, instead of providing evidence, authorize the
Contracting Authority to obtain the official evidence from the criminal record by itself. In such case, the
Bidder must attach to the bid also:
- the authorisation for the Contracting Authority to obtain the evidence from the criminal record by itself,
- fulfilled claim of Ministry of Justice - for the data from the criminal record for legal entities
A Bidder with the registered office outside the Republic of Slovenia must submit the signed
statement. The Bidder must also submit official documents from its country as evidence of meeting the
conditions specified in this statement. Such evidence must not be dated more than four months prior to
the date set for the submission of bids.
If the country of the Bidder with the registered office outside the Republic of Slovenia does not issue such
documents, the Contracting Authority may (pursuant to the sixth paragraph of Article 42 of ZJN-2-UPB5)
accept a sworn statement of witnesses or a sworn statement of the Bidder instead of official documents
from its country. In such case, the Bidder must make the above statement before a judicial or
administrative body, Notary Public or the competent body for professional or economic operators in the
country of their registered office.
4.2.7
Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the
Public Procurement Act (ZJN-2-UPB5)” – for a legal representative
If the Bidder has more than one legal representative, he must enclose “Bidder's Statement on
criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act
(ZJN-2-UPB5)” for each of them.
A Bidder with the registered office in the Republic of Slovenia must submit the signed statement. The
Bidder may submit official documents as evidence of meeting the conditions specified in this statement.
Such evidence must not be dated more than four months prior to the date set for the submission of bids.
Pursuant to the sixth paragraph of Article 41 and fifth paragraph of Article 42 of ZJN-2-UPB5 the Bidder
with the registered office in the Republic of Slovenia may, instead of providing evidence, authorize the
Contracting Authority to obtain the official evidence from the criminal record by itself. In such case, the
Bidder must attach to the bid also:
- the authorisation for the Contracting Authority to obtain the evidence from the criminal record by itself,
- fulfilled claim of Ministry of Justice - for the data from the criminal record for natural persons
A Bidder with the registered office outside the Republic of Slovenia must submit the signed
statement.
The Bidder must also submit official documents from its country as evidence of meeting the conditions
specified in this statement. Such evidence must not be dated more than four months prior to the date set
for the submission of bids.
If the country of the Bidder with the registered office outside the Republic of Slovenia does not issue such
documents, the Contracting Authority may (pursuant to the sixth paragraph of Article 42 of ZJN-2-UPB5)
accept a sworn statement of witnesses or a sworn statement of the Bidder instead of official documents
from its country. In such case, the Bidder must make the above statement before a judicial or
administrative body, Notary Public or the competent body for professional or economic operators in the
country of their registered office.
38
Tender documentation JN-B0628
4.2.8
Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2-UPB5”
4.2.9
Form “Bidder’s statements, given under criminal and material liability”
4.2.10 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.
4.2.11 Warranty conditions of the Bidder
The Bidder must enclose his own statement with detailed information on Warranty maintenance of the
equipment, according to the requirements in item 3.3.12 of Tender documentation.
4.2.12 Declaration of the Bidder regarding the spare parts
4.2.13 Declaration of the Bidder - all the offered equipment is factory-new
4.2.14 Declaration of the Bidder regarding the software upgrades
4.2.15 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.
4.2.16 Sample of the Contract
Sample 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. I n c a s e o f a n y d o u b t o r m i s u n d e r s t a n d i n g , t h e S l o v e n i a n v e r s i o n
should therefore be considered final.
39
Tender documentation JN-B0628
4.2.17 Guarantee for the seriousness of the bid
The guarantee for the seriousness of the bid (issued by Bank or Insurance Company), unconditional,
irrevocable and payable at first call, valid till 23 June, 2014, as follows:
FOR LOT:
A
B
C
D
E
F
G
H
I
J
K
IN THE
AMOUNT OF
€
6.000,00
4.000,00
500,00
1.900,00
800,00
500,00
1.600,00
2.000,00
6.000,00
2.000,00
1.600,00
4.2.18 Declaration, stating the Bidder shall provide a Performance guarantee
The selected Bidder must supply Performance Guarantee (according to the given statement regarding the
Performance Guarantee), as a condition for the validity of the contract, no later than 10 days after
receiving the signed contract by the Contracting Authority. The Performance Guarantee will be issued by
the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call,
valid 6 months after the confirmed delivery date,
If the selected Bidder fails to submit the Performance Guarantee in the required deadline, the Contracting
Authority has the right to cash-in the guarantee for the seriousness of the bid.
In case the selected Bidder despite the Contracting Authority’s written request does not respond, though
he provided no objective reasons, the Contracting Authority with the Bidder does not sign a public award
contract. Therefore the selected Bidder and his legal representative are responsible for the offence in
accordance with Article 109 a of ZJN-2-UPB5. The objective reasons are those the Bidder could not
influence, could not expect to prevent, eliminate and avoid them.
4.2.19 Statement on the forwarding of data in the disclosure of the Bidder's ownership
The Bidder must submit the relevant statement indicating that they would submit to the Contracting
Authority, within eight days of being asked to do so, the Statement on the participation of natural and legal
persons in the Bidder's ownership which is part of the attachment to the tender documentation.
Before adopting a decision on the award of a contract, the Contracting Authority will ask the Bidder that
will score the highest, considering the applicable criteria for the public contract in question, to submit to the
Contracting Authority, within eight days of being asked to do so, Statement on the participation of natural
and legal persons in the Bidder's ownership.
Should such Bidder fail to submit the statement concerned within eight days, the Contracting Authority will
exclude such Bidder from the assessment process and asked the second-ranking Bidder to submit the
statement in question.
Explanation:
In order to ensure the transparency of the business and to mitigate corruption risks, the Contracting
Authority shall, according to the Art. 14 of the Public Integrity and Corruption Prevention Act (Official
