Contents - LTV

advertisement
APPROVED BY
the Procurement Commission Meeting of the
State Limited Liability Company “Latvijas Televīzija”
(registration No 40003080597),
dated October 9, 2015,
Minutes No 68/1-18
__________________________
Māris Skujiņš, Chairman of the
Procurement Commission
OPEN-PROCEDURE
PROCUREMENT REGULATION
for the Purchase of an Outside Broadcast Van
Procurement ID No LTV/2015-77
Riga
-2015-
Contents
Part A “TENDERER GUIDELINES”
Annex 1 Part B “APPLICATION FORM FOR THE PARTICIPATION IN THE
PROCUREMENT”
Annex 2 Part C “TECHNICAL SPECIFICATIONS”
Annex 3 Part D “FINANCIAL PROPOSAL FORM”
Annex 4 Part E “DRAFT PROCUREMENT CONTRACT”
Annex 5 Part F “INFORMATION ABOUT TENDERER”
Page 2 of 84
Part A “TENDERER GUIDELINES”
1. Information on the Commissioning Party and General Information
1.1. Commissioning Party: State Limited Liability Company “Latvijas Televīzija” (hereinafter
referred to also as LTV), Reg. No 40003080597.
Registered address: Zaķusalas krastmala 3, Riga, LV-1509, Latvia.
Telephone: +371 67200315, Fax: +371 67200025, e-mail: ltv@ltv.lv
Internet home page: http://ltv.lsm.lv/lv/
1.2. The open-procedure procurement is organised by the Procurement Commission
(hereinafter referred to as the Commission) set up by the Commissioning Party.
1.3. Procurement identification number is LTV/2015-77.
1.4. CPV codes: 32000000-3 (Radio, television, communication, telecommunication and
related equipment);
34211000-9 (Bus bodies, ambulance bodies and vehicle bodies for goods
vehicles);
34139100-1 (Chassis cabs);
31000000-6 (Electrical machinery, apparatus, equipment and consumables;
lighting);
71356000-8 (Technical Services).
1.5. Type of Procurement Procedure: Open procedure (hereinafter referred to as the
Procurement), which is organised in compliance with the Public Procurement Law.
1.6. The Procurement is organised according to the Latvian time and business days and public
holidays of the Republic of Latvia.
1.7. Language: this Regulation is available to all potential suppliers in Latvian and English
language. The Technical Specifications, taking into account their technical character, are
provided in the English language in order to ensure uniform usage and understanding of the
technical terms and requirements. The correspondence between the Commissioning Party and
Tenderers takes place in Latvian or English language. The Procurement Contract will be signed
in Latvian and English language (if the chosen Tenderer is a foreigner).
1.8. Exchange of information between the Commissioning Party and Tenderers will take place
by post, fax, and e-mail or by delivery in person. To ensure that the information, which has
been sent by fax or electronically without secure electronic signature, has legal force, it must
be simultaneously sent by post.
1.9. All the correspondence related to the present Procurement must be addressed to the
Commission with the note: “To the Procurement Commission of the Open Procurement
“Purchase of the Outside Broadcast Van” (ID LTV/2015-77)”.
1.10. The Regulation is freely and directly available at the Commissioning Party’s website
under “Procurements (2015)” at http://ltv.lsm.lv/lv/iepirkumi/iepirkumi-2015/.
1.11. The Commissioning Party’s contact person is Andris Rozenbergs, Head of the
Procurement Department, contact details: Zaķusalas krastmala 3, Riga, LV-1509, phone
number +371 67200628, fax + 371 67200021, e-mail: andris.rozenbergs@ltv.lv.
2. Subject of the Procurement
2.1. Design, construction, equipment installation and delivery to the Commissioning Party of
an outside broadcast television van with 7 (seven) cameras with the feature of sending broadcast
signal to the satellite, as well as provision of warranty service in accordance with the
requirements set forth by Part C, “Technical Specifications”, of this Procurement Regulation
(hereinafter referred to as the Regulation).
2.2. The term for design, construction, equipment installation and delivery of an outside
broadcast television van to the Commissioning Party is 180 (one hundred eighty) calendar days
starting on the day of signing of the Procurement Contract by both Parties; the service warranty
term for the supplied outside broadcast television van is at least 2 (two) years from the date of
Page 3 of 84
delivery.
2.3. Place of the Contract performance: Zakusalas krastmala 3, Riga, LV-1509, Latvia,
premises of the Commissioning Party.
2.4. Indicative approximate procurement funding is 1 012 214,00 EUR (one million twelve
thousand two hundred fourteen euro and 00 cents), VAT exclusive.
3. Tender submission procedure
3.1. Tender documentation must be submitted by post (received until 7th December 2015 at
14:00), or in person to LTV at Zaķusalas krastmala 3, Riga, LV-1509, Secretariat of LTV, 19th
floor, room 5, on business days from 9am until 5pm, not later than 7th December 2015 at
14:00. If a Tender is submitted in person, the Tenderer must order an entrance pass at the
Secretariat by calling a secretary at phone number +371 67200315 one day in advance.
3.2. Tenders submitted or sent (received) after the Tender submission deadline indicated in the
Regulation will not be reviewed and will be returned unopened to the address indicated by the
Tenderer.
3.3. The Commission opens the submitted Tenders at the opening meeting held in the
conference room at Zaķusalas krastmala 3, Riga, 19th floor, immediately after the deadline
mentioned in Paragraph 3.1 hereof.
3.4. The Tenderer may revoke or amend the submitted Tender before the submission deadline.
The revocation is of unconditional character, and it excludes further participation of the Tender
cancelled by the Tenderer in the Procurement.
3.5. Tender amendments or withdrawals must be drawn up in the same way as the Tender, with
note “Tender Amendments” or “Tender Withdrawal” respectively.
3.6. Except for the cases determined hereby, the submitted Tender documents are not returned
to the Tenderers.
3.7. All costs related to the preparation and submission of the Tender documentation are
covered by the Tenderer.
3.8. The Tender opening meeting is open and all stakeholders may take part at it.
3.9. Tenders are opened in the order of submission thereof, naming the Tenderer, the time of
submission of the Tender and the Tender price. Upon request of participants of the meeting, the
Commissioning Party presents the financial proposal containing the tendered price in
accordance with the financial proposal.
3.10. After the announcement of the Tenderers each member of the Commission signs a
statement confirming absence of circumstances, due to which he/she may be considered
interested in selection or in services of a particular Tenderer or that they have a relationship
within the meaning of Article 23(1) of Public Procurement Law.
3.11. Tender opening meeting is closed after all Tenders have been opened.
4. Requirements for drawing up the Tender
4.1. A Tender must be submitted in two copies – one original copy and one copy, each of them
consisting of three parts bound together:
4.1.1. Tenderer’s selection documents, including application for the participation in the
Procurement;
4.1.2. technical proposal;
4.1.3. financial proposal.
4.2. Table of contents must be placed at the beginning of the Tender.
4.3. Parts of the Tender must be sewn through with a thread or a ribbon to ensure that parts of
documents cannot be separated from each other, pages must be numbered, and bound or sewn
documentation must be certified. The certification includes:
4.3.1. reference on the total number of bound or sewn pages;
4.3.2. Tenderer’s or its representative’s signature in words;
4.3.3. place and date of the certification.
Page 4 of 84
4.4. The Tender is submitted in a glued envelope stating the following:
4.4.1. Commissioning Party’s name, registration number and address;
4.4.2. Tenderer’s name, registration number and address;
4.4.3. note: “Tender for the open procedure “Purchase of the Outside Broadcast Van”
(ID No LTV/2015/77);
4.4.4. note: “Do not open before the opening meeting”;
4.5. Original copy of the Tender must be marked as “ORIGINAL”, and its copy as “COPY”.
4.6. Tender documentation must comply with Cabinet of Ministers of the Republic of Latvia
Regulation No 916 dated 28.09.2010 “Order of development and presentation of documents”.
Tenderer can confirm the accuracy of all submitted document copies and translation thereof in
one certification, if the Tender is bound or sewn.
4.7. The Tender documents must be clearly legible, without deletions, whited-out corrections,
unauthorised corrections, erasures and supplements.
4.8. Tender must be drawn in Latvian or English language. A Tenderer may submit selection
documents in another language, if translation into Latvian or English language certified by the
Tendered is attached thereto. Technical documentation can be submitted in Latvian or English
language. If the above requirements aren’t fulfilled, the Commissioning Party may consider
that the respective document is not submitted. The Tenderer is liable in accordance with laws
and regulations for the damage resulting from an erroneous translation of a document.
Certification of a translation includes:
4.8.1. note “TRANSLATION CORRECT”;
4.8.2. signature of the Tenderer or its representative and his/her name in words;
4.8.3. place, date of the certification and the seal imprint.
4.9. If the document submitted by a Tenderer exceeds 3 (three) pages, it may be supplemented
only by a summary translated into Latvian or English language with accuracy of the translation
certified. The translated summary must contain the principal parts of the document and
references to those particular parts of the document, which have been translated.
4.10. If the Tenderer submits document copies, the Tenderer must certify trueness of the copies.
Verification of trueness of the copy includes:
4.10.1. note “COPY CORRECT”;
4.10.2. signature of the Tenderer or its representative and his/her name in words;
4.10.3. place, date of the verification and the seal imprint.
4.11. Procurement Commission of the Commissioning Party may request the Tenderer to
present originals or notarised copies of the submitted document.
4.12. The Tender must contain information on the necessity to observe business secrecy in
respect of the Tender or particular parts thereof. The pages of the Tender containing such kind
of information must be marked as “CONFIDENTIAL”; however, the information, which is
public in accordance with the Public Procurement Law of the Republic of Latvia, cannot be
deemed confidential.
4.13. In addition to the Tender submitted on paper, the Tenderer must submit the entire Tender
in electronic format in one .pdf file (on a CD-ROM or USB flash drive). The Financial Proposal
must be made in Microsoft Office Excel. The electronic data storage device containing the
information mentioned in this paragraph must be submitted along with the original copy of the
Tender in the envelope mentioned in Paragraph 4.4, marked with the note stated in the
Paragraph 4.4.3.
4.14. If the Tenderer’s Tender is not drawn up in accordance with requirements of this
Regulation, the Tenderer is excluded from further participation in the open-procedure
procurement.
4.15. The Tender must be signed by the person who is lawfully representing the Tenderer or
authorised to represent the Tenderer in the Procurement.
5. Requirements towards the Tenderer
Page 5 of 84
5.1. Provisions for exclusion of Tenderers in accordance with the Article 39.1(1) of the
Public Procurement Law. The Commissioning Party excludes a Tenderer from
participation in the Procurement as well as it does not review the Tenderer’s Tender in
any of the following cases:
5.1.1. a Tenderer or a person, who is a member of the board of directors or council or
procurator of a Tenderer, or a person having the right to represent the Tenderer in activities
related to a subsidiary, has been found guilty in any of the following criminal offences by a
such punishment prescription of prosecutor or a judgement of a court that has entered into effect
and is non-disputable and not subject to appeal:
a) bribe taking, bribery, bribe misappropriation, intermediation in bribery, taking of
prohibited benefit or commercial bribing;
b) fraud, misappropriation or laundering;
c) evading payment of taxes and payments equivalent thereto,
d) terrorism, financing of terrorism, invitation to terrorism, terrorism threats or recruiting
and training of a person for performance of terror acts;
5.1.2. a Tenderer, by such a decision of a competent authority or a judgment of a court which
has entered into effect and has become non-disputable and not subject to appeal, has been found
guilty of an infringement of employment rights which means:
a) employment of such one or more citizens or nationals of countries, which are not
citizens or nationals of the European Union Member States, if they reside in the territory
of the European Union Member States illegally;
b) employment of one person without entering into a written employment contract, not
submitting an informative declaration regarding employees in respect of such person
within a time period laid down in the laws and regulations, which is to be submitted
regarding persons who commence work;
5.1.3. a Tenderer, by such a decision of a competent authority or a judgment of a court which
has entered into effect and has become non-disputable and not subject to appeal, has been found
guilty of infringement of competition law manifested as a vertical agreement aimed at
restricting the opportunity of a purchaser to determine the resale price, or horizontal cartel
agreement, except for the case when the relevant authority, upon determining infringement of
competition law, has released the Tenderer from a fine or reduced fine within the framework of
the co-operation leniency programme;
5.1.4. insolvency proceedings have been announced for the Tenderer, the economic activity
of the Tenderer has been suspended or discontinued, legal proceedings have been initiated
regarding the bankruptcy of the Tenderer or the Tenderer is wound up. If a bailout or similar
set of measures is applied within insolvency proceedings of a Tenderer or a person referred to
in Paragraphs 5.1.7 hereof oriented towards prevention of possible bankruptcy and restoration
of solvency of the debtor, the Commission may decide not to exclude the Tenderer from the
Procurement by assessing potential economic risks and taking into account the subject-matter
of the Procurement;
5.1.5. on the day when the notice about the contract has been published on the website of the
Procurement Monitoring Bureau a Tenderer in Latvia or in the country where it is registered or
permanently residing (if it isn’t registered in Latvia or hasn’t have a permanent residency in
Latvia) or the Tenderer about whom has been made a decision for a possibility to conclude the
contract has tax debts, including debts of mandatory State social insurance contributions in total
exceeding 150 euro in each country;
5.1.6. a Tenderer has provided false information to certify the conformity with the provisions
of qualification requirements or has not provided the requested information at all;
5.1.7. the provisions referred to in Paragraph 5.1.1-5.1.6 hereof apply to the supplier
association or members of a partnership (if a Tenderer is a supplier association or a partnership).
The provisions referred to in Paragraph 5.1.2-5.1.6 hereof apply to a person indicated by the
Tenderer in order to confirm the correspondence of Tenderer’s qualification to the requirements
Page 6 of 84
laid down in the Paragraph 5.3 hereof, as well as to a subcontractor indicated by the Tenderer,
the value of the services to be provided by which is at least 20 per cent or more of the total
value of the public Procurement Contract;
5.1.8. the exclusion provisions according to the Paragraph 5.1.1, 5.1.2 and 5.1.3 do not apply
to the Tenderer and to a person referred to in Paragraph 5.1.7, if:
1) until the day when the Tender is submitted, three years have passed from the day when
the judgement of a court, the punishment prescription of a prosecutor or a decision taken
by another competent authority on infringements referred to in Paragraph 5.1.1 and
Paragraph 5.1.2 (a) hereof became non-disputable and non-appealable;
2) until the day when the Tender is submitted, 12 months have passed from the day when
the judgement of a court or a decision taken by another competent authority on
infringements referred to in Paragraph 5.1.2(b) and Paragraph 5.1.3 hereof became nondisputable and non-appealable.
5.1.9. The Commission verifies compliance with conditions set in Paragraph 5.1.1-5.1.5 hereof
for all Tenderers at the initial stage of the Tenderer’s Tender examination. The Commission
also verifies whether each Tenderer, who could be granted the right to conclude the contract,
complies with the conditions set in Paragraph 5.1.1 -5.1.5 hereof, prior taking the decision on
the right to conclude the contract.