Gazette of the Republic of Slovenia no. 69/11; ZIntPK-UPB2) and according to the Paragraphs 13 and 14
of Article 71 of the Public Procurement Act - ZJN-2-UPB5, prior to the conclusion of a contract with the
selected Bidder, obtain a statement or information on the participation of natural and legal persons in the
Bidder's assets, including the participation of dormant partners (founders, partners, including the dormant
partners, shareholders, limited partners or other owners and data on equity stakes of such persons), as
well as on economic operators, which are considered to be companies affiliated to the Bidder under the
40
Tender documentation JN-B0628
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.
4.2.20 Technical documentation
The Bidder must enclose all the remaining documentation, required in technical part of tender
documentation JN-B0628 (chapter 3), but not particularly mentioned in items from 4.2.1 to 4.2.19.
Furthermore, the Bidder must enclose all relevant documentation, in written or in electronic form (in the
Slovenian language and/or in the English language) for each bidden Lot of equipment, wherein it must be
unambiguously evident that the bidden equipment fulfils all the technical requirements.
41
Tender documentation JN-B0628
5
CONTRACT AWARD CRITERIA
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:
(2
-
the estimated offer
------------------------------------------ ) x 100
the lowest offer
The calculation will be done on two decimal places. The bid can be appraised by 0 points at the minimum.
In case two or more bids have at the end of the evaluation equal maximum number of points, the
Contracting Authority shall choose the bid that offers longer warranty period. Should the bid can not be
chosen anyway, the next criterion is shorter delivery date.
6
6.1
REVIEW CLAIM
LEGAL BASE AND TERMS FOR SUBMISSION
Pursuant 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.
6.2
METHOD OF SUBMITTING THE REVIEW CLAIM
The 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.
7
FORMS
The enclosed forms must be completed and attached to the Bid.
42
Tender documentation JN-B0628
DATA ON BIDDER AND BID
FOR PUBLIC TENDER – JN-B0628
Purchase of audio/video equipment for Studio 3
To be completed by a Bidder. Valid data that are accessible in public and according to the regulations
related to a status and legal form are obligatory. The Contracting Authority shall examine some data
through electronic media available.
BID NO.:
COMPANY NAME / NAME OF THE BIDDER:
LEGAL STATUS OF THE BIDDER:
ADDRESS OF THE BIDDER:
NUMBER OF (BUSINESS) ACCOUNT IBAN, SWIFT:
BANK’S ADDRESS:
CONTACT PERSON RESPONSIBLE FOR A BID:
E-MAIL OF CONTACT PERSON, PHONE AND FAX:
ID VAT NO. OF A BIDDER.:
COMPANY REGISTRATION NO. OF A BIDDER.:
PERSON RESPONSIBLE FOR SIGNING
A CONTRACT:
FUNCTION OF PERSON RESPONSIBLE FOR
SIGNING A CONTRACT:
Validity of the bid: ………………………………………………….. (at least till 23rd June, 2014)
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
43
Tender documentation JN-B0628
DECLARATION OF BIDDER’S ACCEPTANCE OF PUBLIC PROCUREMENT CONDITIONS
JN-B0628
The Bidder:
- Title and name of the Bidder: ………………………………………………………………
- Address: .....................................................................................................................
- Bidder's official representative or authorized person: …………………………………
We herewith declare, that we accept all the conditions, required in the tender documentation for the
submission of our bid on the published tender for the purchase of audio/video equipment for Studio 3, as
follows:
(please encircle)
Lot A Lot B Lot C Lot D Lot E Lot F Lot G Lot H Lot I Lot J Lot K -
Vision mixer
Router
V/A production server
Studio monitors
Reference monitors
Measuring instruments
Modular equipment
Blue/green Chroma keyer
Cameras
Lenses
Audio equipment
We 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
........................................
.........................................................
.
44
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT A: Vision mixer
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot A - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
45
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT B: Router
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot B - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
46
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT C: V/A production server
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot C - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
47
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT D: Studio monitors
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot D - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
48
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT E: Reference monitors
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot E - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
49
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT F: Measuring instruments
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot F - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
50
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT G: Modular equipment
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot G - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
51
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT H: Blue/green Chroma keyer
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot H - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
52
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT I: Cameras
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot I - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
53
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT J: Lenses
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot J - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
54
Tender documentation JN-B0628
FORM OFFER
FOR PUBLIC TENDER JN-B0628
LOT K: audio equipment
Item
Description
Value in EUR
01
Value of the complete bidden equipment of Lot K - according to the
requirements in chapter 3 of tender documentation
02
Allowed discounts
03
TOTAL NET – DDP Ljubljana, delivered to the warehouse of the
Contracting in Ljubljana (accor. to INCOTERMS 2010); without VAT
Payment conditions:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained
payments.
Delivery date: within ................. days after the beginning of the Contract validity, at the latest
Warranty period: ………………………………………
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
55
Tender documentation JN-B0628
PROFORMA INVOICE
FOR PUBLIC TENDER JN-B0628
FOR LOT ………….
The Bidder must enclose the detailed breakdown of prices of the bid, i.e. very precisely specify the bid by
individual items of the equipment and state the appropriate prices for each item, for each bidden Lot
separately.
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
56
Tender documentation JN-B0628
Bidder: ………………………………………………………………
Address: .............................................................................
STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE
PUBLIC PROCUREMENT ACT (ZJN-2-UPB5)
FOR A LEGAL ENTITY – PAGE 1
FOR PUBLIC TENDER JN-B0628
We hereby declare under criminal and material liability that our company has never been the subject of a
conviction by final judgement for any of the criminal offences listed below that are stated in the first
paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5; Official Gazette of the Republic of
Slovenia, no. 12/13):
– accepting a bribe in elections (Art.157 of the Penal Code of the Republic of Slovenia, hereinafter: KZ-1),
– fraud (Article 211 of the KZ-1),
– unlawful restriction of competition (Article 225 of the KZ-1),
– causing of bankruptcy by fraud or business negligence (Article 226 of the KZ-1),
– defrauding of creditors (Article 227 of the KZ-1),
– business fraud (Article 228 of the KZ-1),
– fraud to the detriment of the European Union (Article 229 of the KZ-1),
– fraud in obtaining loans or benefits (Article 230 of the KZ-1),
– fraud in securities trading (Article 231 of the KZ-1),
– deception of purchasers (Article 232 of the KZ-1),
– unauthorised use of another's mark or model (Article 233 of the KZ-1),
– unauthorised use of another's patent or topography (Article 234 of the KZ-1),
– forgery or destruction of business documents (Article 235 of the KZ-1),
– disclosure and unauthorised acquisition of trade secrets (Article 236 of the KZ-1),
– breaking into business information system (Article 237 of the KZ-1),
– abuse of insider information (Article 238 of the KZ-1),
– abuse of financial instruments market (Article 239 of the KZ-1),
– abuse of position or trust in business activity (Article 240 of the KZ-1),
– unauthorised acceptance of gifts (Article 241 of the KZ-1),
– unauthorised giving of gifts (Article 242 of the KZ-1),
– counterfeiting money (Article 243 of the KZ-1),
– fabrication and use of counterfeit stamps of value or securities (Article 244 of the KZ-1),
– money laundering (Article 245 of the KZ-1),
– abuse of bank, credit or other card (Article 246 of the KZ-1),
– use of counterfeited bank, credit or other cards (Article 247 of the KZ-1),
– fabrication, acquisition and disposing of instruments of forgery (Article 248 of the KZ-1),
– tax evasion (Article 249 of the KZ-1),
– smuggling (Article 250 of the KZ-1),
– disclosure of classified information (Article 260 of the KZ-1),
– acceptance of bribes (Article 261 of the KZ-1),
– giving bribes (Article 262 of the KZ-1),
– accepting benefits for illegal intermediation (Article 263 of the KZ-1),
– giving gifts for illegal intermediation (Article 264 of the KZ-1),
– criminal association (Article 294 of the KZ-1).
57
Tender documentation JN-B0628
STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE
PUBLIC PROCUREMENT Act (ZJN-2-UPB5)
FOR A LEGAL ENTITY – PAGE 2
FOR PUBLIC TENDER JN-B0628
As 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
.........................................................
58
Tender documentation JN-B0628
Bidder's LEGAL REPRESENTATIVE:
Name and surname: .................................................
STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE
PUBLIC PROCUREMENT ACT (ZJN-2-UPB5)
FOR A LEGAL REPRESENTATIVE – PAGE 1
FOR PUBLIC TENDER JN-B0628
I, the undersigned, hereby declare under criminal and material liability that I have never been convicted by
final judgement for any of the criminal offences listed below that are stated in the first paragraph of Article
42 of the Public Procurement Act (ZJN-2-UPB5; Official Gazette of the Republic of Slovenia, no. 12/13):
– accepting a bribe in elections (Art.157 of the Penal Code of the Republic of Slovenia, hereinafter: KZ-1),
– fraud (Article 211 of the KZ-1),
– unlawful restriction of competition (Article 225 of the KZ-1),
– causing of bankruptcy by fraud or business negligence (Article 226 of the KZ-1),
– defrauding of creditors (Article 227 of the KZ-1),
– business fraud (Article 228 of the KZ-1),
– fraud to the detriment of the European Union (Article 229 of the KZ-1),
– fraud in obtaining loans or benefits (Article 230 of the KZ-1),
– fraud in securities trading (Article 231 of the KZ-1),
– deception of purchasers (Article 232 of the KZ-1),
– unauthorised use of another's mark or model (Article 233 of the KZ-1),
– unauthorised use of another's patent or topography (Article 234 of the KZ-1),
– forgery or destruction of business documents (Article 235 of the KZ-1),
– disclosure and unauthorised acquisition of trade secrets (Article 236 of the KZ-1),
– breaking into business information system (Article 237 of the KZ-1),
– abuse of insider information (Article 238 of the KZ-1),
– abuse of financial instruments market (Article 239 of the KZ-1),
– abuse of position or trust in business activity (Article 240 of the KZ-1),
– unauthorised acceptance of gifts (Article 241 of the KZ-1),
– unauthorised giving of gifts (Article 242 of the KZ-1),
– counterfeiting money (Article 243 of the KZ-1),
– fabrication and use of counterfeit stamps of value or securities (Article 244 of the KZ-1),
– money laundering (Article 245 of the KZ-1),
– abuse of bank, credit or other card (Article 246 of the KZ-1),
– use of counterfeited bank, credit or other cards (Article 247 of the KZ-1),
– fabrication, acquisition and disposing of instruments of forgery (Article 248 of the KZ-1),
– tax evasion (Article 249 of the KZ-1),
– smuggling (Article 250 of the KZ-1),
– disclosure of classified information (Article 260 of the KZ-1),
– acceptance of bribes (Article 261 of the KZ-1),
– giving bribes (Article 262 of the KZ-1),
– accepting benefits for illegal intermediation (Article 263 of the KZ-1),
– giving gifts for illegal intermediation (Article 264 of the KZ-1),
– criminal association (Article 294 of the KZ-1).
59
Tender documentation JN-B0628
STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE
PUBLIC PROCUREMENT Act (ZJN-2-UPB5)
FOR A LEGAL REPRESENTATIVE – PAGE 2
FOR PUBLIC TENDER JN-B0628
As 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):
....................................................................................................................................................
Signature of Bidder’s legal representative
Place and date:
........................................
Place and date:
........................................
.........................................................
Stamp:
Signature of the competent body
.........................................................
60
Tender documentation JN-B0628
Bidder: ………………………………………………………………
Address: .............................................................................
STATEMENT UNDER THE THIRD AND THE FOURTH PARAGRAPH OF ARTICLE 42
OF THE ZJN-2-UPB5
FOR PUBLIC TENDER JN-B0628
Under 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
........................................
.........................................................
61
Tender documentation JN-B0628
Bidder: ………………………………………………………………
Address: ......................................................................................
BIDDER'S STATEMENTS GIVEN UNDER CRIMINAL AND MATERIAL LIABILITY
FOR PUBLIC TENDER JN-B0628