5.2. Documents to be submitted by a Tenderer who is registered or permanently residing
abroad, which confirms that Article 39.1(1) of the Public Procurement Law is not
applicable to it:
5.2.1. In order to ascertain that the exclusion provisions referred to in Paragraph 5.1.1 hereof
do not apply to the Tenderer, the Commission requests the Tenderer to submit a reference from
a competent authority of the relevant foreign country, confirming that the Tenderer or a person,
who is a member of the board of directors or council, or a procurator of the Tenderer, or a
person authorised to represent the Tenderer in its activities related to a subsidiary, has not been
found guilty in any of criminal offences referred to in Paragraph 5.1.1 hereof by a punishment
prescription of prosecutor or a judgement of a court that has entered into effect and became
non-disputable and non-appealable. The Tenderer must submit such reference within 10 (ten)
business days following issuance or sending of the Commission’s request. The Commission
accepts and recognizes such reference, unless it has been issued by the competent authority
earlier than one month prior to the day of submission;
5.2.2. In order to ascertain that the exclusion provisions referred to in Paragraph 5.1.2 hereof
do not apply to the Tenderer, the Commission requests the Tenderer to submit a reference from
a competent authority of the relevant foreign country, confirming that the Tenderer has not been
punished for any of the infringements referred to in Paragraph 5.1.2 hereof. The Tenderer must
submit such reference within 10 (ten) business days following issuance or sending of the
Commission’s request. The Commission accepts and recognizes such reference, unless it has
been issued by the competent authority earlier than one month prior to the day of submission;
5.2.3. In order to ascertain that the exclusion provisions referred to in Paragraph 5.1.3 hereof
do not apply to the Tenderer, the Commission requests the Tenderer to submit a reference from
a competent authority of the relevant foreign country, confirming that the Tenderer has not been
found guilty in any of the infringements referred to in Paragraph 5.1.3 hereof. The Tenderer
must submit such reference within 10 (ten) business days following issuance or sending of the
Commission’s request. The Commission accepts and recognizes such reference, unless it has
been issued by the competent authority earlier than one month prior to the day of submission;
5.2.4. In order to ascertain that the exclusion provisions referred to in Paragraph 5.1.4 hereof
do not apply to the Tenderer, the Commission requests the Tenderer to submit a reference from
a competent authority of the relevant foreign country, confirming that the Tenderer’s insolvency
proceedings haven’t been announced, its economic activity of the Tenderer hasn’t been
suspended or discontinued, legal proceedings haven’t been initiated regarding the bankruptcy
of the Tenderer and the Tenderer hasn’t been wound up. The Tenderer must submit such
Page 7 of 84
reference within 10 (ten) business days following issuance or sending of the Commission’s
request. The Commission accepts and recognizes such reference, unless it has been issued by
the competent authority earlier than one month prior to the day of submission;
5.2.5. In order to ascertain that the exclusion provisions referred to in Paragraph 5.1.5 hereof
do not apply to the Tenderer, the Commission requests the Tenderer to submit a reference from
a competent authority of the relevant foreign country, confirming that in the state where the
Tenderer is registered or where its permanent place residence is located, on the day when the
contract notice has been published on the website of the Procurement Monitoring Bureau, that
the Tenderer, in respect of which the decision on potential awarding of the right to conclude the
contract is taken, on the day of such decision has no tax debts, including debts of mandatory
State social insurance contributions in total exceeding 150 euro. The Tenderer must submit such
reference within 10 (ten) business days following issuance or sending of the Commission’s
request.
5.2.6. The documents referred to in Paragraph 5.2.1, 5.2.2, 5.2.3, 5.2.4 and 5.2.5 hereof must
be submitted to all members of supplier associations or members of the partnerships as members
of the Tenderer. Documents stated in Paragraph 5.2.1, 5.2.2, 5.2.3, 5.2.4 and 5.2.5 hereof must
be submitted concerning the subcontractor, if it is stated that the Tenderer bases its Tender on
facilities of a subcontractor in order to confirm that it meets the qualification requirements set
forth in the Paragraph 5.3 of the Regulation, as well as concerning those subcontractors, the
value of the services to be provided by which is at least 20 per cent or more of the total value
of the public Procurement Contract;
5.2.7. if the documents, by which a Tenderer and the persons mentioned in Paragraph 5.1.7
hereof can certify that the exclusion conditions mentioned in Paragraph 5.1 hereof are
inapplicable to them, may not be obtained in the relevant country or they are insufficient to
prove that the conditions indicated in Paragraph 5.1 hereof are inapplicable to the Tenderer or
the persons mentioned in the Paragraph 5.1.7, the referred documents may be replaced with an
oath or, if laws and regulations of the relevant country do not provide for giving an oath, with
a certification of the Tenderer or the person mentioned in Paragraph 5.1.7 hereof to the
competent executive authority or judicial authority, a sworn notary or a competent organization
in the relevant sector in the country of registration (permanent residence) thereof.
5.3. Requirements towards the Tenderer’s qualification, economic and financial standing
and technical and professional capability. In order to participate in the Procurement, the
Tenderer must comply with the following requirements:
5.3.1. The Tenderer is registered in compliance with the laws and regulations of its country.
5.3.2. average net annual turnover of the Tenderer in previous 3 (three) years period (2012,
2013, 2014 and 2015), on which the Tenderer had to submit and has submitted its annual
reports, at least 3 (three) times exceeds the offered contract price;
5.3.3. in previous 3 (three) years period (2012, 2013, 2014 and 2015) the Tenderer has carried
out design, construction, equipment installation, delivery and warranty service of at least 3
(three) outside broadcast vans, equivalent to the subject of the Procurement;
5.3.4. the Tenderer has implemented ISO 9001 (or equivalent) quality management system
standard at least in the areas of engineering solutions and technical maintenance, or the
Tenderer has other quality management system, which is recognised by an institution accredited
in accordance with laws and regulations of the Republic of Latvia or another European Union
member state, or the Tenderer implements equivalent quality management measures;
5.3.5. the Tenderer or its subcontractors must be authorised by manufacturers for the provision
of warranty service for the main components of the outside broadcasting van in the Republic of
Latvia.
6. Documents to be Submitted
6.1. Tenderer’s qualification documents:
6.1.1. application for participation in the open-procedure procurement, in form determined by
Page 8 of 84
Part B Annex 1 “Application Form for the Participation in the Procurement” hereof;
6.1.2. if the Tenderer, its subcontractor or a related person is not registered in the Republic of
the Latvia, the Tenderer, its subcontractor or a related person must submit a copy of the
registration certificate issued by the competent authority of the country of their registration;
6.1.3. the Tenderer registered in the Republic of Latvia must submit printouts from the
Electronical Declaration System of the State Revenue Service of the Republic of Latvia
displaying average working hour tariff rates for groups of professions for the last four quarters
of the year before the date of submission of the Tender.
6.2. The documents, which the Tenderer must submit to the Commissioning Party in
order to verify its compliance with Tenderers’ requirements in respect of the Tenderer
qualification, economic and financial standing and technical and professional capability
in accordance with Paragraph 5.3 of the Regulation:
6.2.1. profit and loss statements for the previous 3 (three) years period (2012, 2013, 2014 and
2015), on which the Tenderer had to submit and has submitted its annual reports;
6.2.2. information on the Tenderer’s experience in carrying out the design, construction,
equipment installation, delivery and warranty service of outside broadcast vans equivalent to
the subject of the Procurement, in accordance with the form provided in Part F “Tenderer
Background Information”; the information must be submitted in such scope that the
Procurement Commission can evaluate compliance of the Tenderer’s experience without
requesting additional information from the Tenderer. Along with the above information the
Tenderer must submit reference letters from at least 3 (three) clients on already accomplished
projects in accordance with requirements of Paragraph 5.3.3 hereof. If such references are not
submitted, the Commissioning Party may deem that the Tenderer does not have the relevant
experience;
6.2.3. a certificate (a verified copy) issued by an accredited certification institution certifying
that the Tenderer has implemented ISO 9001 or equivalent quality management system
certificate in at least design of engineering solutions and technical services or other proof of
existence of quality control management system, mechanisms of its control and quality
assessment criteria at the Tenderer’s enterprise, so that the that the Procurement Commission
could evaluate compliance of the Tenderer’s quality management system operation without
requesting additional information from the Tenderer;
6.2.4. the Tenderer’s representation that it and/or its subcontractors are authorised by
respective manufacturers of main components to carry out warranty service for the main
components of outside broadcasting van in the Republic of Latvia.
6.3. Technical Proposal
6.3.1. The Tenderer prepares the technical proposal in accordance with Part C “Technical
Specifications” of the Regulation and the technical proposal must fully comply with all
requirements of the Regulation.
6.3.2. The Tenderer’s technical proposal must be drawn up at such level of detail and scope of
information that the Procurement Commission is able to ascertain of the Tenderer’s
understanding and capability to carry out the necessary works and to assess compliance of the
proposal to the requirements of the Regulation. In drawing up the technical proposal the
Tenderer must take note that its technical proposal must fully demonstrate Tenderer’s
understanding on the scope, specifics, deadlines of works and necessary human and technical
resources.
6.3.3. The Tenderer may not submit variations of the proposal.
6.3.4. Subject of the Procurement is not divided into parts.
6.3.5. The technical proposal must be signed by the Tenderer’s executive official or an
authorised representative.
6.3.6. If the technical proposal fails to be drawn up in accordance with requirements of
Paragraph 6.3 hereof or fails to contain all the necessary information, the Procurement
Commission may consider that such technical proposal is incompliant with requirements of the
Page 9 of 84
Regulation.
6.4. Financial Proposal
6.4.1. The financial proposal must be prepared in accordance with Annex 3 Part D “Financial
Proposal Form” of the Regulation.
6.4.2. The Tenderer displays in its financial proposal the price of one unit and the total price in
euro (EUR), value added tax excluded.
6.4.3. All prices in financial proposal must be calculated and presented with accuracy of two
digits after the comma.
6.4.4. The financial proposal must include all Tenderer’s costs and expenses in the course of
fulfilment of the Procurement contract.
6.4.5. The financial proposal must be signed by the Tenderer’s executive official or by an
authorised representative.
6.5. Other requirements
6.5.1. If the Tender is signed by a person not listed in the reference issued by the Enterprise
Register of the Republic of the Latvia or a competent authority of other country, the Tenderer
must submit a power of attorney to sign the Tender and/or Procurement Contract issued for the
above mentioned person and signed by an executive official with signatory rights.
6.5.2. If the Tenderer indicates in the Tender a subcontractor as a person, on facilities of which,
in order to confirm that it meets the qualification requirements set forth in the Regulation, the
Tenderer bases its Tender, the Tenderer must submit a confirmation letter from such
subcontractors on cooperation in fulfilment of the provisions of the Procurement Contract or
the Tenderer’s and subcontractor’s agreement on cooperation in fulfilment of the Procurement
Contract.
7. Accessibility of Procurement documentation and provision of additional information
7.1. The Procurement notice is published on the Internet webpage of the Procurement
Monitoring Bureau and in the Official Journal of the European Union.
7.2. The Commissioning Party ensures free and direct access to the Procurement documentation
until the moment of opening of Tenders as stipulated in the Regulation at the Commissioning
Party’s
Internet
webpage
under
“Procurements
(2015)”
at
http://ltv.lsm.lv/lv/iepirkumi/iepirkumi-2015/.
7.3. If a potential supplier requests additional information on the requirements stipulated in the
Regulation, the Procurement Commission provides its reply within 5 (five) days, but not later
than 6 (six) days prior to the Tender submission deadline.
7.4. Additional information, if requested in due time prior to the Tender submission deadline,
is sent to the supplier requesting the information as well as published at the Commissioning
Party’s
Internet
webpage
under
“Procurements
(2015)”
at
http://ltv.lsm.lv/lv/iepirkumi/iepirkumi-2015/ as soon as possible, but not later than 6 (six) days
prior to the Tender submission deadline.
7.5. If the Commissioning Party makes amendments to the Regulation, the information on such
amendments is published at the Commissioning Party’s Internet webpage under “Procurements
(2015)” at http://ltv.lsm.lv/lv/iepirkumi/iepirkumi-2015/ not later than in 1 (one) day following
submission of the amendments notice for publication to the Procurement Monitoring Bureau.
7.6. The potential supplier must follow the amendments and take full responsibility for
obtaining such information. If the Commissioning Party has published such information on its
webpage in accordance with Paragraph 7.5 hereof, it is deemed that all potential suppliers have
received information on amendments to the Regulation.
7.7. If the exchange of information between the Commissioning Party and Tenderers takes
place by using electronic documents signed by secure electronic signature and confirmed by a
timestamp, in accordance with Paragraph 17 of Republic of Latvia Cabinet Regulation No 473
“Procedures for the Preparation, Drawing Up, Storage and Circulation of Electronic Documents
in State and Local Government Institutions, and the Procedures by which Electronic Documents
Page 10 of 84
are Circulated between State and Local Government Institutions, or Between These Institutions
and Natural Persons and Legal Persons” dated 28.07.2005, the Tenderer must notify the
Commissioning Party on receipt of such electronic document within 1 (one) business day.
7.8. During the time period between submission of the Tender and its opening the
Commissioning Party does not disclose information on existence of other Tenders. During the
evaluation and until announcement of results the Commissioning Party does not provide
information on the progress in evaluation of Tenders.
8. Tender Evaluation, Selection Criteria and Conclusion of Contract
8.1. Tenders are reviewed and evaluated by the Procurement Commission.
8.2. Review and evaluation of Tenders is confidential, without participation of Tenderers, and
it includes review of correspondence of Tenders to the determined form, selection of Tenderers,
verification of compliance of technical proposals and evaluation of the Tenders.
8.3. At each stage of evaluation Tenders of only those Tenderers are evaluated, who are not
dismissed at previous stages of evaluation.
8.4. At verification of Tenders, the Procurement Commission verifies the way the Tenders are
drawn up. Tenders containing all documents required in the Regulation and drawn up in
accordance with the Regulation are considered as complying with the Regulation. The
Procurement Commission may dismiss and exclude from further evaluation those Tenders,
which are considered incompliant with the requirements for drawing up of Tenders.
8.5. The Procurement Commission may dismiss a Tender containing information, which does
not correspond to the information provided in evidencing documents, which fails to observe the
requirements for drawing up of documents stipulated in laws and regulations, or translation of
which does not correspond to the source document.
8.6. The Procurement Commission evaluates the qualification documents submitted by
Tenderers and their correspondence to the qualification requirements set forth in Part A
“Tenderer Guidelines” hereof. The Procurement Commission dismisses and excludes from
participation in the Procurement those Tenderers who will be considered non-compliant with
the requirements of Tenderer selection mentioned in Part A “Tenderer Guidelines” hereof.
8.7. The Procurement Commission evaluates the compliance of Tenderers’ technical proposals
with the requirements of Part C “Technical specifications” hereof. The Procurement
Commission dismisses and excludes from participation in the Procurement proposals of those
Tenderers, which are considered incompliant with the requirements of Part C “Technical
Specifications” hereof.
8.8. The Tenderer must display in its technical proposal codes and manufacturers of proposed
equipment, as well as technical parameters of the proposed equipment. The Tenderer must
precisely display manufacturer’s Internet addresses at which one can verify compliance of the
proposed equipment with the requirements of technical specifications set forth in the
Regulation, or Tender must contain manufacturer’s booklet or a user manual. If the technical
proposal of a Tenderer contains only a copy of contents of the Part C “Technical specifications”
hereof or only a reference “compliant” or similar, such technical proposal may be dismissed as
incompliant to the requirements of Part C “Technical specifications” hereof.
8.9. After evaluation of technical proposals, the Procurement Commission evaluates financial
proposals of the Tenderers for arithmetical errors, assesses and compares prices in financial
proposals and verifies whether an unreasonably cheap Tender has been submitted. An
unreasonably cheap Tender can have one or several following features:
a) the price is substantially lower than prices of other Tenders;
b) the price is substantially lower than the indicative contract price calculated by the
Commissioning Party;
c) the price is unfeasible in accordance with laws and regulations.
If the Procurement Commission ascertains that it may have received an unreasonably cheap
proposal, it requests from the Tenderer a detailed clarification on substantial provisions of its
Page 11 of 84
Tender in accordance with Article 48 of the Public Procurement Law of the Republic of Latvia.
8.10. If the Procurement Commission detects arithmetical errors in tax calculations, the
Procurement Commission will correct them in accordance with tax calculation procedure set
forth by laws and regulations.
8.11. The Procurement Commission notifies the Tenderer on all corrections of arithmetical
errors made to the Tender.
8.12. Upon receipt of the notice within the designated term the Tenderer must notify the
Procurement Commission on its consent or objections to the corrections made. If within the
designated term the Tenderer has not notified on its objections, the Procurement Commission
considers that the Tenderer agrees to corrections.
8.13. In the course of evaluation and comparison of Tenders with arithmetical errors, the
Procurement Commission takes into account only prices corrected in accordance with this
Regulation.
8.14. Tenders selection criterion is the lowest price.
8.15. The Procurement Commission awards contract to the Tenderer, whose Tender complies
with all requirements set forth in the Regulation and contains the lowest price.
8.16. The Procurement Contract is signed in accordance with the draft contract supplemented
in Annex 4 Part E “Draft Procurement Contract” of the Regulation.
8.17. Within 3 (three) business days the Procurement Commission simultaneously (in one day)
notifies all Tenderers participating in the Procurement on the decision taken in respect of
conclusion of the Procurement Contract.
8.18. The Procurement Commission as soon as possible, but not later than within 3 (three)
business days after sending notices on the decision taken to all Tenderers, submits the notice
on results of open procedure for publication at the Procurement Monitoring Bureau website.
8.19. The Procurement Contract is signed on the next business day after the end of the waiting
period, which is 10 (ten) days following sending of the announcement on the decision on
Procurement results to all Tenderers by fax or electronically by using secure electronic
signature or submitted in person.
8.20. The Procurement Commission may decide to terminate the Procurement without any
result, if:
8.20.1. no Tender is submitted;
8.20.2. no Tender is submitted complying with requirements of the Regulation;
8.20.3. all Tenders complying with requirements of the Regulation exceed the financing
planned by the Commissioning Party.
8.21. The Procurement Commission may decide to terminate the Procurement, if:
8.21.1. there are objective reasons for it;
8.21.2. the Procurement Regulation requires substantial amendments.
Annex No 1
To the Regulation
Part B “APPLICATION FORM
FOR THE PARTICIPATION IN THE PROCUREMENT”
“Purchase of the Outside Broadcast Van”
ID No LTV/2015-77
Page 12 of 84
Place
Date
Tenderer’s information*
□ legal person
□ partnership of legal persons (unregistered)
□ registered partnership
□ other __________________(fill out the legal form of the Tenderer)
Tenderer company
name:
Registration number:
Registered address:
Postal address:
Telephone:
Fax:
E-mail:
Web address:
______________________________________________________
Financial data:
Bank:
Bank code:
Account number:
Tenderer’s authorised representative in commercial matters:
Name, family
name:
Position:
Telephone:
Fax:
E-mail:
Tenderer’s authorised representative in legal matters:
Name, family
name:
Position:
Telephone:
Fax:
E-mail address:
Information about the subcontractors, on whose facilities the Tenderer bases its compliance
with qualification requirements for Tenderers set forth in the Procurement Regulation, by
transferring to each such subcontractor a certain part of obligations under the Procurement
Contract (fill out if such subcontractors are involved).**
Subcontractor company
name:
Registration number:
Registered address:
Postal address:
Telephone:
Fax:
E-mail:
Web address:
______________________________________________________
Subcontractor’s authorised representative:
Name, family
name:
Page 13 of 84
Position:
Phone:
E-mail:
Fax:
* If the Tenderer is a partnership of legal persons (unregistered), the relevant information must
be provided on each legal person of such partnership. If the Tenderer is a registered partnership,
the relevant information must be provided on each member of such partnership.
** The information must be provided on measures for fulfilment of Procurements Contract,
which will be entrusted to a related party, and resources, with which the related party undertakes
to provide the Tenderer, as well as the way of such provision of resources.
We, _________________, hereinafter referred to as the Tenderer, are submitting this Tender
for participation in the procurement procedure “Purchase of the Outside Broadcast Van”
(Procurement ID No LTV/2015-77) organised by the State Limited Liability Company
“Latvijas Televīzija”, and we confirm that:
1) (Name of the Tenderer) became acquainted with the Procurement Regulation and agrees
with all terms of the procurement, the terms and clear and understandable, and the
Tenderer has no objections or complaints to them, including all provisions of Part E of
the Procurement Regulation, “Draft Procurement Contract”, and in case if the right to
conclude the contract is awarded to the Tenderer, to sign it without objections and to
fulfil all obligations thereunder;
2) The Tender of (Name of the Tenderer) complies will all requirements of the
Procurement Regulation;
3) (Name of the Tenderer) has enough qualified staff to ensure qualified fulfilment of tasks
of the Procurement Contract in due quality.
4) (Name of the Tenderer) has included in its financial proposal all costs and expenses,
which are necessary for fulfilment of tasks under the Procurement Contract.
We hereby confirm and guarantee that the above mentioned information is accurate.
Name and signature, date, stamp of the Tenderer or its authorize representative (warrant or
its confirmed copy should be included)
Annex No 2
To Procurement Regulation
Part C “TECHNICAL SPECIFICATIONS”
Purchase of the Outside Broadcast Van
ID No LTV/2015-77
1. VEHICLE TECHNICAL REQUIREMENTS
The OB van should be designed on panel van at least 5000 kg GVW.
The vehicle shall be in compliance with legal weight limits and transportation regulations on
Page 14 of 84
all public highways. No special permits shall be required for travel on any public highway.
The vehicle and all OB Van accessories and equipment can be previously used (not more than
one year and not more than 50 000 km mileage for vehicle) or new.
Correction of the OB Van layout and explanation is possible on the design process.
The vehicle shall be equipped with a diesel engine with at least 190 HP.
Engine emission: Euro 6.
Fuel consumption (l/100km) combined cycle, not more than: 11 l/100km
CO2 emissions [g/km] combined cycle, not more than: 280 g/km
Life-cycle mileage: at least 250 000 km
Engine’s fuel efficiency: 36 MJ/l
The vehicle shall be known brand and have an authorized service in Riga or not more than 20
km from city border.
The vehicle shall be equipped with:
 Transmission: Manual 6 gears
 Electrically adjustable and heated outside rear-view mirrors;
 Electrically operated side windows;
 Car radio;
 Adequate speaker installation;
 Windshield and side window internal blinds;
 Automatic air conditioner;
 Parking heater that operates on diesel and fuel receives from the main tank;
 LED or LCD monitor with a at least 5" diagonal with rear view monitoring;
 Fire extinguisher, car first aid kit, emergency triangle, reflective vest;
 Doors central locking system.
 Rear door step
 Stabilizer, rear axle, under frame
 Stabilizer reinforced at front axle
 Shock absorbers reinforced
 Swivel driver's and passenger seats
 Alternator at least 180 A
 Auxiliary air suspension
 Visual and audible warning system of the driver, if the level jacks are not fully hidden
and completely parked
 Trailer hitch
 Drivetrain 4x4
 Wheelbase at lest 4325 mm
2. EXTERIOR LAYOUT
2.1. REINFORCEMENT OF THE ROOF AND SIDEWALLS AND THERMAL
INSULATION
Vehicle's roof and sidewalls should be reinforced depending on the equipment to be placed. All
required power wires should be put into corrugated pipes and placed inside of the thermal
insulation. Thermal insulation of the roof, sidewalls and the floor must be done according to
climate conditions in Latvia. The thermal conductivity of the foam used for the insulation
should be at least 0.033 W/(m K).
The necessary reinforcements or a roof platform should be designed for the satellite antenna
installation.
The roof platform should be with antiskid covering, preferable diamond aluminium plate.
Page 15 of 84
2.2. LEVELLING SYSTEM
The body should have mechanical hydraulic or electric leveling system, to make vehicle more
stable. Leveling system should contain four electric or hydraulic jacks.
2.3. DOORS
The side and rear doors should have protective awnings.
2.4. ADDITIONAL EXTERIOR LAYOUT
The exterior layout shall include exterior lights and signals in compliance with road regulations
in Latvia and EU.
Exterior LED lighting for convenient staff work at night without additional lighting shall be
installed.
Rear-view camera and LCD or LED monitor in driver's cab should be installed.
3. INTERIOR LAYOUT
3.1. GENERAL POINTS
The vehicle shall be divided into 3 areas that are defined as follow:
 The main area with shading, production, slow motion, audio working places;
 The main rack area;
 The cargo area;
Total working places ≥6.
3.2. THE FLOORS
The floor must be covered with a flooring of high strength, of heavy traffic quality.
3.3. THE RACKS, DESKS AND CONSOLES
The rack frames, consoles and desk frames must be made from steel and powder coated.
The consoles and desks must be made of plywood and covered with natural wood veneer.
Working surfaces of the desks must be covered with durable high-pressure laminate.
The desk armrests must be made from solid wood and covered with high durability lacquer.
The main racks and other racks must have chassis support angles for heavy equipment.
Cargo area shall be equipped with shelves with fixing loops. Exact number of shelves and its
placement depends on equipment to be placed in the cargo area;
3.4. FINISHING
The floor must be covered with an antistatic flooring of high strength, of heavy traffic quality.
The walls and ceiling must be covered with antistatic, durable easy cleanable carpeting.
The cargo area walls and ceiling shall be covered with diamond aluminium plate.
3.5. CABLE DUCTS SYSTEM
The cable duct system of the OB Van shall be designed to have convenient cable wiring. Ability
to add an additional cable shall be provided to all racks and desks.
4. CLIMATE CONTROL SYSTEM (HVAC)
The climate control system shall consist of:
 Ventilation system;
 Air conditioning system;
 Heating system.
The climate control system must ensure the comfort temperature at the ambient temperature
from-20 C to +40 C.
Page 16 of 84
4.1. VENTILATION SYSTEM
Ventilation system should be capable of lead the excessive heat off of the racks.
4.2. AIR CONDITIONING SYSTEM
Air conditioning system should be calculated depending on climatic conditions in Latvia,
installed equipment and number of workplaces.
Air conditioning system should be based on rooftop conditioners. Air conditioning system,
should have possibility to operate in heating mode.
4.3. HEATING SYSTEM
A heated floor system with temperature adjustment shall be installed in all working areas. The
preheating system while driving shall be provided in order to prevent humidity.
5. ELECTRICAL POWER SYSTEM
The internal OB Van electrical power system must meet standard 3-phase 400V 50Hz TN-S
power net requirements.
The low-voltage part must meet 12/24VDC automotive power net requirements.
The internal wires cross-sections must be calculated with higher ambient temperatures
correction factors.
5.1. AC BELT DRIVEN POWER ALTERNATOR
There must AC belt driven 230V 50Hz 5 kW power alternator and engine idle RPM regulator
installed at the OB Van.
5.2. AUXILIARY POWER INLET AND POWER CABLE
OB Van must have installed auxiliary CEE type 3P+N+PE 400V 32A power inlet.
At least 50m flexible rubber power cable (H07RN-F type) should be supplied.
OB Van should have voltage control devices (voltmeter and indicators) for auxiliary inlet
installed in the input board.
5.3. POWER SOURCE SELECTION SWITCH
There must be installed switch to select Alternator / Inlet power source at the OB Van.
5.4. SEPARATING TRANSFORMER
There must be the separating transformer installed to separate the broadcast equipment part
from another power network.
The smooth-start circuit and forced cooling must be installed for the transformer.
It should be possible to check transformer temperature through installed monitor.
Integrated transformer must have manual bypass.
5.5. UPS
There must be the UPS for the broadcast equipment installed on each phase with total capacity
of at least 15kVA. All integrated UPS must have manual bypass.
5.6. CIRCUIT BREAKERS, CONTROL AND MONITORING DEVICES
There must be installed the device(s) to control voltage, current and frequency on each phase.
Each feeding branch (racks, conditioners, heaters, etc.) must have separate MCBs.
Non-broadcast equipment (service) devices feeding branches must be protected by RCCB’s
with 30mA leakage current threshold.
The broadcast equipment branch must be controlled by insulation resistance control device with
visual and audible alarm without break on the “first fault”.
Page 17 of 84
5.7. POWER DISTRIBUTION
The power need to be distributed in two ways:
1. For DSNG equipment only. Powered from AC alternator or Auxiliary power inlet.
2. For all OB Van equipment. Powered from Auxiliary power inlet only.
Minimal requirements to power distribution system:
 “SCHUCO” type sockets strips in broadcast equipment racks and desks.
 At least one “SCHUCO” type sockets (UPS voltage) in each external connections board.
 At least one “SCHUCO” type sockets (ordinary voltage) in the power connections
board.
 At least one “SCHUCO” type sockets (ordinary voltage) in each working room.
 At least one “SCHUCO” type socket (ordinary voltage) in the driver’s cabin.
5.8. ADDITIONAL AUXILIARY LOW POWER INLET
OB Van should be equipped with auxiliary low power (230V 16A) inlet to feed low power
devices without use of main power cable. At least 15m low power cable should be supplied.
5.9. GROUNDING
The vehicle’s chassis, body, all metal parts inside the body must be bonded into the
equipotential grounding bond.
The grounding bolt must be installed in the power connections board.
OB Van should be supplied with grounding pole and cable (20 m, 10,0 mm2).
5.10. AUXILIARY DOMESTIC BATTERY BANK AND CHARGERS
Minimal requirements to auxiliary domestic battery bank and chargers:
 At least 100Ah capacity auxiliary domestic battery bank to feed autonomous devices
(fuel heaters, lights, etc.). Batteries must be AGM deep discharge type.
 At least 15A processor-controlled AC to DC battery charger installed to charge the
auxiliary battery bank.
 At least 5A processor-controlled AC to DC battery charger installed to charge vehicle’s
starter battery bank.
 At least 10A DC to DC battery charger installed to charge auxiliary battery bank from
vehicle’s starter battery bank during driving.
5.11. LIGHTS
Minimal requirements to OB Van lights system:
 Light fixtures must be based on the LED technology.
 Light fixtures, installed outside the main body, must be safe voltage (12/24 VDC).
 Slit type working lamps (“script”) above the working desks.
 Daylight lamps in each room.
 Autonomous emergency lights in each room. It is possible to use part of daylight lamps
fixtures for this function.
 Lights to illuminate technical areas – rear parts of racks, under the desks.
 Light fixtures for exterior lighting on the left, right and rear sides of the body.
5.12. ADDITIONAL SERVICES
OB Van should be equipped with rearview system (RVS) for the driver, burglar alarm for the
all outside doors and hatches.
AUDIO EQUIPMENT
1. Audio mixer, 1 set
1.1. Live digital mixing console must have following features and functionality:
Page 18 of 84
1.1.1. At least 16 + 2 fader configuration;
1.1.2. Mix channels: at least 32 mono and 8 stereo;
1.1.3. Busses: at least 16 mix and 8 matrix;
1.1.4. At least 16 analog inputs;
1.1.5. At least 8 analog outs;
1.1.6. At least 1 AES/EBU digital out;
1.1.7. At least 5 GPI inputs and 5 GPI outputs;
1.1.8. Must have word clock input/output;
1.1.9. Must have MIDI input/output;
1.1.10. Must have Ethernet interface;
1.1.11. At least 16 + 2 (Master) faders;
1.1.12. Dante networking capability;
1.1.13. Possibility to mount in rack;
1.1.14. At least 16 channels MADI interface;
1.1.15. MADI interface must meet at least following technical requirements:
1.1.15.1. At least 16 inputs and outputs;
1.1.15.2. Format: MADI;
1.1.15.3. Resolution: 24 bit;
1.1.15.4. At least 2 x BNC (MADI coaxial) connectors;
1.1.15.5. At least 2 x MADI optical connectors;
1.1.15.6. At least 2 x RJ-45 connectors;
1.1.16. At least 16 inputs and 8 outputs stage box with redundant Dante connectivity;
Example type: YAMAHA QL1 or equivalent
2. Studio Monitor, 4 pcs
2.1. Studio monitor should be suitable for a wide range of applications: music studios,
mobile vans, digital workstations, radio and TV broadcasting.
2.2. At least 40W bass amplifier and 40W treble amplifier.
2.3. Frequency response: 50 Hz - 25 kHz, - 6 dB.
2.4. Maximum SPL: 100 dB.
2.5. Input and output connectors: XLR.
2.6. Die-Cast aluminum enclosure.
2.7. Power consumption in standby mode not more than 0.5W.
2.8. Studio monitor should be supplied with special construction table stand, which reduces
vibration.