We hereby declare under criminal and material liability that we are registered by the competent
entity of the state and have valid extract from judicial or other records, as well as all the necessary
permits from the body competent for the activity which is the subject of this public tender.

We hereby declare under criminal and material liability that our firm is reliable, capable of
managing a business, has sufficient technical capabilities, experiences and reputation and has
employees, who are qualified to carry out the Contract.

We hereby declare under criminal and material liability that we have paid all outstanding
obligations to subcontractors in previous public procurement procedures.

We hereby declare under criminal and material liability that our company has not, during a period
of the last five years, been issued any final legal or administrative decision prohibiting us from
carrying out the activity which is the subject of the public tender and have not been convicted of or
involved in any criminal proceedings on the grounds of suspicion of committing a criminal offence
related to bribery.

We hereby declare under criminal and material liability that we have paid taxes, contributions and
other obligatory dues or business obligations in accordance with the regulations of the State
where we have the headquarters. We have also paid all overdue business obligations that we
have had in the Republic of Slovenia.

We hereby declare under criminal and material liability that we have settled all our liabilities
towards the RTV Slovenija and we are not in a complaint procedures against the RTV Slovenija.

We hereby declare under criminal and material liability that there are no legal limitations, which
should preclude us from signing the Contract.
We hereby agree that the Contracting Authority may, pursuant to the fourth paragraph of Article 42 of the
ZJN-2-UPB5, exclude our bid from further participation in the public tender procedure if:

it can prove, on any legal basis, that we committed a serious professional error or severely
violated professional rules;

we gave a misleading interpretation when providing information required under the provisions of
Articles 41 to 49 of this Act, in this or any previous procedures, or failed to provide such
information.
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
62
Tender documentation JN-B0628
Bidder: ………………………………………………………………
Address: ......................................................................................
DECLARATION OF THE BIDDER REGARDING THE SPARE PARTS
FOR PUBLIC TENDER JN-B0628
We hereby declare under criminal and material liability, that we are going to assure the necessary original
spare parts at least 5 (five) years from the date of final acceptance of the equipment which we offered on
the public tender JN-B0628, according to official valid price list of spare parts.
We shall inform the Contracting Authority about every price change of official spare parts price list.
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
63
Tender documentation JN-B0628
Bidder: ………………………………………………………………
Address: ......................................................................................
DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEW
FOR PUBLIC TENDER JN-B0628
We hereby declare under criminal and material liability, that all the equipment, offered on the Public
Tender JN-B0628, is factory-new.
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
64
Tender documentation JN-B0628
Bidder: ………………………………………………………………..
Address: ......................................................................................
DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADES
FOR PUBLIC TENDER JN-B0628
We herewith declare, under criminal and material liability that within the warranty period for the bidden
equipment, offered on the Public Tender JN-B0628, all the software upgrades, which annul eventual faults
in software and all software upgrades which do not mean considerable expansion of the functionality, shall
be free of charge for the Contracting Authority.
Place and date:
Stamp:
Bidder's official
representative or authorized person
........................................
.........................................................
65
Tender documentation JN-B0628
Manufacturer of the equipment: ..................................................
Address: .......................................................
....................................................................
STATEMENT OF THE MANUFACTURER
FOR PUBLIC TENDER JN-B0628
We, …………(the Manufacturer of the equipment ) confirm, that we are acquainted with the contents of
Public Tender JN-B0628 (Purchase of A/V equipment for Studio 3), to which ….…… (the Bidder) is going
to submit his bid, with the Pro forma Invoice no.: ………
WE DECLARE, that ………… (the Bidder) has full access to the spare parts and replacement equipment
for the bidden equipment, according to the requirements from the tender documentation no.JN-B0628.
Place and date:
Stamp:
Manufacturer's official
representative or authorized person
........................................
.........................................................
66
Tender documentation JN-B0628
Principal: ..................................................
Address: .......................................................
....................................................................
STATEMENT OF THE PRINCIPAL
FOR PUBLIC TENDER JN-B0628
We, ………(the Principal of the equipment ) confirm, that we are acquainted with the contents of Public
Tender JN-B0628 (Purchase of A/V equipment for Studio 3), to which ………………. (the Bidder) is going
to submit his bid, with the Pro forma Invoice no.: ………
WE DECLARE, that ………… (the Bidder) has full access to the spare parts and replacement equipment
for the bidden equipment, through our firm, according to the requirements from the tender documentation
no. JN-B0628.
As evidence of the aforesaid we enclose the copy of the Contract between us and the Manufacturer of the
equipment, wherein it is evident that we have full access to the spare parts and replacement equipment
for the bidden equipment.
In case the Contracting Authority subsequently requests the original Contract, we shall present the same
for verification.
Place and date:
Stamp:
Principal's official
representative or authorized person
........................................
.........................................................
67
Tender documentation JN-B0628
SAMPLE CONTRACT
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.
POGODBA ŠTEV. / CONTRACT NO.
JN-B0628
NAKUP AVDIO/VIDEO OPREME ZA STUDIO 3
(po sklopih)
PURCHASE OF A/V EQUIPMENT FOR STUDIO 3
(according to the Lots)
Sklenjena med:
Concluded between:
Radiotelevizija Slovenija, Javni zavod
Kolodvorska 2
1000 Ljubljana
Slovenia
Identifikacijska štev. za DDV / ID V.A.T. No.: SI29865174
Matična štev. / Corporate registry No.:5056497
ki ga zastopa generalni direktor mag. Marko Filli
represented by mag. Marko Filli, the Director General
(v nadaljevanju teksta “NAROČNIK”)
(hereinafter referred to as “CONTRACTING AUTHORITY”)
in / and
……………………………………
……………………………………
……………………………………
Identifikacijska štev. za DDV / ID V.A.T. No.: ……………………………………
Matična štev. / Corporate registry No.: ……………………..
ki ga zastopa …………………………………………………..
represented by …………………………………………………
(v nadaljevanju teksta “PONUDNIK”)
(hereinafter referred to as “BIDDER”)
68
Tender documentation JN-B0628
1. člen
Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 25.
člena Zakona o javnem naročanju-ZJN-2-UPB5 (Ur. list RS, štev. 12/2013) za nakup avdio/video
opreme za Studio 3 (po sklopih).
Ponudnik je bil izbran kot najugodnejši ponudnik za sklop………., na osnovi javnega naročila,
objavljenega na portalu javni naročil RS, štev. ….., z dne ………… in Uradnem listu EU št…..…. z
dne…..
Article 1
The Parties agree that the Contracting Authority carried out the procedure related to the submission of
Public Procurement based on Article 25. of the Public Procurement Act-ZJN-2-UPB5 (Official Gazette of
the Republic of Slovenia, No. 12/2013) for the purchase of audio/video equipment for Studio 3
(according to the Lots).
The Bidder has been selected as the most favourable Bidder for Lot ………, based on the Public Tender,
published in the in the TED of Republic of Slovenia, on … under the no. … and in the Official Gazette of
EU, No. …. on …
2. člen
S to pogodbo se pogodbeni stranki dogovorita o splošnih in posebnih pogojih izvedbe javnega naročila.
Sestavni del te pogodbe so pogoji, določeni z razpisno dokumentacijo štev. JN-B0628, sprejeti in
navedeni v ponudbeni dokumentaciji .............. z dne ……..
Article 2
The Parties agree on general and special conditions related to the realization of the Public Tender. All
conditions determined by the Tender documentation no. JN-B0628, adopted and specified in the Bid
documentation ….dated …… shall constitute an integral part of this Contract.
3. člen
3.1
Končna vrednost nakupa avdio/video opreme za Studio 3 (sklop ….) znaša:
EUR ………………………….
DDP Ljubljana, dostavljeno v skladišče naročnika v Ljubljani
(skladno z INCOTERMS 2010), brez DDV
V primeru plačila domačemu ponudniku, bo le-ta ob izstavitvi računa priračunal DDV, skladno z veljavno
zakonodajo o DDV.
V primeru pridobitve blaga znotraj Skupnosti (EU), bo naročnik izvršil samoobdavčitev z DDV, skladno z
veljavno zakonodajo o DDV.
Cene po tej pogodbi so fiksne in se ne smejo spreminjati do konca trajanja te pogodbe.
3.2
Vsi dokumenti, ki jih izda ponudnik (računi, dobavnice), morajo vsebovati tudi oznako javnega naročila oz.
pogodbe in oznako naročila. Naročilo bo ponudnik prejel po pričetku veljavnosti pogodbe.
Naročnik bo navedeni znesek plačal na račun ponudnika štev.:.......................................pri banki:
...........................................................; v skladu z naslednjimi plačilnimi pogoji:

80 % - v roku 30 dni po kosovnem prevzemu opreme na lokaciji naročnika in prejemu
ustreznega računa;
69
Tender documentation JN-B0628

20 % - v 30 dneh od dneva uspešno opravljenega končnega prevzema opreme in predložitvi
zapisnika, podpisanega s strani naročnika;
Naročnik ne bo predložil garancije za zavarovanje odloženih plačil, kakor tudi ne bo predložil kakšnega
drugega instrumenta za zavarovanje plačil.
Article 3
3.1
The total value of the purchase of audio/video equipment for Studio 3 (Lot ….) amounts to:
EUR …………………………. DDP, delivered to the warehouse of the Contracting Authority in
Ljubljana (accord. to INCOTERMS 2010); without VAT
In 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.
3.2
All documents issued by the Bidder (Invoices, Delivery Notes) shall also incorporate the Public Tender or
Contract Number and the Order number. The Bidder will receive the Order after the beginning of the
contract validity.
The Contracting Authority shall pay the amount specified in favour of the Bidder’s account No
…………………………………… at the Bank ………………………………………………….in accordance
with the following payment terms:


80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried
out by Contracting Authority and the relevant invoice has been received;
20 % - within 30 days after the final acceptance of the equipment has been successfully carried
out and the protocol has been signed by the Contracting Authority;
The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the
retained payments.
4. člen
Ponudnik bo izpolnil naročilo v skladu s pogoji ponudbene dokumentacije, ki je sestavni del te pogodbe, v
količini, kvaliteti in rokih, sicer bo naročnik unovčil garancijo za dobro izvedbo pogodbenih obveznosti.
Article 4
The 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. člen
Ponudnik bo blago dobavil najkasneje v roku ………… dni od pričetka veljavnosti te pogodbe. Po tem roku
naročnik lahko unovči garancijo za dobro izvedbo pogodbenih obveznosti.
Naročnik bo najkasneje v petih delovnih dneh po prejemu blaga (opreme) opravil količinski prevzem. S
količinskim prevzemom bo ugotovljena kompletnost dobavljene opreme.
70
Tender documentation JN-B0628
Izobraževanje: Pri sklopih, kjer so zahtevani tečaji, bodo le-ti izvršeni po dobavi opreme. Točne datume
izvedbe tečajev bosta pogodbeni stranki naknadno uskladili.
Article 5
The Bidder shall supply the goods within ............... days after the Contract validity date. After this delivery
deadline the Contracting Authority may cash-in a performance guarantee.
The quantitative acceptance of the goods (equipment) shall be performed by the Contracting Authority
within five working days after receipt of the equipment. With the quantitative acceptance the completeness
of delivered equipment regarding contract agreement will be determined.
Trainings: At the Lots, when the training is required, the same shall be completed after the delivery of the
equipment. The exact dates of the trainings shall be subsequently agreed by the the contractual parties.
6. člen
Garancijski 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 prične teči z dnem, ko naročnik podpiše
zapisnik o uspešno opravljenem končnem prevzemu opreme.
V času garancijskega roka ponudnik zagotavlja brezplačno garancijsko vzdrževanje opreme z odpravo
napak.
Ponudnik se obvezuje tudi, da bo naročniku v času garancije nudil brezplačno tehnično podporo preko
računalniške izmenjave podatkov ali telefonske povezave v primeru, ko le-ta sam ne bo mogel odpraviti
napake na opremi. Kontaktna oseba
ali osebe ponudnika za tehnično podporo:
………………...................., telefon:................fax:..........e-mail:......................; lokacija tehnične podpore:
.................. ............................................................................
Ponudnik je dolžan naročniku takoj sporočiti morebitne spremembe glede kontaktnih podatkov.
6.1
Ponudnik zagotavlja, da bodo vse nadgradnje programske opreme v času garancijskega roka brezplačne
za naročnika, skladno z izjavo, ki je sestavni del te pogodbe.
Article 6
The guarantee terms are determined in the Bid documentation, which shall constitute the integral part of
this Contract and have been adopted by both Parties. The guarantee period is……........ and shall start
with the date the Contracting Authority has signed the Protocol of the final acceptance of the equipment.
Within the warranty period the Bidder assures free of charge warranty maintenance with elimination of all
errors.
The Bidder is obliged to give the Contracting Authority within the guarantee period free of charge technical
support (manufacturer remote assistance and file transfer or telephone support), in case he would not be
able to eliminate the errors on the equipment. The contact person or persons ..............., telephone:
................,
fax:
....................,
e-mail:
.............;
location
of
the
technical
support:…………………………………………………………………..
All changes regarding the contact person shall be promptly announced to the Contracting Authority.
6.1.
Within the warranty period the Bidder ensures free of charge delivery of all new versions of software
upgrades, according to the Statement, that is an integral part of this Contract.
7. člen
Ponudnik se obvezuje, da bo zagotavljal od proizvajalca predvidene rezervne dele še najmanj 5 (pet) let
od datuma končnega prevzema opreme, skladno z izjavo, ki je sestavni del te pogodbe.
71
Tender documentation JN-B0628
Article 7
The Bidder is obliged to assure the necessary spare parts, at least 5 (five) years from the date of final
acceptance of the equipment, according to the Statement, that is an integral part of this Contract.
8. člen
Končni prevzem opreme se opravi na lokaciji naročnika. Končni prevzem izvede naročnik, prisotnost
predstavnika ponudnika pa ni obvezna. Pri končnem prevzemu in zagonu posameznih sklopov bo
naročnik ugotavljal naslednje karakteristike:




kakovost dobavljene in vgrajene opreme
funkcionalnost opreme
stabilnost delovanja opreme
odpravljanje morebitnih napak opreme
Naročnik mora pristopiti h končnemu prevzemu dobavljenega blaga (opreme) najkasneje v roku 21 dni po
količinskem prevzemu opreme oziroma 21 dni po zagonu opreme (kjer je zagon opreme zahtevan).
Vse morebitne nepravilnosti, ugotovljene pri končnem prevzemu opreme, morajo biti odpravljene s strani
ponudnika v roku 14 dni, po tem roku lahko naročnik unovči garancijo za dobro izvedbo pogodbenih
obveznosti, ponudnik pa mora predložiti novo garancijo za dobro izvedbo pogodbenih obveznosti. Šteje
se, da je končni prevzem izvršen takrat, ko so odpravljene vse morebitno ugotovljene nepravilnosti, ki jih
mora naročnik specificirati v pisni obliki.
Po uspešno izvršenem končnem prevzemu naročnik izstavi in podpiše zapisnik o končnem prevzemu.
Article 8
The final acceptance of the equipment will be performed on the premises of the Contracting Authority. It
will be done by the representative of the Contracting Authority; the presence of the Bidder is not required.
At the equipment final acceptance and start-up, the following characteristics are observed:




the quality of the supplied and installed equipment
functionality of the equipment
how stable the equipment is in operation
the abolishment of eventual equipment errors
The Contracting Authority shall accede to the final acceptance of delivered goods (equipment) within 21
days after the quantitative acceptance of the equipment or 21 days after start-up of the equipment (when
the start-up of the equipment is required).
All eventual incorrectness, ascertained at final acceptance procedure, are to be eliminated by the Bidder
within 14 days, after this time limit the Contracting Authority shall cash-in a performance guarantee and
the Bidder has to present new performance guarantee. It is understood that the final acceptance will be
completed when all eventual incorrectness are eliminated. The incorrectness is to be specified in writing
by the Contracting Authority.
After the final acceptance is successfully carried out, the protocol will be issued and signed by the
Contracting Authority.
9. člen
Naročnik lahko oporeka kakovosti blaga v zakonsko določenih rokih po tem, ko ugotovi neustrezno
kakovost. V garancijskem roku pa lahko vsak čas zahteva odpravo napake, ki jo je ponudnik dolžan
odpraviti. Pogoji odpravljanja napak so navedeni v ponudbeni dokumentaciji, ki je sestavni del te pogodbe.
V primeru, da kakovost blaga ni v skladu z zahtevami razpisne dokumentacije ali iz ponudbene
dokumentacije, bo naročnik unovčil garancijo za dobro izvedbo pogodbenih obveznosti.
Ponudnik odgovarja za skrite napake na dobavljenem blagu. Skrite napake so tiste , ki jih naročnik ni
mogel odkriti z običajnim pregledom dobavljenega blaga. Naročnik mora obvestiti ponudnika o napaki v
osmih dneh, šteto od dneva, ko je napako opazil.
72
Tender documentation JN-B0628
Article 9
After the Contracting Authority has established the inappropriate quality of goods, this quality of goods
may be contested in statutory deadlines. During the guarantee period the elimination of defects can be
requested at any time and the Bidder shall be liable to remedy any defect. Terms related to the remedy of
defects are determined in the Bid documentation, which constitute an integral part of this Contract. If the
quality of goods is not in accordance with the stipulations of the tender or bid documentation, the
Contracting Authority shall cash-in a performance guarantee.
The Bidder is responsible for the hidden errors on the delivered goods. Hidden errors are those, the
Contracting Authority was unable to determine with the commonly performed examination of the delivered
goods. The Contracting Authority shall inform the Bidder about the hidden error within eight days, counting
from the date the hidden error had been noticed.
10. člen
Če dobava ni realizirana v predvidenem roku po ponudnikovi krivdi, razen v primeru višje sile, je ponudnik
dolžan plačati naročniku kazen v višini 1 odstotka vrednosti celotne dobave za vsak zaključen teden,
vendar ne več kot 5 odstotkov celotne pogodbene vrednosti.
Kazen začne teči naslednji delovni dan po določenem času dobave. Če dobava zaostaja po ponudnikovi
krivdi za več kot 4 tedne, ima naročnik pravico, razen če uveljavlja kazenski zahtevek, da določi nov
dobavni rok ali prekine pogodbo.
Article 10
If the goods are not supplied due to the Bidder’s fault in a planned timescale, with the exception of Force
Majeure, the Bidder shall be liable to pay penalties in the amount of 1 per cent of a complete delivery, for
each week completed, but not increasing 5 per cent of the total Contract amount.
The penalty shall commence next working day after the delivery deadline determined. If the delivery is
delayed due to Bidder’s fault for more than 4 weeks, the Contracting Authority shall have right, unless the
penal claim is exercised, to determine a new delivery time or to terminate the Contact.
11. člen
Pogodbeni stranki se obvezujeta, da bosta naredili vse, kar je potrebno za izvršitev pogodbe in da bosta
ravnali kot dobra gospodarja. Vse morebitne spore v zvezi s to pogodbo bosta stranki najprej poizkušali
rešiti po mirni poti. Če razrešitev po mirni poti ne bo mogoča, sta pogodbeni stranki sporazumni, da je za
reševanje vseh morebitnih sporov iz te pogodbe pristojno sodišče v Ljubljani po slovenskem pravu.
Article 11
The Parties undertake to exercise their best efforts to implement the Contract and act with due diligence.
The Parties shall endeavour to resolve all eventual disputes arising out of this Contract by mutual
agreement. Should such amicable settlement not be substantially reached, the Parties agree to refer, the
dispute arising out of this Contract, to the competent Court of Ljubljana, according to the Slovenian law.
12. člen
V primeru višje sile kot so požar, poplava, potres, vojna, stavke in podobno, se lahko naročnik in ponudnik
sporazumeta za podaljšanje roka izpolnitve po tej pogodbi, za dobo trajanja višje sile. Če zaradi daljših
rokov trajanja višje sile ne bi bilo mogoče izpolniti pogodbenih obveznosti, lahko pogodbeni stranki
pogodbo prekineta. Prekinitev ali podaljšanje pogodbe mora biti v pisni obliki.
V primeru daljšega trajanja višje sile pogodbeni stranki lahko pogodbo razdreta, vsaka stranka nosi svoje,
do razdrtja pogodbe nastale stroške.
Article 12
In 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
73
Tender documentation JN-B0628
by the event of Force Majeure. Should it not be possible to fulfil obligations under this Contract in spite of
all longer periods of time, the Parties may terminate the Contract. The termination or extension of the
Contract shall be provided in writing.
In the case of longer period of Force Majeure the Parties may terminate the Contract, each party bearing
their own costs that have been occurred till then.
13. člen
Pogodba je sklenjena z odložnim pogojem in stopi v veljavo:

z dnem obojestranskega podpisa s strani pooblaščenih podpisnikov naročnika in ponudnika ter
veljavnim žigom obeh pogodbenih strank;

s predložitvijo garancije za dobro izvedbo pogodbenih obveznosti (predložene s strani banke ali
zavarovalnice), brezpogojne, nepreklicne in plačljive na prvi poziv, v višini 10 % pogodbene
vrednosti in z veljavnostjo še 6 (šest) mesecev po pogodbeno določenem datumu dobave
opreme. Ponudnik je dolžan predložiti garancijo za dobro izvedbo pogodbenih obveznosti
najkasneje 10 dni po podpisu pogodbe.
Article 13
The agreement is made under the suspense and enters into force:

on the day the authorized representatives of the Contracting Authority and Bidder affix their
signatures and valid stamps of both parties;

by Bidder’s presentation of the Performance Guarantee (issued by Bank or Insurance Company),
unconditional, irrevocable, and payable at first call in the amount of 10 % of the Contractual value
and valid 6 (six) months after the confirmed delivery date of the whole equipment. The Bidder
must present the Performance Guarantee at the latest 10 days after the signature of the Contract.
14. člen
Če kdo od pogodbenih partnerjev posredno ali neposredno obljubi, ponudi ali da kakšno nedovoljeno
korist (vključno s potnimi stroški, darili in stroški gostinskih storitev, ki presegajo vrednost 75 EUR), z
namenom vplivati na:




pridobitev posla,
sklenitev posla pod ugodnejšimi pogoji,
opustitev dolžnega nadzora nad izvajanjem pogodbenih obveznosti ali
drugo ravnanje ali opustitev, s katerim je organu ali organizaciji iz javnega sektorja
povzročena škoda ali je omogočena pridobitev nedovoljene koristi predstavniku organa,
posredniku organa ali organizacije iz javnega sektorja, drugi pogodbeni stranki ali njenemu
predstavniku, zastopniku ali posredniku,
je pogodba nična.
Article 14
If 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, or
provide 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.
74
Tender documentation JN-B0628
15. člen
Določila pogodbe so fiksna in se jih ne sme spreminjati v času trajanja pogodbe. V primeru, da nastanejo
izredni pogoji, ki bi onemogočali izpolnjevanje pogodbenih določil, lahko stranki skleneta aneks k pogodbi
v pisni obliki. Ta mora biti podpisan in žigosan s strani obeh pooblaščenih pogodbenih predstavnikov.
Article 15
The provisions of the Contract are fix and can not be amended during the duration of the Contract. In the
event of extraordinary conditions that should preclude the fulfilment of the Contract provisions, the Parties
may conclude the Annex to the Contract in writing. This Annex must be signed and duly stamped by the
authorized representatives of the Parties.
16. člen
Pogodbeni stranki izjavljata, da je to pogodbo možno odpovedati pred njeno izpolnitvijo v primeru, da
nastopi ena od naslednjih spodaj navedenih okoliščin.
Naročnik lahko odpove pogodbo pred njeno izpolnitvijo:



če je proti ponudniku uveden stečaj ali prisilna poravnava,
če je neuspešno pretekel pogodbeno določen rok, pa ponudnik ni izpolnil pogodbenih obveznosti,
če ponudnik ni odpravil ugovarjanih napak oz. odprava napak ni možna.
Ponudnik lahko odpove pogodbo:

če naročnik ne plača pogodbene cene.
Odpoved pogodbe se poda v pisni obliki, pogodba preneha veljati v petnajstih dneh po prejemu takšne
odpovedi, podpisane s strani pooblaščene osebe pogodbenega stranke.
Če odpove pogodbo naročnik, lahko zahteva povrnitev škode, ki mu je nastala zaradi neizpolnitve
pogodbe s strani ponudnika.
Če odpove pogodbo ponudnik, lahko zahteva plačilo za že opravljene storitve do dneva odpovedi
pogodbe. Odškodninski zahtevki pogodbeno zveste stranke s tem niso izključeni.
Article 16
The 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.
75
Tender documentation JN-B0628
17. člen
S strani naročnika je za izvajanje pogodbe odgovoren …. (telefon: +386 1 475 ….), s strani ponudnika pa:
…. (telefon: ….).
Article 17
Each party shall nominate representatives, responsible for the realization of the Contract, i.e.: for the
Contracting Authority (phone: +386 1 475 ; for the Bidder: _______________ (phone: +___________)
18. člen
Pogodba je sestavljena iz naslednjih delov, ki predstavljajo enovito celoto:



Osnovna pogodba s komercialnimi pogoji,
Priloga 1 – Ponudbena dokumentacija štev. ............................................................
Priloga 2 – Garancija za dobro izvedbo pogodbenih obveznosti
Pogodba je sestavljena v petih izvodih, od katerih prejme naročnik tri izvode, ponudnik pa dva izvoda.
Article 18
The Contract encompass the following parts, which represent the uniform whole:



Basic Contract including commercial terms, Slovenian and English version
Enclosure 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 ŽIG POOBLAŠČENIH PREDSTAVNIKOV NAROČNIKA IN PONUDNIKA – POGODBA ŠT. JN-B0628
THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY
AND BIDDER – CONTRACT No. JN-B0628
Ljubljana, …....................
………….., …….…................
NAROČNIK: /
CONTRACTING AUTHORITY:
PONUDNIK: /
BIDDER:
Radiotelevizija Slovenija, Javni zavod
…………………………………..
Generalni direktor / Director General
…………………………………..
mag. Marko Filli
…………………………………..
Žig / Stamp:
Žig / Stamp:
76
Tender documentation JN-B0628
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
or
b) the Bidder, selected at public selection of bids:
- does not fulfil or withdraws from signing a contract in accordance with tender documentation
or
- 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 and
2. original Guarantee no. ../……………..
With every payment on this guarantee the sum of guarantee is reduced by the same amount.
This guarantee is valid until the Bidder is chosen according to the above mentioned public procurement
and (in case the correct or partly correct offer is accepted) until the Contract between chosen Bidder and
Contracting Authority is signed and Performance Guarantee being presented by the chosen Bidder, but
not later than the Bid expiration date .
We have to receive your claims for cashing-in of the amount guaranteed until 23 June, 2014 at the latest.
After this term the validity of guarantee is automatically terminated irrespective of whether or not the
guarantee is returned to the bank.
This guarantee is not transferable.
Eventual dispute between Beneficiary and the Bank will be settled by the Court of Ljubljana, according to
the Slovenian law.
Bank
(stamp and signature)
77
Tender documentation JN-B0628
Name of the Bidder: …………………………………………………………………
Address of the Bidder: ………………………………………………………………
STATEMENT REGARDING THE PERFORMANCE GUARANTEE
FOR PUBLIC TENDER JN-B0628
Should we, .................. (The Bidder) be awarded the Tender of RTV Slovenija, No. JN-B0628 – for the
purchase of A/V equipment for Studio 3
WE DECLARE,
we will supply a Performance Guarantee for 10 % of the contractual value upon Contract signature, as a
condition for the validity of the contract, no later than 10 days after receiving the signed contract by the
Contracting Authority. The Performance Guarantee will be issued by the first class Bank or Insurance
Company and will be irrevocable, unconditional and payable at first call, valid 6 months after the confirmed
delivery date of the whole equipment.
If we fail to submit the Performance Guarantee in the required deadline, the Contracting Authority has the
right to cash-in the Guarantee for the seriousness of the bid.
Place and date:
………………………………
Stamp:
Signature of the Bidder’s
authorized person
………………………………
78
Tender documentation JN-B0628
STATEMENT ON THE FORWARDING OF DATA IN THE DISCLOSURE
OF THE BIDDER'S OWNERSHIP
FOR PUBLIC TENDER JN-B0628
We 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
………………………………
79
Tender documentation JN-B0628
For the purpose of the sixth paragraph of Article 14 of the Public Integrity and Corruption Prevention
(Official Gazette of the RS, no. 45/2010, with amendments and supplements, hereinafter), to ensure
transparency of the business and to mitigate corruption risks when concluding legal transactions in
capacity of the Bidder's representative in the process of awarding public contract, I hereby issue
following
Act
the
the
the
STATEMENT ON THE PARTICIPATION OF NATURAL AND LEGAL PERSONS IN THE BIDDER'S
OWNERSHIP
FOR PUBLIC TENDER JN-B0628
Data on the Bidder
Company 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 – NO
The Bidder's ownership structure:
1. 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
YES – NO
(mark as appropriate)
If YES, state the holder of the
dormant partnership!
Name and surname of the
natural person (2):
Place of residence
Share of ownership
Dormant partner
(mark as appropriate)
If YES, state the holder of the
dormant partnership!
YES – NO
(continue the list as appropriate)
2. 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 YES – NO
of the dormant partnership
(mark as appropriate):
the 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)
80
Tender documentation JN-B0628
3. DATA ABOUT RELATED COMPANIES
Name 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:
81
Tender documentation JN-B0628
Radiotelevizija Slovenija, Javni zavod,
Commercial Department
e-mail: javna.narocila@rtvslo.si
Fax No..: + 386 1 475 2186
Date: .............................................................
EXPLANATION OF THE TENDER DOCUMENTATION NO. JN-B0628
1. Questions:
.........................................................................................................................................................................
.........................................................................................................................................................................
.........................................................................................................................................................................
.........................................................................................................................................................................
.........................................................................................................................................................................
.....................................................................................................................................
2. Answers:
.........................................................................................................................................................................
.........................................................................................................................................................................
.........................................................................................................................................................................
.........................................................................................................................................................................
...............................................................................
82
Download