Example type: GENELEC 8030BPM or equivalent
3. Audio metering unit, 1 pc
3.1. Compact audio metering unit must meet at least following features and technical
requirements:
3.1.1. Unit must have full feature set for multifunctional audio measurements (analog,
digital, USB audio);
3.1.2. At least 4.3“ capacitive touch screen (272 x 480 pixel);
3.1.3. Audio metering unit must be supplied in table-top version;
3.1.4. At least 2-channel analog stereo input via unbalanced RCA. Must be adjustable
from –22 dBu (61 mV) to +24 dBu (12.28 V);
3.1.5. At least 2-channel digital stereo input and output via S/PDIF (RCA);
3.1.6. Micro-USB connector for digital audio inputs (stereo, 5.1) and USB power supply
(USB mains adapter or computer);
3.1.7. PPM/TruePeak meter with analog and digital scales;
Page 19 of 84
3.1.8. Moving Coil instruments with PPM, VU, and BBC modes;
3.1.9. Loudness measurements acc. to EBU R128, ITU-R BS.1770-3/1771-1, ATSC
A/85, ARIB, OP-59, AGCOM, or CALM Act;
3.1.10. Summing Loudness bargraph, M, S, or I value selectable;
3.1.11. 2-channel Audio Vectorscope;
3.1.12. Stereo Correlator (phase meter);
3.1.13. Monitoring instrument with onscreen level fader;
3.1.14. Audio metering unit must be supplied with keyboard;
Example type: RTW TM3-PRIMUS or equivalent
4. Wireless bodypack microphone system, 4 pcs
4.1. Wireless monitoring system must be comprised of at least following components:
4.1.1. Rack-mount receiver: one (1);
4.1.2. Bodypack transmitter: one (1);
4.1.3. Clip-on lavalier microphone: one (1);
4.1.4. General requirements to bodypack microphone system:
4.1.5. Frequency range: 566 - 608 MHz;
4.2. Requirements to rack-mount receiver:
4.2.1. Sturdy metal housing;
4.2.2. Illuminated graphic display;
4.2.3. Pilot tone squelch for eliminating RF interference when transmitter is turned off;
4.2.4. Automatic frequency scan feature searches for available frequencies;
4.2.5. Wireless synchronization of transmitters via infrared interface;
4.2.6. Transmitter battery indication at least in 4 steps;
4.2.7. Integrated equalizer, sound check mode and guitar tuner;
4.2.8. 42 MHz bandwidth: 1680 tunable UHF frequencies for interference-free reception;
4.2.9. High-quality true diversity reception;
4.2.10. Ethernet port for control via computer;
4.2.11. Modulation: wideband FM;
4.2.12. XLR 3-pin male output;
4.2.13. 6.3 mm jack socket unbalanced output;
4.2.14. At least 32 presets;
4.2.15. Antenna connector: at least 2 x BNC, 50 Ohm;
4.2.16. Peak deviation: +/- 48 kHz;
4.2.17. THD less than 0,9 %;
4.2.18. Signal to noise ratio more than 115 dB(A);
4.3. General requirements to bodypack transmitter:
4.3.1. Sturdy metal housing;
4.3.2. 42 MHz bandwidth: 1680 tunable UHF frequencies for interference-free reception;
4.3.3. Enhanced frequency bank system with up to 32 compatible frequencies;
4.3.4. Illuminated graphic display;
4.3.5. Transmitter battery indication at least in 4 steps;
4.3.6. Auto-Lock function avoids accidental changing of settings;
4.3.7. Contacts for recharging batteries directly in the transmitter;
4.3.8. Modulation: wideband FM;
4.3.9. Switching bandwidth: 42 MHz;
4.3.10. Peak deviation: ±48 kHz;
4.3.11. Frequency stability not more than ±15 ppm;
4.3.12. Switchable RF output power: 10/30 mW;
4.3.13. Possibility to switch off Pilot tone squelch;
4.3.14. AF frequency response (microphone): 80-18 kHz;
Page 20 of 84
4.3.15. AF frequency response (microphone): 25-18 kHz;
4.3.16. THD less than 0,9 %;
4.3.17. 3.5 mm jack socket;
4.3.18. Typical operating time not less than 8 hours;
4.3.19. Signal to noise ratio more than 115 dB(A);
4.4. General requirements to clip-on lavalier microphone:
4.4.1. Frequency response: 20-20 kHz;
4.4.2. Pick-up pattern: omni-directional;
4.4.3. Sensitivity: 5 mV/Pa;
4.4.4. Nominal impedance: 1000 Ω;
4.4.5. Maximum sound pressure level: 142 dB;
4.4.6. 3.5 mm stereo jack plug;
4.4.7. Cable length not less 1.6 m;
Example type: Sennheiser EW 512 G3 or equivalent
5. Wireless handheld microphone system, 4 pcs
5.1. Wireless monitoring system must be comprised of at least following components:
5.1.1. Rack-mount receiver: one (1);
5.1.2. Handheld transmitter: one (1);
5.2. General requirements to bodypack microphone system:
5.2.1. Frequency range: 566 - 608 MHz;
5.3. General requirements to rack-mount receiver:
5.3.1. Sturdy metal housing;
5.3.2. Illuminated graphic display;
5.3.3. Pilot tone squelch for eliminating RF interference when transmitter is turned off;
5.3.4. Automatic frequency scan feature searches for available frequencies;
5.3.5. Wireless synchronization of transmitters via infrared interface;
5.3.6. Transmitter battery indication at least in 4 steps;
5.3.7. Integrated equalizer, sound check mode and guitar tuner;
5.3.8. 42 MHz bandwidth: 1680 tunable UHF frequencies for interference-free reception;
5.3.9. High-quality true diversity reception;
5.3.10. Ethernet port for control via computer;
5.3.11. Modulation: wideband FM;
5.3.12. XLR 3-pin male output;
5.3.13. 6.3 mm jack socket unbalanced output;
5.3.14. At least 32 presets;
5.3.15. Antenna connector: at least 2 x BNC, 50 Ohm;
5.3.16. Peak deviation: +/- 48 kHz;
5.3.17. THD less than 0,9 %;
5.3.18. Signal to noise ratio more than 115 dB(A);
5.4. General requirements to handheld transmitter:
5.4.1. Modulation: wideband FM;
5.4.2. Switching bandwidth: 42 MHz;
5.4.3. Peak deviation: ±48 kHz;
5.4.4. THD less than 0,9 %;
5.4.5. Signal to noise ratio more than 115 dB(A);
5.4.6. Frequency stability not more than ±15 ppm;
5.4.7. Switchable RF output power: 10/30 mW;
5.4.8. Frequency bank system with not less 32 compatible frequencies;
5.4.9. Microphone type: externally polarized dual diaphragm condenser microphone;
5.4.10. AF sensitivity with preattenuation: 7,0 mV/Pa;
Page 21 of 84
5.4.11. Sound pressure level: 144/154 dB(SPL) max;
5.4.12. Pick-up pattern: cardioid/super-cardioid, switchable;
5.4.13. Power shall be supplied to the radio microphone by two 1.5V AA size batteries or
by one rechargeable battery;
Example type: Sennheiser EW 500-965 G3 or equivalent
6. Omni-directional passive antenna, 2 pc
6.1. Passive omni-directional antenna must be able to receive frequencies between 450 and
960 MHz;
6.2. Connector: BNC;
6.3. Impedance: 50 Ohm;
Example type: Sennheiser A 1031-U or equivalent
7. Active antenna splitter, 1 pc
7.1. Active antenna splitter must meet at least following technical requirements:
7.1.1. Must have at least 2 x BNC inputs;
7.1.2. Each input should be distributed to at least 16 x BNC outputs;
7.1.3. Input impedance: 50 ohm;
7.1.4. Output impedance: 50 ohm;
7.1.5. Height not more than 1U, rack-mountable;
8. Antenna cable, 2 pcs
8.1. Cable length not less than 30 m;
8.2. Impedance: 50 Ω;
8.3. Cable connectors: BNC;
8.4. Cable should be supplied with compatible cable drum;
9. Studio audio monitoring unit, 1 pcs
9.1. Audio monitoring unit must meet at least following features and technical
requirements:
9.1.1. Must have 20 channel user configurable LCD bargraph display of selected HD-SDI,
AES and analog channels;
9.1.2. Possibility to monitor and mix HD/SDI program content with analog or AES
sources (such as Intercom/IFB/Telco etc.)
9.1.3. Scroll to Hear channel selection;
9.1.4. Individual channel ‘trim’, ‘balance / pan’ levels;
9.1.5. Master output volume with cut / dim;
9.1.6. ‘Solo’ button mutes all but the selected channel;
9.1.7. Menu level used to manage onboard preset memories and USB save/recall;
9.1.8. Menu level used to manage software updates;
9.1.9. Menu selection of auxiliary channels 1 and 2 from analogue and AES inputs;
9.1.10. A Dolby encoded source must be muted when selected;
9.1.11. Input interfaces:
9.1.11.1. Video input: 2 x BNC, HD/SDV (SMPTE 259M, 292M and 424M);
9.1.11.2. AES input: 25 way D type;
9.1.12. Output interfaces:
9.1.12.1. Line Output: XLR 3 pin male;
9.1.12.2. Headphone output: Stereo Jack socket type A;
9.1.12.3. Video out: 2 x BNC, Composite / SDI;
9.1.12.4. AES out: 25 way D type;
Page 22 of 84
9.1.13. Height not more than 1U, rack-mountable;
Example type: TSL SAM1 3GM or equivalent
10. Bantam audio patch panel, 3 pcs
10.1. Bantam audio patch panel must meet at least following features and technical
requirements:
10.1.1. At least 2x48 patch panel with solder lugs;
10.1.2. Gold self-cleaning crossbar contacts;
10.1.3. B-Gauge sockets;
10.1.4. Should be complete with cable support tie bar;
10.1.5. Height not more than 1U, rack-mountable;
Example type: ADC PPB1-CG or equivalent
11. Bantam patch cord, 12 pcs
11.1. Bantam patch cord should be compatible with offered Bantam audio patch panel.
11.2. Cable type: quad twisted pair 26 AWG with low capacitance.
11.3. Cable length not less than 0.6 m.
11.4. Color: green.
Example type: ADC G2B or equivalent
12. Bantam patch cord, 12 pcs
12.1. Bantam patch cord should be compatible with offered Bantam audio patch panel.
12.2. Cable type: quad twisted pair 26 AWG with low capacitance.
12.3. Cable length not less than 0.6 m.
12.4. Color: red.
Example type: ADC R2B or equivalent
13. Stage monitor, 2 pcs
13.1. Stage monitor must meet at least following features and technical requirements:
13.1.1. Speaker type: 2-way powered speaker;
13.1.2. Low frequency driver not less than 20 cm;
13.1.3. High frequency driver not less than 2.54 cm;
13.1.4. Built-in mixing capabilities;
13.1.5. Built-in amplifier;
13.1.6. Link-out for multiple speaker connections;
13.1.7. Frequency response: 55 Hz – 20 kHz;
13.1.8. Output power not less than 100 W;
13.1.9. SPL: 112 dB;
Example type: YAMAHA MSR 100 or equivalent
14. Digital audio processor, 1 pc
14.1. Digital audio processor must meet at least following features and technical
requirements:
14.1.1. Must have possibility to expand feature set;
14.1.2. Loudness control plus dynamic range processing for up to eight channels of audio
(4x2, or 5.1+2);
Page 23 of 84
14.1.3. Possibility to expand with audio decoding and encoding (Dolby® E, Dolby®
Digital Plus, Dolby® Digital or AAC, HE-AAC v1/2);
14.1.4. Adaptive wideband loudness control with high audio quality and without any
coloration, pumping, distortion or modulation effect;
14.1.5. Uncompromised loudness management by combining three major gain changing
elements:
14.1.5.1. Transient Processor;
14.1.5.2. Adaptive AGC;
14.1.5.3. Distortion-free true peak limiter;
14.1.6. True peak limiter;
14.1.7. Automatic Upmix, Downmix, Fail Over, Voice Over;
14.1.8. Dynamics with compressor and expander/gate;
14.1.9. Ethernet connectivity for setup and control via web browser;
14.1.10. Ethernet connectivity for logging and measurement;
14.1.11. Possibility to expand functionality with Dolby® decoding and encoding
options;
14.1.12. Status display on front panel;
14.1.13. Lip Sync Delay;
14.1.14. Inputs:
14.1.14.1. At least 4 x AES/EBU, BNC inputs;
14.1.14.2. At least 1 x Sync, BNC input;
14.1.14.3. At least 1 x Metadata, D-Sub 9-pin input;
14.1.14.4. At least 1 x Timecode, BNC input;
14.1.14.5. At least 8 x general purpose inputs;
14.1.14.6. At least 1 x network interface, RJ-45;
14.1.14.7. At least 1 x USB interface, USB 2.0;
14.1.15. Outputs:
14.1.15.1. At least 4 x AES/EBU, BNC outputs;
14.1.15.2. At least 1 x Sync, BNC outputs;
14.1.15.3. At least 1 x Metadata, D-Sub 9-pin output;
14.1.15.4. At least 8 x general purpose outputs;
14.2. Processor should be equipped with dual redundant power supply.
14.3. Height not more than 1U, rack-mount.
Example type: JUNGER D*AP8 TAP EDITION or equivalent
15. Direct injection box, 16 pcs
15.1. Direct injection box must meet at least following technical requirements:
15.2. At least 1 x input, 6.3mm jack;
15.3. At least 1 x through output, 6.3mm jack;
15.4. At least 1 x output (Lundahl transformer coupled), XLR 3-pin male;
15.5. Topology: Passive;
15.6. Input impedance: 5 kohm;
15.7. Output impedance: 200 ohm;
16. Direct injection box, 8 pcs
16.1. Direct injection box must meet at least following technical requirements:
16.2. At least 1 x input, 6.3mm jack;
16.3. At least 1 x through output, 6.3mm jack;
16.4. At least 1 x output (Lundahl transformer coupled), XLR 3-pin male;
16.5. Topology: Active, class A;
16.6. Input impedance less than 1 Mohm;
Page 24 of 84
16.7. Output impedance: 200 ohm;
16.8. Power requirements: 48V Phantom;
17. Solid state recorder, 1 pc
17.1. Solid state recorder must meet at least following features and technical requirements:
17.1.1. Solid state recoding to at least following media: CF, SD/SDHC, USB Memory,
and CD-R/CD-RW;
17.1.2. Record in MP3, audio CD, or convert WAV files to audio CD;
17.1.3. One-rack-space compact design;
17.1.4. PS/2 or USB keyboard connection for file name edit, transport control, edit and
flash start;
17.1.5. Coaxial S/PDIF & AES/EBU (Auto-detect on Input);
17.1.6. Multiple playback modes for situations requiring continuous, single, programmed
and random playback;
17.1.7. Playback speed control without pitch change;
17.1.8. RS-232C serial control;
17.1.9. XLR balanced I/O, RCA unbalanced I/O, coaxial S/PDIF, or AES/EBU digital
I/O;
17.1.10. Number of channels: 2 mono (or 1 stereo);
17.1.11. Recording formats:
17.1.11.1. WAV: Stereo/Mono, 44.1kHz/48kHz, 16bit;
17.1.11.2. MP3: Stereo/Mono, 44.1kHz/48kHz, 64kbps-320kbps;
17.1.11.3. CD-DA: Stereo, 44.1kHz;
Example type: TASCAM SS-CDR200 or equivalent
18. Breakout box with multicore audio cable, 2 pcs
18.1. Breakout box with multicore audio cable must meet at least following technical
requirements:
18.1.1. Breakout box: 2 x XLR 3-pin male connectors and 10 x XLR 3-pin female panel
connectors. Siemens multipin male connector;
18.1.2. 1st cable end: Siemens multipin female connector;
18.1.3. 2nd cable end: Siemens multipin female connector for OB Van connectivity;
18.1.4. Multicore cable must have at least 12 x individually shielded cores;
18.1.5. Length not less than 110m;
18.1.6. Cable must be supplied with compatible drum;
19. Breakout box with multicore audio cable, 1 pcs
19.1. Breakout box with multicore audio cable must meet at least following technical
requirements:
19.1.1. Breakout box: 2 x XLR 3-pin male connectors and 10 x XLR 3-pin female
connectors; Siemens multipin male connector;
19.1.2. 1st cable end: Siemens multipin female connector;
19.1.3. 2nd cable end: Siemens multipin female connector for OB Van connectivity;
19.1.4. Multicore cable must have at least 12 x individually shielded cores;
19.1.5. Length not less than 160m;
20. Audio distribution amplifier, 1 pc
20.1. Audio distribution amplifier must meet at least following technical requirements:
20.1.1. At least 4 x mono analogue audio XLR inputs;
20.1.2. At least 4 sets (groups) of 5 mono outputs;
20.1.3. Must have audio presence LED’s for inputs or outputs;
Page 25 of 84
20.1.4. Outputs must have 1 kHz test tone to check transmission lines;
20.1.5. Each output group must have possibility to select which the input(s) to send to the
output group;
20.1.6. Possibility to secure settings;
20.1.7. Distribution amplifier height not more than 1U, rack-mountable;
Example type: SONIFEX RB-DA4X5 or equivalent
21. Audio distribution amplifier, 1 pc
21.1. Audio distribution amplifier must meet at least following technical requirements:
21.1.1. At least 1 x XLR AES/EBU input;
21.1.2. At least 6 x XLR AES/EBU outputs;
21.1.3. Distribution amplifier should be able to repeat the audio data and the status
information of the input whilst re-normalising to standard digital audio levels;
21.1.4. Input impedance: 110Ω ±20% balanced;
21.1.5. Output impedance: 110Ω ±20% balanced;
21.1.6. Sample frequency range: 30-100kHz;
21.1.7. Distribution amplifier must have integrated dual power supplies;
21.1.8. Distribution amplifier height not more than 1U, rack-mountable;
Example type: SONIFEX RB-DDA6A-2P or equivalent
22. Wireless monitoring system, 2 set
22.1. Wireless monitoring system must be comprised of at least following components:
22.1.1. Stereo transmitter, quantity: one (1);
22.1.2. Stereo diversity receiver, quantity: two (2);
22.1.3. Earphones, quantity: two (2);
22.2. General requirements to wireless in-ear monitoring set:
22.2.1. Frequency range: 566 - 608 MHz;
22.3. General requirements to wireless stereo transmitter:
22.3.1. Sturdy metal housing;
22.3.2. 42 MHz bandwidth: 1680 tunable UHF frequencies for interference-free
reception;
22.3.3. Enhanced frequency bank system with up to 16 compatible frequencies;
22.3.4. Switching bandwidth: 42 MHz;
22.3.5. Frequency stability: ±10 ppm;
22.3.6. Antenna output: BNC socket, 50 ohm;
22.3.7. Switchable RF output power: 10/30 mW;
22.3.8. Modulation: wideband FM stereo;
22.3.9. Peak deviation: ±48 kHz;
22.3.10. THD less than 0,9 %;
22.3.11. Signal to noise ratio more than 90 dB(A);
22.3.12. Frequency response: 25 - 15kHz;
22.3.13. Input: 2 x XLR-3 or 6.3 mm jack;
22.4. General requirements to wireless body pack receiver:
22.4.1. Sturdy metal housing;
22.4.2. 42 MHz bandwidth: 1680 tunable UHF frequencies for interference-free
reception;
22.4.3. Enhanced frequency bank system with up to 16 compatible frequencies;
22.4.4. Adaptive diversity for high reception quality;
22.4.5. Pilot tone squelch for eliminating RF interference when transmitter is turned off;
22.4.6. Modulation: wideband FM;
Page 26 of 84
22.4.7. Switching bandwidth: 42 MHz;
22.4.8. Peak deviation: ±48 kHz;
22.4.9. Receiver: adaptive diversity;
22.4.10. THD less than 0,9 %;
22.4.11. Signal to noise ratio more than 90 dB(A);
22.4.12. Possibility to power through not more than 2 AA batteries;
22.4.13. Maximum operating time not less than 6 hours;
22.5. General requirements to earphones:
22.5.1. Sound pressure level: 106 dB;
22.5.2. Ear coupling: in-ear;
22.5.3. 3.5 mm stereo jack plug;
22.5.4. Cable length not less 1.4 m;
22.5.5. Transducer principle: dynamic;
22.5.6. Nominal impedance: 16 Ohm;
Example type: Sennheiser EW 300-2 IEM G3 or equivalent
23. Stereo diversity receiver, 2 pcs
23.1. Wireless stereo diversity receiver must be comprised of at least following
components:
23.1.1. Stereo diversity receiver, quantity: one (1);
23.1.2. Earphones, quantity: one (1);
23.2. General requirements to wireless body pack receiver:
23.2.1. Sturdy metal housing;
23.2.2. 42 MHz bandwidth: 1680 tunable UHF frequencies for interference-free
reception;
23.2.3. Enhanced frequency bank system with up to 16 compatible frequencies;
23.2.4. Adaptive diversity for high reception quality;
23.2.5. Pilot tone squelch for eliminating RF interference when transmitter is turned off;
23.2.6. Modulation: wideband FM;
23.2.7. Switching bandwidth: 42 MHz;
23.2.8. Peak deviation: ±48 kHz;
23.2.9. Receiver: adaptive diversity;
23.2.10. THD less than 0,9 %;
23.2.11. Signal to noise ratio more than 90 dB(A);
23.2.12. Possibility to power through not more than 2 AA batteries;
23.2.13. Maximum operating time not less than 6 hours;
23.3. General requirements to earphones:
23.3.1. Sound pressure level: 106 dB;
23.3.2. Ear coupling: in-ear;
23.3.3. 3.5 mm stereo jack plug;
23.3.4. Cable length not less 1.4 m;
23.3.5. Transducer principle: dynamic;
23.3.6. Nominal impedance: 16 Ohm;
Example type: Sennheiser EK 300 IEM G3 or equivalent
24. Microphone, 4 pcs
24.1. Short shotgun interference tube microphone should be suitable for film, radio,
television, outside broadcast applications.
24.2. Microphone must meet at least following technical requirements:
24.2.1. Frequency response 40 - 20000 Hz;
Page 27 of 84
24.2.2. Transducer principle: RF condenser microphone;
24.2.3. Pick-up pattern: super-cardioid/lobar;
24.2.4. Output Connectors: XLR 3-pin male;
24.2.5. Nominal impedance: 25 Ω;
24.2.6. Maximum sound pressure level: 130 dB;
24.2.7. Phantom Power 48v;
Example type: Sennheiser MKH 416-P48U3 or equivalent
25. Microphone windshield, 4 pcs
25.1. Microphone windshield should be lightweight, robust and simple to use and has a
permanently mounted high quality fur wind cover.
25.2. Must be equipped with hand grip made from Kraton rubber with soft gel inserts.
25.3. Microphone windshield should be compatible with offered microphone.
25.4. Boom pole mount: 3/8 inch.
25.5. Length not more than 490 mm.
25.6. No bayonets, screws or fiddly microphone holders to wrestle with.
25.7. Possibility quick and easy to switch microphones.
Example type: Audio-Technica BPZ-XL or equivalent
26. Stereo analogue source selector/mixer, 1 pc
26.1. Stereo analogue source selector/mixer must meet at least following features and
technical requirements:
26.1.1. Must be able to produces a stereo analogue audio output from 10 selectable stereo
analogue sources;
26.1.2. At least 10 illuminated front panel push-buttons, which select and indicate the
current channel selection;
26.1.3. Individual channel gain controls.
26.1.4. Mix mode available.
26.1.5. Optional channel selection through
26.1.6. Remote control.
26.1.7. Front panel selection Inhibit.
26.1.8. Headphone monitoring of output.
26.1.9. Simultaneous routing of GPIO with audio
26.1.10. Inputs:
26.1.10.1. At least 4 x XLR 3 pin female (2 x stereo) (balanced, can be unbalanced);
26.1.10.2. At least 2 x 25 way D-type socket (female) (4 stereo balanced channels
on each);
26.1.11. Outputs:
26.1.11.1. At least 2 x XLR 3 pin male (stereo balanced, can be unbalanced);
26.1.12. Remote start I/O: 25 way D-type plug (male);
26.1.13. Remote select/switch inputs: 25 way D-type socket (female);
26.1.14. Status outputs: 25 way D-type socket (female);
Example type: SONIFEX RB-SS10 or equivalent
27. Shotgun microphone, 4 pcs
27.1. Shotgun microphone must meet at least following features and technical
requirements:
27.1.1. Super-cardioid/lobar pick-up pattern;
27.1.2. Undistorted off-axis sound;
Page 28 of 84
27.1.3. Transformerless and fully floating balanced output;
27.1.4. Rugged metal housing;
27.1.5. Non-reflective coating;
27.1.6. Extremely weather-proof;
27.1.7. Must be suitable for camera mounting;
27.1.8. Possibility to convert to digital microphone;
27.1.9. Transducer principle: RF condenser microphone;
27.1.10. Frequency response: 50 - 25000 Hz;
27.1.11. Audio output: XLR-3M balanced;
27.1.12. Sensitivity: -24 dBV/Pa;
27.1.13. Phantom powering: 48 V +/- 4 V;
27.1.14. SPL: 129 dB;
Example type: SENNHEISER MKH 8060 or equivalent
28. Modular windshield, 4 pcs
28.1. Modular windshield must meet at least following features and technical
requirements:
28.1.1. Total windshield length: not more than 280 mm;
28.1.2. Height of windshield: not more than 100mm
28.1.3. Windjammer fur length: not more than 40mm
28.1.4. Windjammer fur colour: grey;
28.1.5. Microphone connector: MZL;
28.1.6. Max wind-noise attenuation: 50 dB;
28.1.7. Windshield basket must completely surround the microphone and its connector
and provide not less than 30dB of wind noise attenuation;
28.1.8. Windjammer must be made from high quality synthetic fur covers, designed to fit
perfectly over the Modular Windshield;
28.1.9. Windshield must be supplied in full set and be compatible with 19mm
diameter/175mm length microphone;
Example type: Rycote MODULAR WINDSHIELD 1 - MZL KIT or equivalent
29. Boundary layer microphone, 4 pcs
29.1. Boundary layer microphone must meet at least following features and technical
requirements:
29.1.1. Must have low profile for inconspicuous placement on the stage floor;
29.1.2. Must have rugged housing to withstand the rigors of the stage;
29.1.3. Audio frequency bandwidth: 50-18 kHz;
29.1.4. Sensitivity: 22 mV/Pa;
29.1.5. Equivalent noise level: 22 dB(A);
29.1.6. Signal to noise : 72 dB(A);
29.1.7. Load impedance: 2000 Ohms;
29.1.8. Color: black;
29.1.9. Powering interface: 12 to 48 V;
Example type: AKG PCC160 or equivalent
30. Matched stereo microphones set, 2 pcs
30.1. Stereo microphones set must be comprised of at least following components:
30.1.1. Matched stereo microphone, quantity: two (2);
30.1.2. Windscreen, quantity: two (2);
Page 29 of 84
30.1.3. Swivel mount with clamp, quantity: two (2);
30.1.4. Case for microphones and accessories, quantity: two (2);
30.2. Technical requirements for matched stereo microphone pair:
30.2.1. Polar pattern: omnidirectional;
30.2.2. Frequency response: 20 Hz - 20 kHz;
30.2.3. Maximum sound pressure level: 140 dB;
30.2.4. Signal to noise ratio: 70 dB;
30.2.5. Sensitivity: 12 mV/Pa (at 1 kHz into 1 kOhm)
30.2.6. Output impedance: 50 Ohms;
30.2.7. Supply voltage: 48 V;
30.2.8. Connector: XLR;
Example type: NEUMANN KM 183 MT STEREOSET or equivalent
31. Matched stereo microphones set, 4 pcs
31.1. Stereo microphones set must be comprised of at least following components:
31.1.1. Matched stereo microphone, quantity: two (2);
31.1.2. Windscreen, quantity: two (2);
31.1.3. Swivel mount with clamp, quantity: two (2);
31.1.4. Case for microphones and accessories, quantity: two (2);
31.2. Technical requirements for matched stereo microphone pair:
31.2.1. Polar pattern: cardioid;
31.2.2. Frequency response: 20 Hz - 20 kHz;
31.2.3. Maximum sound pressure level: 138 dB;
31.2.4. Signal to noise ratio: 72 dB;
31.2.5. Sensitivity: 15 mV/Pa (at 1 kHz into 1 kOhm)
31.2.6. Output impedance: 50 Ohms;
31.2.7. Supply voltage: 48 V;
31.2.8. Connector: XLR;
Example type: NEUMANN KM 184 MT STEREOSET or equivalent
32. Shotgun microphone, 2 pcs
32.1. Stereo shotgun microphone microphones set must be comprised of at least following
components:
32.1.1. Must be designed for broadcasters, videographers and sound recordists use;
32.1.2. Must be suitable for camera-mount use;
32.1.3. Independent line-cardioid and figure-of-eight condenser elements;
32.1.4. Switchable low-frequency roll-off;
32.1.5. Switch selection of non-matrixed M-S mode and two internally-matrixed left/right
stereo modes;
32.1.6. Polar patterns: line-cardioid, figure-of-eight;
32.1.7. Frequency response: 40 Hz - 20 kHz;
32.1.8. Impedance: 200 ohms;
32.1.9. Low frequency roll-off: 80 Hz, 12 dB/octave;
32.1.10. Connector: XLR-5M;
32.1.11. Maximum input sound level:
32.1.11.1. Mid: 123 dB SPL, 1 kHz at 1% T.H.D.;
32.1.11.2. Side: 127 dB SPL, 1 kHz at 1% T.H.D.;
32.1.11.3. LR Stereo: 126 dB SPL, 1 kHz at 1% T.H.D.
Example type: AUDIO-TECHNICA BP4029 or equivalent
Page 30 of 84
33. Microphone stand, 8 pcs
33.1. Microphone floor stand should offer sturdy support for live sound and recording
applications;
33.2. 1-piece telescopic boom arm;
33.3. Boom arm clamping: wing nut;
33.4. Boom arm length not less than 805 mm;
33.5. Stand minimal height not more than 925 mm;
33.6. Stand maximal height not less than 1630 mm;
33.7. Stand and boom arm should be made from steel;
33.8. Threaded connector: 3/8";
33.9. Legs: socket with foldable legs;
33.10. Color: black;
33.11. Weight not more than 3.1 kg;
Example type: K AND M 210/6 or equivalent
34. Microphone stand, 4 pcs
34.1. Low design microphone stand must have short and heavy foldable legs for maximum
stability;
34.2. At least 2-piece telescopic boom arm;
34.3. Boom arm clamping: wing nut;
34.4. Boom arm minimal length not more than 425mm;
34.5. Boom arm maximal length not less than 725mm;
34.6. Stand height not more than 280mm;
34.7. Stand and boom arm should be made from steel;
34.8. Threaded connector: 3/8";
34.9. Color: black;
34.10. Weight not more than 3 kg;
Example type: K AND M 25950 or equivalent
35. Stereo professional headphones, 3 pcs
35.1. Large diaphragm foldable headphone should be designed for professional studio and
live/broadcast applications.
35.2. Headphone type: dynamic, closed.
35.3. Driver size not less than 40mm.
35.4. Frequency Response: 10 Hz - 20 kHz.
35.5. Impedance: 63 Ohms.
35.6. Sensitivity: 106 dB/W/m
35.7. Connector: stereo unimatch plug 1/4" and 1/8".
35.8. Cable length not less 2.9m.
Example type: SONY MDR-7506 or equivalent
36. Audio cable on drum, 2 pcs
36.1. Professional balanced audio cable length at least 50m.
36.2. Cable outside diameter not more than 6.2mm.
36.3. Connectors: XLR 3pin male, XLR 3pin female.
36.4. Cable with connectors should be mounted on compatible drum.
37. Audio cable, 4 pcs
Page 31 of 84
37.1. Professional balanced audio cable length at least 30m.
37.2. Cable outside diameter not more than 6.2mm.
37.3. Connectors: XLR 3pin male, XLR 3pin female.
38. Audio cable, 4 pcs
38.1. Professional balanced audio cable length at least 20m.
38.2. Cable outside diameter not more than 6.2mm.
38.3. Connectors: XLR 3pin male, XLR 3pin female.
39. Audio cable, 10 pcs
39.1. Professional balanced audio cable length at least 10m.
39.2. Cable outside diameter not more than 6.2mm.
39.3. Connectors: XLR 3pin male, XLR 3pin female.
40. Audio cable, 10 pcs
40.1. Professional balanced audio cable length at least 5m.
40.2. Cable outside diameter not more than 6.2mm.
40.3. 1st cable end: XLR 3pin male.
40.4. 2nd cable end: XLR 3pin female.
41. Audio cable, 40 pcs
41.1. Professional balanced audio cable length at least 1.5m.
41.2. Cable outside diameter not more than 6.2mm.
41.3. 1st cable end: XLR 3pin male.
41.4. 2nd cable end: XLR 3pin female.
42. Audio cable on drum, 6 pcs
42.1. Professional balanced audio cable length at least 100m.
42.2. Cable outside diameter not more than 6.2mm.
42.3. 1st cable end: XLR 3pin male.
42.4. 2nd cable end: XLR 3pin female.
42.5. Cable with connectors should be mounted on compatible drum.
43. Double audio cable on drum, 2 pcs
43.1. Professional balanced audio cable length at least 100m.
43.2. Cable outside diameter not more than 6.2mm.
43.3. 1st cable end: 2 x XLR 3-pin male;
43.4. 2nd cable end: 2 x XLR 3-pin female;
43.5. Number of cores: stereo pair on separate cables;
43.6. Cable with connectors should be mounted on compatible drum.
44. Breakout box with audio multicore cable, 1 pc
44.1. Breakout box with multicore audio cable must meet at least following technical
requirements:
44.1.1. Breakout box: 4 x XLR 3-pin male connectors;
44.1.2. 2nd cable end: 4 x XLR 3-pin female;
44.1.3. Multicore cable must have at least 4 x individually shielded cores;
44.1.4. Length not less than 100m;
44.1.5. Cable must be supplied with compatible drum;
45.
Multicore audio cable, 1 pc
45.1. Multicore audio cable must meet at least following technical requirements:
Page 32 of 84
45.1.1. 1st cable end: 2 x XLR 3-pin male and 10 x XLR 3-pin female;
45.1.2. 2nd cable end: Siemens multipin connector for OB Van connectivity;
45.1.3. Multicore cable must have at least 12 x individually shielded cores;
45.1.4. Length not less than 30m;
45.1.5. Cable must be supplied with compatible drum;
46. Multicore cable with junction box, 1 pc
46.1. Junction box with multicore audio cable must meet at least following technical
requirements:
46.1.1. Junction box;
46.1.2. 2nd cable end: Siemens multipin connector for OB Van connectivity;
46.1.3. Multicore cable must have at least twelve (12) individually shielded cores;
46.1.4. Length not less than 30m;
47. Intercom system components set
47.1. Extension of Purchaser’s existing Intercom systems must provide the following
functionality in OB-Van to be built:
47.1.1. must allow continuous listening of Director’s and Mixer Assistant’s commands
and two-way communication with at least the following crew members:
47.1.1.1. Cameramen;
47.1.1.2. at least four (4) Production Assistants (with wireless belt-pack);
47.1.1.3. Sound Engineer;
47.1.1.4. Video Engineer (Shader);
47.1.1.5. Technicians at Live Stand-up positions (with radio belt-pack)
47.1.2. must allow Director and Mixer Assistant momentary in-ear communications to
following crew members:
47.1.2.1. at least two (2) Presenters in Pavilion (each Presenter separately);
47.1.2.2. at least one (1) Reporter at Live Stand-up position;
47.1.2.3. Must allow instant two-way communication between Director and the
crew members.
47.1.3. Extension of Purchaser’s existing operational communications systems must
include following devices:
47.1.3.1. Riedel CPU-128F G2 controller card with fiber connection, quantity: one
(1);
47.1.3.2. Riedel AIO-108 G2 SET analog client card, quantity: two (2);
47.1.3.3. Riedel ART-Z-ASM-G2 Synchronization module, quantity: one (1);
47.1.3.4. Riedel WB-2 wireless belt pack, quantity: four (4);
47.1.3.5. ClearCom CC-26K-X4 Single-ear headset with dynamic microphone,
quantity: eight (8);
47.1.3.6. Riedel RB-2300 rechargeable battery for wireless belt pack, quantity: eight
(8);
47.1.3.7. Riedel CC-8 System controller for wireless belt pack systems, quantity:
one (1);
47.1.3.8. Riedel CA-6 cell antenna, quantity: two (2);
47.1.3.9. Riedel BC-6000 6x battery charger, quantity: one (1);
47.1.3.10. Riedel RIFACE
Radio Interface, Semi Duplex +Install Kit,
quantity: one (1);
47.1.3.11. Riedel GM360
UHF Motorola Base station Radio for RiFace,
quantity: two (2);
47.1.3.12. Riedel FSAUHF RIFACE FIXED ANTENNA UHF
Antenna for
fixed installation; without cable / mounting, quantity: two (2);
Page 33 of 84
47.1.3.13. Riedel ANTKA NN10 RIFACE ANTENNA CABLE
RiFace
Antenna Cable, quantity: two (2);
47.1.3.14. Riedel GP340
UHF
16
CHANNEL
MOTOROLA
MDH25RDC9AN3AE, two-way radio solution for professionals,
quantity: four (4);
47.1.3.15. MOTOROLA MDRMN4018 Lightweight headset with PTT, quantity:
four (4);
47.1.3.16. Riedel GPSERIES 6 WAY CHARGER WPLN4189A
6-way
charger for Motorola GP(new) series / GP340 / GP344 / GP388, quantity:
one (1);
47.1.3.17. ClearCom AB-120 Commentator/translation console: On-air announcer
box, no 4-wire interface, no 48V phantom power, quantity: two (2);
47.1.3.18. BEYERDYNAMIC DT 290 MK II Headset, with dynamic microphone,
quantity: two (2);
47.1.3.19. BEYERDYNAMIC K 190.00 - 1.5 M Connecting cable, quantity: two
(2);
47.1.3.20. NEUTRIK NC6MXX-B XLR Cable Connectors XX-Series, quantity:
two (2);
47.1.3.21. ClearCom CCI-22 2 Ch. Partyline Module: 2-wire Clear-Com/RTS dual
party-line interface, quantity: three (3);
47.1.3.22. ClearCom FOR-22 2 Ch. 4wire/2 way transmitter Balanced module: 4wire/two-way radio dual interface module, one (1);
47.1.3.23. ClearCom IMF-3 3RU interface module frame excluding PSU: IMF-3
interface module frame 3RU, one (1);
47.1.3.24. ClearCom 820079Z IMF-3 or 102 blank cover kit: Blank cover kit
includes front and rear blanking plates and fixing, quantity: seven (7);
47.1.3.25. ClearCom PSU-101 1RU PSU for IMF-3 interface frame: PSU-101
power supply for the IMF-3. Includes cable, one (1);
47.1.3.26. Sonifex RB-PMX4 10 Input, 4 Output Analogue Pre-set Mixer,
quantity: one (1);
47.1.3.27. Sonifex RB-DA6RG 6 Way Stereo Distribution Amplifier With RJ45
Connectors & Output Gain Control, quantity: one (1);
47.1.3.28. CAT5 Cable with drum 100m, quantity: two (2);
47.1.3.29. 40m optical cable on drum, quantity: one (1);
Example type: Riedel Artist and accessories
48. Camera system set
48.1. The Tenderer must integrate and configure already existing Latvian Television’s
cameras system:
48.1.1. SONY PMW-350, quantity: four (4);
48.1.2. SONY CA-TX70F, quantity: seven (7);
48.1.3. SONY PMW-400, quantity: three (3);
48.1.4. SONY CBK-CE01, quantity: seven (7);
48.1.5. SONY RCP-1500, quantity: seven (7);
48.1.6. SONY HXCU-100, quantity: four (4);
48.1.7. HXCU-TX70F, quantity: three (3);
48.1.8. 10m cable between OCP and Base Station, quantity: seven (7);
48.2. The Tenderer must offer following equipment for use with existing Latvian
Television’s cameras system:
48.2.1. Litepanels SOLA ENG Daylight Fresnel – on camera light, quantity: four (4);
48.2.2. Rycote 033032 – 12 cm standard hole softie, quantity: four (4);
Page 34 of 84
48.2.3. PAG 9702V - Cube Charger (4 x V-Mount / iPC), quantity: four (4);
48.2.4. PAG 9303 - 14.8V 6.5Ah battery, quantity: twenty four (24);
48.2.5. CAMRADE PMW 350 K/L - camera cover, quantity: four (4);
48.2.6. AKG C 417 PP - microphone, quantity: eight (8);
48.2.7. AKG D 230 - reporter‘s microphone, quantity: eight (8);
48.2.8. CAMRADE CAMBAG 650 - camera bag, quantity: four (4);
48.2.9. SENNHEISER EK 3241 B - diversity receiver, quantity: four (4);
48.2.10. SENNHEISER GA 3041-15 - Sony adaptor kit, quantity: four (4);
48.2.11. SENNHEISER SKP 3000-U-B - plug-on transmitter, quantity: four (4);
49. Camera system set
49.1. The camera head shall consist of two distinct units;
49.2. The base station shall offer a docking functionality;
49.3. Triax and Fiber transmission must be possible in all 1.5G and 3G video formats
without conversion with one compact 19”/2RU base station;
49.4. Triax and Fiber transmission must offer an uncompromised 10 bit low latency digital
signal transmission for all HD signal formats up to 1080p50/60;
49.5. Packetized Video over Ethernet modules for input/output shall be available to
replace at least the Modular I/O systems and support for SMPTE 2022-6 streaming
will be included;
49.6. Triax transmission must be possible for more than 1500 meters using 14.mm / 0.55”
diameter Triax cables and it must be possible to use dark Fiber infrastructure for
extended cable length;
49.7. The cameras must be available with different feature sets and price points but with
an identical hardware and short term and long term software upgrade paths;
49.8. The cameras must offer a software upgrade path the 3G;
49.9. The camera must offer exactly the same sensitivity for all formats with the same field
or frame rate;
49.10. The camera must offer 800% of dynamic range in all the video formats;
49.11. Camera systems must meet following requirements:
49.11.1. Supports at least following video standard:
49.11.1.1. 720p (50/59.94 Hz), 1080i (50/59.94 Hz);
49.11.2. Supports at least following video interface standard:
49.11.2.1. SMPTE 292M (1,485Gb/s);
49.11.3. pick-up device: 3x 2/3", fully digital imagers and global shutter behavior;
49.11.4. effective picture elements: 1920x1080;
49.11.5. lens mount: 2/3" Bayonet;
49.11.6. Optical System: f1.4 beam splitting prism
49.11.7. 2 Remote controllable optical filters:
49.11.7.1. ND: Clear, 1/4, 1/16, 1/64.
49.11.7.2. Effect: Clear, Star 4p, soft focus
49.11.8. Electronic color temperature: 3200K, 5600K, 7500K, AW1, AW2, CFL, AWC
49.11.9. Shutter speeds: Lighting control 50/60 Hz and exposure control speeds of
1/200, 1/500, 1/1000.
49.11.10. Sensitivity: f12.0 at 2000 lux, video level set to 100 IRE with a 89.9%
reflectance gray scale chart illuminated with a color temperature of 3200ºK and
a 2000 lux illumination level measured in 1080p50, 1080i50 and 720p50 (f11.0
in 59.94 Hz)
49.11.11. Sensitivity: f18.0 at 2000 lux, video level set to 100 IRE with a 89.9%
reflectance gray scale chart illuminated with a color temperature of 3200ºK and
a 2000 lux illumination level measured in 1080PsF25 (f16.0 in 29.97 Hz)
Page 35 of 84
49.11.12. Signal-to-Noise ratio (HD): 60dB typical, Camera conditions: Gamma Off,
DTL Off, Masking Off, Chroma Off, DNR on, white balanced with 3200K
lighting; measured with Rohde & Schwarz meter set for LPF: 30MHz, HPF:
100KHz.
49.11.13. Depth of Modulation shall be: 60% (16:9)
49.11.14. Digital resolution: Floating point A/D-conversion with at least 16 bit
performance and with 34 bit processing in RGB
49.11.15. Registration accuracy: All areas 0.05%, excluding lens errors
49.11.16. Power supply: 115/230V AC ±15% 47-63Hz
49.11.17. Operating temperature: base station 0 to +45º C, camera head; -20 to +45º C
49.12. Camera system set must be comprised of at least following components:
49.12.1. Grass Valley LDX 80 Première head - Supporting 1080i and 720p formats,
quantity: four (4);
49.12.2. Grass Valley LDX 5640/00 3G, Triax LDX Adapter - Fischer, quantity: four (4);
49.12.3. Grass Valley EC 270, EyeCatcher 270 - 2.7-inch - LCD Color Ocular
Viewfinder", quantity: four (4);
49.12.4. Grass Valley EC 744/00, EyeCatcher 744 - 7.4-inch - OLED Color ViewfinderIncluding short studio hood, quantity: four (4);
49.12.5. Grass Valley LDK 6992/12, Sunhood - For 7" and 7.4" color viewfinder - Long
closed, quantity: four (4);
49.12.6. Grass Valley XCU 4250/00 XCU Elite - Triax Fischer - Including XCU Cradle
- Support all 1.5G video formats, quantity: four (4);
49.12.7. Grass Valley LDK 4640/20, OCP 400 Control Panel, quantity: four (4);
49.12.8. Grass Valley LDK 5903/00, AC power supply - 45 Watt - 12V DC - For
OCP/MCP powering - For LDX Compact powering, quantity: four (4);
49.12.9. Grass Valley MCP 450, Master Control PC MCP 450 (power supply included) ,
quantity: one (1);
49.12.10. Grass Valley LDK 5240/00, Ethernet switch - 16 ports - 1RU / 19" model,
quantity: one (1);
49.12.11. Grass Valley LDK 5031/10 Tripod adapter plate - For all portable cameras,
quantity: four (4);
49.12.12. Grass Valley LDK 8111/37, Headset - Double muff, quantity: four (4);
49.12.13. Grass Valley LDK 8111/51, Headset - Single muff, quantity: four (4);
49.13. Warranty: at least two (2) years as of handover of the camcorder to the Purchaser.
49.14. Conditions of maintenance service must be divided in two categories depending of
the nature of the failure:
49.14.1. conditions in case of critical failures;
49.14.2. conditions in case of other failures;
49.15. “Critical Failure” in context of maintenance service means the failure of the device
covered by service agreement in which case the failure causes complete loss of
service or unacceptable degradation of service and the same functionality and
service quality is impossible to gain with redundant device or by workflow
arrangements.
49.16. In case of critical failure the Tenderer must offer to the Purchaser:
49.16.1. answering to technical questions posed in Purchaser’s e-mail next calendar day
at the latest as of receiving the e-mail;
49.16.2. user support via Grass Valley call center from technical support specialist
twenty-four (24) hours a day, seven (7) days a week and ascertainment of
possible cause of failure by phone and determination whether the whole device
or its components have to be sent into repair;
49.16.3. sending functional replacement hardware component with Tenderer’s expense
for the repair period within at least twenty four (24) hours as of next business
Page 36 of 84
day from failure notice if the failure is removable by on-site hardware
replacement (in Purchaser’s premises);
49.16.4. reparation of affected device or its components with Tenderer’s expense;
49.17. In case of other failures the Tenderer must offer to the Purchaser:
49.17.1. answering to technical questions posed in Purchaser’s e-mail within three (3)
calendar days at the latest as of receiving the e-mail;
49.17.2. user support via Grass Valley call center from technical support specialist nine
(9) hours a day, five (5) business days a week and ascertainment of possible
cause of failure by phone and determination whether the whole device or its
components have to be sent into repair;
49.17.3. sending functional replacement hardware component with Tenderer’s expense
for the repair period within at least twenty four (24) hours as of receiving the
affected device sent by the Purchaser if the failure is removable by on-site
hardware replacement;
49.17.4. reparation of affected device or its components with Tenderer’s expense;
49.17.5. software updates free of charge;
49.17.6. automated notification of Purchaser about downloadable software updates.
Example type: Grass Valley LDX 80 Première or equivalent
50. Triax cable, 7 pcs
50.1. Cable should be assembled with high quality FISCHER connector’s compatible with
offered cameras system.
50.2. 1st cable end: straight plug.
50.3. 2nd cable end: cable receptacle.
50.4. Diameter of cable not more than 8,5 mm
50.5. Cable length at least 100m.
51. Triax cable, 7 pcs
51.1. Cable should be assembled with high quality FISCHER connector’s compatible with
offered cameras system.
51.2. 1st cable end: straight plug.
51.3. 2nd cable end: cable receptacle.
51.4. Diameter of cable not more than 8.5mm.
51.5. Cable length at least 200m.
52. Video camera lens, 2 pcs
52.1. Video camera lens must meet at least following features and technical requirements:
52.1.1. Object Image Format 2/3 inch;
52.1.2. Zoom ration not less than 14x;
52.1.3. Built-in exTender 2x;
52.1.4. Focal range 4.3 ~ 60mm;
52.1.5. Minimum object distance 0.30m;
52.1.6. Switchable between 16:9 and 4:3;
52.1.7. Manual/servo zoom and manual focus;
52.1.8. Should be supplied with compatible UV filter;
Example type: Canon HJ14EX4.3B IRSE or equivalent
53. Video camera lens, 2 pcs
53.1. Video camera lens must meet at least following features and technical requirements:
53.1.1. Object Image Format 2/3 inch;
Page 37 of 84
53.1.2. Zoom ration not less than 22x;
53.1.3. Built-in exTender 2x;
53.1.4. Focal range 7.6 ~ 168mm;
53.1.5. Minimum object distance 0.80m;
53.1.6. Switchable between 16:9 and 4:3;
53.1.7. Angle of view not less than 65°;
53.1.8. Manual/servo zoom and manual focus;
53.1.9. Should be supplied with compatible UV filter;
Example type: Canon KJ22EX7.6B IRSE or equivalent
54. Video camera lens, 1 pc
54.1. Video camera lens must meet at least following features and technical requirements:
54.1.1. Object Image Format 2/3 inch;
54.1.2. Zoom ration not less than 17x;
54.1.3. Built-in exTender 2x;
54.1.4. Focal range 7.7 ~ 131mm;
54.1.5. Minimum object distance 0.60m;
54.1.6. Manual/servo zoom and manual focus;
54.1.7. Should be supplied with compatible UV filter;
Example type: Canon KJ17EX7.7B IRSE or equivalent
55. Semi servo kit, 7 pcs
55.1. Semi-servo (manual/servo) controller kit should be compatible with offered 22x, 17x,
14x lenses.
55.2. The kit should include: flex focus module, flex cable, flex focus controller, and
digital servo zoom demand.
Example type: Canon MS-210D or equivalent
56. Tripod system, 4 pcs
56.1. Tripod system set must be comprised of at least following components:
56.1.1. Fluid head, quantity: one (1);
56.1.2. Right telescopic pan bar, quantity: one (1);
56.1.3. Left telescopic pan bar, quantity: one (1);
56.1.4. Carbon fiber tripod, quantity: one (1);
56.1.5. Ground spreader, quantity: one (1);
56.1.6. Tripod cover, quantity: one (1);
56.1.7. Fluid head requirements:
56.1.8. Maximum payload at least 18 kg;
56.1.9. Tilt range not worse than +90º /-70º;
56.1.10. Side range – 120 mm;
56.1.11. At least 16 counterbalance steps;
56.1.12. At least 7 horizontal and vertical grades of drag;
56.1.13. Head fitting: 100 mm;
56.1.14. Fluid head should be supplied with two pan bars and quick release plate;
56.1.15. Weight not more than 3.3 kg;
56.2. Carbon fiber tripod requirements:
56.2.1. Payload at least 95 kg;
56.2.2. Carbon fiber construction;
56.2.3. At least 2 leg stages;
Page 38 of 84
56.2.4. Maximum height range at least 155 cm;
56.2.5. Minimum height not more than 46 cm;
56.2.6. Transport length not more than 70 cm;
56.2.7. Weight not more than 2.6 kg;
56.2.8. Should be supplied with ground spreader;
Example type: SACHTLER SYSTEM 18 S1 ENG 2 CF or equivalent
57. Tripod dolly, 2 pcs
57.1. Payload at least 95 kg.
57.2. Wheel diameter not less than 100mm.
57.3. Must have foot-operated brakes and adjustable cable guards.
57.4. Dolly should be compatible with offered tripod system.
Example type: SACHTLER DOLLY S or equivalent
58. Video switcher, 1 set
58.1. Video switcher must meet following requirements:
58.1.1. At least 24 Input 2 M/E rack frame processing engine;
58.1.2. At least 24 source button 2 M/E panel;
58.1.3. Multi-Definition support for at least of following formats: 525, 625, 1080i 50,
1080i 59.94, 720P 50, 720P 59.94, 1080pSF 23.98, 1080pSF 25, , 1080pSF 29.97;
58.1.4. Dual multiviewer with not less than 16 Internal/external source display each and
at least 25 Layouts with tally;
58.1.5. Up to 2.5 MultiLevel effects system (M/E) or 2 M/E with 4 MiniMEs;
58.1.6. At least 4 keyers with Luma/Linear/Chroma or DVE keying abilities per M/E;
58.1.7. At least 2 floating chroma keyers with super fine keying quality;
58.1.8. At least 4 channel animation store with 8 GB of memory and media manager Web
UI;
58.1.9. At least 6 format scalar and frame sync (0 with 8 Channels of DVE enabled);
58.1.10. At least 4 channel floating 2D DVE for 2D Picture in picture boxes or 2D DVE
transitions;
58.1.11. At least 1 pattern generator and 1 complex wash generator per M/E;
58.1.12. At least 10 outputs: 8 assignable HD/SD-SDI, 1 PGM HD/SD-SDI, 1 PV
HD/SD-SD;
58.1.13. At least 34 GPIO connections each assignable to GPI or GPO function;
58.1.14. At least 34 Tally connections;
58.1.15. Chassis height not more than 2RU;
Example type: ROSS VIDEO Carbonite 2S or equivalent
59. Video router
59.1. The Tenderer must integrate and configure already existing Purchaser’s video router.
59.2. Purchaser’s existing video router comprised of following components:
59.2.1. Imagine Communication PM-FR-5, quantity: one (1);
59.2.2. Imagine Communication PM-72X64-3G5 , quantity: two (2);
59.2.3. Imagine Communication PT-HSRAEC-OM, quantity: two (2);
59.2.4. Imagine Communication PT-PS, quantity: one (1);
59.2.5. Imagine Communication PT-RES, quantity: one (1);
59.2.6. Imagine Communication PM-HSR-OBG+, quantity: six (6);
59.2.7. Imagine Communication PM-HSR8C-IBG, quantity: six (6);
59.2.8. Imagine Communication PT-BLANK-1BP, quantity: four (4);
Page 39 of 84
59.2.9. Imagine Communication PM-HSR-OBG+, quantity: six (6);
59.2.10. Imagine Communication RCP-16LCD, quantity: five (5);
59.2.11. Imagine Communication RCP-48LCD-OLED, quantity: one (1);
59.2.12. Imagine Communication PX-SXP-16X3, quantity: one (1);
59.2.13. Imagine Communication NAVIGATOR-DEV, quantity: one (1);
Example type: Imagine Communication Platinum MX 5RU or equivalent
60. Blu-ray and DVD recorder, 1 pc
60.1. Recorder should allow users to create standard Blu-ray high-definition discs or
common DVDs from a large variety of high definition content sources without the
need to utilize complex software or IT hardware.
60.2. At least 500GB integrated hard drive for content ingest, storage and manipulation.
60.3. Recorder must have SDHC card reader with support for QuickTime .mov files.
60.4. Recorder must have RS-232C terminal for external control via a PC.
60.5. Support of at least following formats:
60.5.1. Video - MPEG-2TS, MPEG-2PS, H.264 AVC (MPEG-4), JPEG (still);
60.5.2. Import to HDD - MOV, AVCHD, HDV, DV, JPEG, BDAV, BDMV, DVD-Video
/ VR, Everio backup disc;
60.5.3. Direct recording from AUX to BD/DVD - HD-SDI, SD-SDI, HDV (iLink), DV
(iLink), S-Video / Video (L1);
60.6. Support of at least following record modes:
60.6.1. MPEG-2 TS – DR;
60.6.2. H.261 (MPEG-4 AVC) - AF, AN, AL, AE;
60.6.3. MPEG-2 PS - XP, SP, LP, EP, FR;
60.7. Support of at least following recordable media:
60.7.1. Blu-ray Disc - BD-R (SL/DL), BD-RE (SL/DL);
60.7.2. DVD - DVD-R (SL/DL), DVD-RW;
60.7.3. SD card (still) - SDHC, SD;
60.8. At least one (1) HD-SDI video input and one (1) HD-SDI output.
60.9. At least one (1) composite video input and one (1) output.
60.10. At least one (1) IEEE1394 input.
60.11. At least one (1) HDMI output (19-pin type A).
60.12. At least one (1) component video output.
60.13. At least one (1) RC-232C terminal.
60.14. Recorder must be supplied with compatible rack-mount adapter.
Example type: JVC SR-HD2500EU or equivalent
61. Analog to SDI video converter, 1 pc
61.1. Converter must be able to convert from analog video in HD/SD component, NTSC,
PAL or S-Video to SDI video, with the choice to embed SDI audio from balanced
AES/EBU or analog audio inputs.
61.2. SDI Video Output must automatically matches the SD and HD video input.
61.3. Support of component SD/HD, NTSC, PAL and S-Video analog video inputs.
61.4. At least two (2) channels of professional balanced analog audio with standard 1/4
inch jack connections.
61.5. At least two (2) channels of professional balanced digital with standard 1/4 inch jack
connections.
61.6. At least two (2) reclocked SDI outputs.
61.7. At least one (1) USB 2.0 port.
61.8. Support of at least following SD formats: 525/29.97 NTSC, 625/25 PAL.
Page 40 of 84
61.9. Support of at least following HD formats: 720p50, 720p59.94, 720p60, 1080i50,
1080i59.94, 1080i60, 1080p23.98, 1080PsF23.98, 1080p24, 1080PsF24,
1080p25, 1080p29.97, 1080p30.
61.10. Support of at least following analog formats: 625/25 PAL, 525/29.97 NTSC,
720p50, 720p59.94, 720p60, 1080i50, 1080i59.94, 1080i60, 1080p23.98,
1080PsF23.98, 1080p24, 1080PsF24, 1080p25, 1080p29.97, 1080p30.
61.11. SDI color precision: 4:2:2.
Example type: Blackmagic Design Mini Converter Heavy Duty Analog to SDI or equivalent
62. Replay system, 1 set
62.1. Replay system must meet following requirements:
62.1.1. System shall play different compression formats back-to-back with no delay
between clips;
62.1.2. SD and HD clips
62.1.3. 720p/1080i
62.1.4. DV/MPEG-2/AVC-Intra/DNxHD
62.1.5. System shall support Instant replay capability of a recorded channel within less than
half of 1 second
62.1.6. System shall have multiple SDI outputs per channel:
62.1.7. SDI on-air output
62.1.8. SDI monitor output shall support on-screen display data that can be positioned and
select any of the following choices62.1.9. Channel Name
62.1.10. Clip name
62.1.11. Current timecode
62.1.12. Timecode count down
62.1.13. Audio metering
62.1.14. Elapsed time
62.1.15. Shuttle speed
62.1.16. Keywords
62.1.17. Remaining storage time
62.1.18. System shall have a built-in VGA multi-viewer for all channels
62.1.19. VGA monitor output shall on-screen display data that can be positioned and select
any of the following choices
62.1.20. Channel Name
62.1.21. Clip name
62.1.22. Current timecode
62.1.23. Timecode count down
62.1.24. Audio metering
62.1.25. Elapsed time
62.1.26. Shuttle speed
62.1.27. Keywords
62.1.28. Remaining storage time
62.1.29. System shall have built-in mix effects on each channel:
62.1.30. Mix Effects shall support Video dissolves/fades and audio cross fades
62.1.31. Use of such effects shall not affect the overall channel count of the system
62.1.32. System shall support mix effects for playlists in replay application for each
channel
62.1.33. System shall support two (2) Multicam licenses enabling:
62.1.33.1. 3 Input Multicam on a single K2 channel
62.1.33.2. Support for AVC-I, DNxHD, and DVCPro-HD
Page 41 of 84
62.1.33.3. Server shall have an embedded OS on mSATA solid state device and
controller embedded OS on CompactFlash
62.1.33.4. Server in standalone configuration shall have 12 internal SAS hard disk
drives
62.1.33.5. System shall have the ability to import/export formats as MXF OP1a,
SMPTE 360M (GXF), or QuickTime through standard USB 2.0/3.0 and
Gigabit Ethernet connectivity
62.1.33.6. System shall have a file system with the ability to present QuickTime
reference files
62.1.33.7. Data bridge server for SAN configurations shall support 10 Gigabit
Ethernet with iSCSI or 8Gb Fibre Channel connection to SAN shared
storage
62.1.33.8. Data bridge server for SAN configurations shall support 64 bit file system
and 64 bit operating system
62.1.33.9. System Control Panel shall have tactile, tri-color buttons
62.1.33.10. System Control Panel shall have a full color LCD touch panel of at least
178 mm (7 in.) screen
62.1.33.11. System Replay application shall have the ability to be operated with
control panel as well as keyboard and mouse
62.1.34. Control interface must meet following requirements:
62.1.34.1. Panel shall have 23 tactile, full color spectrum buttons comprising 43
functions with shift
62.1.34.2. Panel shall have Grass Valley Karrera switcher T-Bar, full range variable
-1000 to +1000 speed
62.1.34.3. Panel shall have a control jog knob of 60 mm, rubber encased with fast jog
mode up to 50X
62.1.34.4. Panel shall have a LCD touch panel of 213 mm (8.4 in.) screen, 800x600
resolution, resistive touch, gesture control enhanced
62.1.34.5. Panel shall have 2 each Gigabit Ethernet networking ports for system
control
62.1.34.6. Panel shall have 4 each USB 2.0 500mA connectors
62.1.34.7. Panel shall have 2 each USB 3.0 900mA connectors
62.1.34.8. Panel shall have 2 Display ports with dual support for application
monitoring
62.1.34.9. Panel shall have CompactFlash slot of standard CF type for operating
system
62.1.34.10. Panel shall be provided with USB memory device containing system
recovery image
62.1.35. Application Operational Characteristics:
62.1.35.1. Application shall provide user feedback with control panel buttons
switching between three different colors and with contact to touchscreen
surface
62.1.35.2. Application shall be operated entirely from the controller panel, or in
conjunction with USB mouse, USB keyboard, and external displays
62.1.35.3. Application shall provide full color interface in both controller touch
screen panel as well as external displays
62.1.35.4. Application shall include integrated live video multi-view 1280 x 1024 32
bit SVGA monitoring utilizing the output that will display at least 4 video
streams as well as channel data as on-screen displays
62.1.35.5. Application shall provide a means for user to operate two output channels
independently with the capability to swap the output or synchronize the
output of both channels together
Page 42 of 84
62.1.35.6. Application shall provide drag-and-drop capability for operations such as
working with highlights and playlists including re-ordering and appending
62.1.35.7. Application shall provide means for user to create text names for highlights
and clips
62.1.35.8. Application shall be able to generate video thumbnail representations for
highlights, multiple angles, and clips
62.1.35.9. Application shall provide the capability of adding star ratings, icons and
multiple fields of text key words for each highlight and clip
62.1.35.10. Application shall provide the capability to search on any aspect of
metadata that has been input by user
62.1.35.11. Application shall provide Favorites bar for placing repeatedly used
content
62.1.35.12. Application shall provide a library function whereby content can be
imported and where content can be saved for use in multiple sessions and
by multiple users
62.1.35.13. Application shall provide multiple savable sessions. Re-initializing any
saved session will bring system back to point where last used and with
all relevant content and metadata available
62.1.35.14. Application shall provide the means for users to create custom
operational configurations that can be saved and transferred to multiple
controllers by use of standard USB device
62.1.35.15. Application shall provide separate software executable to run on
Microsoft Windows PC clients to enable users to create metadata tags
and icon data off line. All created metadata shall be in XML format and
transportable to system via standard USB device
62.1.35.16. Application shall provide the capability to play video effects such as
dissolves and fades to matte colors with user definable transition times
along with audio effects such as crossfades on a single server play
channel
62.1.35.17. Application shall provide the capability of playing out a playlist on one
channel, while user has the ability to perform any other operations
including playing a second playlist on a second channel
62.1.35.18. Application shall provide the capability to re-order and to add new clips
to a playlist while it is already playing out
62.1.35.19. Application shall provide the capability to pause and skip events in a
playlist
62.1.35.20. Application shall provide the capability to split a clip in a playlist and
insert new material in between the split points
62.1.35.21. Application shall provide the ability to lock the controller panel from
accidental use
62.1.35.22. Application shall have the ability for two controller panels
62.1.35.23. Application shall have the ability for user to calibrate the T-Bar, button
brightness, jog knob
62.1.35.24. Application shall have the ability to import WAV audio files as audio
tracks
62.1.35.25. Application shall have the ability to use imported audio files or audio
from other clips as assignable auxiliary tracks and build a playlist
containing video multiple clips to play with the auxiliary audio
62.1.35.26. Application shall have the ability to share resources including highlight
clips between multiple standalone systems
62.1.35.27. Application shall have the ability to share resources including viewing
recorded content locally from a different standalone system
Page 43 of 84
62.1.35.28. Application shall have the ability to share resources including making a
clip from another standalone system record channels
62.1.35.29. Application shall have the ability to share resources including loading
and playing back a clip from a different standalone system
62.1.35.30. Application shall have the ability to share resources including retrieving
content from the library of connected standalone systems
62.1.35.31. Application shall have the ability to share resources including placing a
clip in a local playlist from another standalone system
62.1.35.32. Application shall have the ability to support multiple replay controllers
attached to a SAN shared storage configuration.
62.1.35.33. Application shall permit users to select sharing the same session or create
individual sessions
62.1.35.34. Application shall permit users on any attached controller in the same
session to create highlights and playlist that all other users on different
multiple controllers have immediate access to upon creation
62.1.35.35. Application shall permit users on any attached controller in the same
session to take access to any other record channel being used by a user
on any other controller on a shared system
62.1.35.36. System shall support direct import and export of .MXF and .MOV files
with no additional hardware or software application
62.1.36. Video I/O characteristics:
62.1.36.1. Client shall support Video Standard SD: 525 or 625 Line serial digital
component;
62.1.36.2. Client shall support the SMPTE-2022-6 IP interface via a dedicated SFP+
10 GbE Optical connection per channel;
62.1.36.3. Client shall support Video Standard HD: 720p or 1080i ;
62.1.36.4. With optional licenses installed, client shall support 1080p;
62.1.36.5. Client shall support Data Format SMPTE 259M (SD) and 292M (HD) 10
bits on combination SDI/ HD-SDI BNC interfaces;
62.1.37. Audio I/O characteristics:
62.1.37.1. Client I/O shall support 1-8 pairs embedded AES audio per video channel
62.1.37.2. Client I/O shall support SD embedded audio per the SMPTE 259M (SD)
specification and HD embedded audio per SMPTE 292M.
62.1.37.3. The system shall be configurable on each embedded audio input to record
at either 16 or 24 bit
62.1.37.4. The system shall output 48kHz 24-bit embedded audio data into the SDI
stream regardless of how the audio was recorded
62.1.37.5. Client I/O shall support 4 pairs discrete audio per video channel on a DB25
pin connector (Yamaha AES D-sub pin out (CD8AES & MY8AE)
62.1.37.6. Client I/O shall support 48kHz, 16-bit, 20-bit and 24-bit AES/EBU audio
sources
62.1.37.7. Client I/O shall support sample rate conversion on inputs (32 kHz to 96
kHz) to 48 kHz for AES/EBU audio sources
62.1.37.8. Client I/O shall output 48kHz AES/EBU audio data at either 16 or 24 bits,
following the manner in which the audio was recorded
62.1.37.9. Client I/O shall provide audio compression pass through for:
62.1.37.10. Dolby E
62.1.37.11. Dolby AC-3
62.1.37.12. Client I/O shall support mixed clips with uncompressed and compressed
audio on the same timeline with the system maintaining audio video
synchronization
Page 44 of 84
62.1.37.13. Client I/O system shall be able to compensate for audio delay caused by
external encoders and decoders by providing an adjustment for shifting
audio for shifting audio plus or minus 200 ms relative to the incoming
video on record or playout
62.1.37.14. Client I/O system shall support audio scrub in the following manner: For
standalone systems, when the velocity is greater or equal to -2 and less
than or equal to +2, then all audio output channels shall be enabled. For
SAN systems, when the velocity is greater or equal to -1.5 and less than
or equal to +1.5, then all audio output channels shall be enabled. CD-like
audio shall be played (instead of scrubbing) out on the first 2 channels if
velocity is greater than 2 or less than -2 on a standalone or -1.5 and 1.5
on a SAN, other channels are muted.
62.1.37.15. System shall provide automatic audio click elimination between clips
62.1.37.16. System shall provide audio level adjustments for record and play with up
to 16 audio meter displays per video channel
62.1.37.17. Client shall have 16 physical and 32 virtual tracks per video channel
62.1.37.18. Client shall allow audio gain adjustments in software and be able to save
the setting for playback on any channel or client.
62.1.38. Video channel characteristics:
62.1.38.1. Each Client I/O shall support 2 or 4 bi-directional channels (record or play)
62.1.38.2. Each record channel shall have a software option to function in these
selectable modes:
62.1.38.3. Two separate inputs for DV, MPEG-2, AVC-Intra, and DNxHD formats
62.1.38.4. Two or Three phase super slow motion camera input for DVCPro HD,
AVC-Intra, and DNxHD formats
62.1.38.5. Synchronized video and key signal input for DV, MPEG-2, AVC-Intra,
and DNxHD formats
62.1.38.6. Synchronized left eye and right eye input for 3D for DV, MPEG-2, AVCIntra, and DNxHD formats
62.1.39. Each playout channel shall have a software option to function in these selectable
modes:
62.1.39.1. Synchronized video and key signal output for DV, MPEG-2, AVC-Intra,
and DNxHD formats
62.1.39.2. Synchronized left eye and right eye output for 3D for DV, MPEG-2, AVCIntra, and DNxHD formats
62.1.39.3. Each play and record channel shall support either SD or HD video
62.1.39.4. Client shall have the ability to change between SD and HD without a
reboot.
62.1.39.5. Client shall have the ability to switch between 1080i and 720p without a
reboot.
62.1.39.6. Client shall have the ability to change codec type without a reboot.
62.1.39.7. Agile Playback Characteristics
62.1.39.8. Client I/O shall support playing SD and HD DV clips back to back;
DVCAM, DV25, DV50, and DVCProHD
62.1.39.9. Client I/O shall support playing SD and HD MPEG-2 clips of any format
back to back.
62.1.39.10. Client I/O shall support playing AVC-I Class 50 and Class 100 clips
back-to-back.
62.1.39.11. Client
I/O
shall
support
playing
DNxD
115/120/145/175/185/220:1080i,720p
62.1.39.12. Client I/O shall support playing any DV, MPEG-2, AVC-I, DNxHD clips
back-to-back. The clips can be SD or HD.
Page 45 of 84
62.1.39.13. Client I/O shall automatically up-convert (SD-HD), down-convert HDSD) or cross convert (720p <-> 1080i) as determined by the channel
output settings
62.1.40. System administration characteristics:
62.1.40.1. All systems shall come standard with administrative software applications.
The application shall be run either locally on the client I/O or remotely
over Ethernet network from a separate Windows compatible PC. The
application shall provide a systems management environment for
installing, configuring, and upgrading systems, including a utility to set up
and upgrade storage.
62.1.40.2. System configuration functions shall include:
62.1.40.3. HD/SD encoder and decoder set up
62.1.40.4. VBI functions
62.1.40.5. VITC time code functions
62.1.40.6. Saving and restoring custom configurations
62.1.40.7. Restoring default settings
62.1.40.8. Selecting the video standard
62.1.40.9. Setting the audio reference level
62.1.40.10. Selecting Time-of-day source for event scheduling
62.1.40.11. Selecting video compression
62.1.40.12. Record channel - Configuring the video input, audio input
62.1.40.13. Play channel - Configuring video output, timing, output embedded audio
62.1.40.14. Configuring GPI inputs and outputs
62.1.40.15. Configuring the Monitor pane display
62.1.40.16. Adding and removing network host names
62.1.40.17. Setting/changing clip property for AFD (Aspect Ratio setting)
62.1.41. System FTP characteristics:
62.1.41.1. System shall support transfers initiated from the Client I/O application or
from external devices via FTP protocol
62.1.41.2. Server shall have multiple Gigabit Ethernet connections in a teaming
configuration so that if there is a device or connection failure, the control
or iSCSI ports can switch to a backup connection
62.1.41.3. The server shall be able to provide Ethernet-based transfers (TCP-IP) via
one of the Gigabit Ethernet ports to other remote devices
62.1.41.4. System Storage Characteristics
62.1.41.5. Server systems with internal HDD storage on client I/O shall support
RAID 1-0 media storage that consists of 12 drives arranged as 6 stripe
groups of 2 drives each, all of the same size drive capacity: 600 GB or
900GB.
62.1.41.6. Server systems shall be able to support shared SAN external RAID 5 or
RAID 6 SAN storage.
62.1.41.7. Server systems with internal storage shall operate in a manner that any
single drive failure should not affect recording, playing, or transferring
62.1.41.8. Server with internal storage shall permit user to pull a failed drive from the
front panel, insert a new drive under power while the drive system is onor off-line, and have the drive perform a re-build while the system
continues operation
62.1.41.9. Internationalization in system database shall include:
62.1.41.10. All external views of movie assets may be represented as wide-file
names.
62.1.41.11. Movie assets and searchable user data keys are Unicode.
62.1.41.12. Internationalization in file system shall include:
Page 46 of 84
62.1.41.13. Support for double-byte character file and folder names
62.1.41.14. 3rd party views are Unicode compliant
62.1.41.15. Key names are Unicode
62.1.41.16. Elementary streams are Unicode GUID’s
62.1.41.17. Internationalization in FTP shall include:
62.1.41.18. Wide file-name support via UTF8.
62.1.41.19. Named movie assets have double-byte character support
62.1.42. Performance characteristics:
62.1.42.1. Server system shall be able to support at least 4 concurrent transfers with
a transfer queue limit of 100. K2 Solo shall support 2 transfers
62.1.42.2. SAN based systems shall be able to support from 4 to 10 (user definable)
concurrent transfers per engine with a transfer queue limit of 100.
62.1.42.3. System shall have a maximum delay from start of record to start of transfer
of 20 seconds
62.1.42.4. System shall have a maximum delay between start of transfer into
destination and start of play on destination of 20 seconds
62.1.42.5. The system shall support a maximum clip number of 20,000 for local
storage systems, and 50,000 for shared storage systems
62.1.42.6. SDI Output Monitor Characteristics
62.1.42.7. Client I/O shall have a secondary SDI output identical to primary output
but with optional on-screen display characters
62.1.42.8. Timecode value shall be the same value as output on LTC, VITC and ATC
62.1.42.9. Monitor output display shall have the ability for user definable text overlay
with adjustable font size, color and position
62.1.43. Instant replay characteristics:
62.1.43.1. Client shall automatically perform line interpolated playback between -1X
to +1X for off speed and slow motion playback
62.1.43.2. Client shall have a software option to support two 2X and 3X super slow
motion sources
62.1.44. Client I/O shall have the ability to playback a recorded stream on a separate
channel within the same frame in:
62.1.44.1. Less than 10 frames for DV
62.1.44.2. Less than 17 frames for MPEG I-Frame or AVC-I
62.1.44.3. Less than 17 frames for DNxHD
62.1.44.4. Less than 23 frames for MPEG LGOP
62.1.44.5. Less than 22 frames for XDCAM
62.1.45. File I/O support:
62.1.45.1. Client I/O shall provide a total of 4 Gigabit Ethernet ports with support for
network teaming on the control ports. One Gigabit Ethernet port shall be
available for media transfers with protocols such as FTP
62.1.45.2. Client shall support CIFS protocol for file access by third party devices.
62.1.45.3. Client I/O shall support up to 4 simultaneous file transfers on a standalone
client with a minimum of 40MB/second of bandwidth. The System shall
provide 2 transfers and 30MB/ second of bandwidth.
62.1.45.4. File transfers over GigabitEthernet transfer network shall never impact
video channel playout when the system is properly setup.
62.1.45.5. Client I/O shall support real time file transfer in and out with wrap/ unwrap
of MXF Op 1a with preservation of metadata as defined in the Operating
Pattern 1a level of MXF
62.1.45.6. Client I/O shall support real time file transfer in and out with wrap/ unwrap
of QuickTime files based on AVC-I, DV25, DV50, and DVCPRO HD
(DV100), IMX, and XDCAM compression formats.
Page 47 of 84
62.1.45.7. System shall support import of WAV audio files
62.1.45.8. System shall support import of QuickTime 32 graphics file with alpha
channel with conversion to IMX video for SD resolutions and AVC-Intra
video for HD resolutions
62.1.46. QuickTime compliant file support:
62.1.46.1. Client I/O shall import/export simple AVC-I assets as QuickTime movies
(stream-movie).
62.1.46.2. Client I/O shall import/export simple DVCPRO assets as QuickTime
movies (stream-movie).
62.1.46.3. Client I/O shall import/export simple XDCAM and IMX/D10 assets as
QuickTime movies (stream-movie)
62.1.46.4. Client I/O shall import/export simple DNxHD assets as QuickTime movies
(stream-movie).
62.1.47. System timing characteristics:
62.1.47.1. Client I/O shall provide one Black Burst Genlock reference with 75Ω input
and output BNC for passive loop through
62.1.47.2. Client shall lock to 525/59.94 NTSC or 625/50 PAL blackburst composite
analog reference
62.1.47.3. Client shall lock to SMPTE 296M-2001 for 1280x720P and SMPTE
274M-2008 for 1920x1080 tri-level sync
62.1.47.4. Client shall generate internal timing signals in the absence of reference
62.1.47.5. Encoder timing shall be derived from the video input
62.1.47.6. Decoder/video output timing shall be derived from the reference Genlock
62.1.47.7. The SD output channels timing shall be adjustable individually with pixel
resolution with a range of one frame for 525 line, 3 frames for 625 line.
62.1.47.8. The HD output channels timing shall be adjustable individually with pixel
resolution with a range of one frame for 1080i (29.97 FPS and 25 FPS)
and 720p (59.94 FPS and 50 FPS).
62.1.47.9. System shall operate in a manner that if normal video or audio timing is
disrupted during recording, video and audio data shall be dropped or
inserted as needed to maintain audio/video synchronization until timing
returns to a stable condition
62.1.47.10. Video output shall recover from changes in reference timing although
some output frames may be lost. The video output shall freeze on last
good frame if decoding is interrupted but shall resume when problem is
resolved
62.1.47.11. System shall support the option for frame freeze or field freeze based on
software control when playout of a video clip is stopped
62.1.47.12. Client shall support E-E mode on record channels with less than one
frame delay and no re-timing applied
62.1.47.13. System shall support synchronized drop frame and non-drop frame
timecode per channel
62.1.47.14. Client I/O shall provide connections for LTC SMPTE 12M input and
output on each available channel
62.1.47.15. Client I/O shall read LTC at between 1/30 and 80 times nominal rateforward and reverse
62.1.47.16. Client I/O shall provide VITC decode support on all video inputs and
VITC insert on all outputs- SMPTE 12M VITC encoding for SD, and
SMPTE RP196 horizontal ancillary data for HD
62.1.47.17. Client I/O shall support VITC on lines 10-20 for 525 configurations, lines
10-22 for 625 configurations
Page 48 of 84
62.1.47.18. Client I/O shall support timecode track use as a source and destination
for ancillary timecode, where on record, ancillary timecode can be
selected as a source for writing the timecode track, and ancillary
timecode is preserved in the ancillary data track
62.1.47.19. Client I/O shall have the ability to record TC in one format but output it
in a different format.
62.1.48. System warranty, serviceability, call center support:
62.1.48.1. The system shall be covered by a standard one-year warranty expressly
warranting that the equipment is free from defects in materials and
workmanship for a period ending at the earlier of one (1) year from the
date of installation or fifteen (15) months from the date of shipment.
62.1.48.2. Hardware warranty shall provide advance exchange of replaceable parts
62.1.48.3. Software warranty shall include software maintenance updates
62.1.48.4. Additional hardware and software warranty coverage shall be available at
additional cost
62.1.48.5. The manufacturer shall maintain an inventory of spares at multiple
strategically located worldwide service centers.
62.1.48.6. If any such product proves defective during this warranty period, at the
manufacturer's option, shall either repair the defective product without
charge for parts and labor, or will provide a replacement in exchange for
the defective product
62.1.48.7. System shall be serviceable by pre-defined module replacement
62.1.48.8. Manufacturer shall provide first line technical phone support during
regular business hours, which include 9 hours per day, 5 days per week
coverage in region.
Example type: Grass Valley K2 Dyno S Replay Elite Package
63. Single-Channel Professional character generator, 1 set
63.1. Single-channel character generator (CG) must be suitable for broadcast and
professional graphics applications.
63.2. CG must be supplied in configuration, which support at least following features:
63.2.1. Possibility to write useful enhancements to CG layouts in the C# and Visual
Basic.NET® programming languages without the need to purchase any
development tools.
63.2.2. Ability to compose CG layouts on customer provided Windows XP or Windows 7
system.
63.2.3. 2D DVE.
63.2.4. AES audio and timecode support.
63.2.5. Open database connectivity (ODBC) to databases and spreadsheets; displays RSS
feeds.
63.2.6. Advanced graphics software.
63.2.7. Seemingly separate channels/layers output as one channel.
63.2.8. Compressed clip playback.
63.2.9. Quick Edit mode for rapid data entry.
63.2.10. Adobe® Photoshop® PSD import with layer support.
63.2.11. Integrated media store.
63.2.12. Embedded audio support.
63.2.13. Real-time 2D-in-3D animation creation and playback.
63.2.14. Front-mounted, swappable system and media drives.
63.3. CG system specification must confirm at least following minimal requirements:
63.3.1. Processor: Intel Ivy Bridge E3-1225V2 8M Cache 3.20 GHz quad core;
Page 49 of 84
63.3.2. Memory: 8 GB DDR3 1066MHZ;
63.3.3. Operating System: Windows 7 Ultimate 64 bit;
63.3.4. Power: Dual 800 W power supplies;
63.3.5. Disk Subsystem: one (1) 250 GB SATA “boot” drive, three (3) 250 GB SATA
“media” drive in RAID-0 configuration;
63.3.6. GPU: NVIDIA Quadro K600 PCIe-Gen3;
63.3.7. Chassis: 3RU rack mount.
63.3.8. Compatible rack rails should be included in CG package.
63.4. At least two (2) HD/SD-SDI video inputs must confirm following technical
requirements:
63.4.1. Supported video resolutions: 525, 625, 1080i 60/59.94/50, 720p 60/59.94/50;
63.4.2. Standards: SMPTE 259M, SMPTE 272M, SMPTE 292M, SMPTE 299M;
63.4.3. Connector: HD-BNC;
63.4.4. Input Return Loss >15 dB, minimum over a frequency range of 5 MHz to 1.5 GHz;
63.4.5. Automatic, adjustment-free cable equalization;
63.4.6. Input Sensitivity <100 mV;
63.5. At least two (2) HD/SD-SDI video outputs must confirm following technical
requirements:
63.5.1. Supported video resolutions: 525, 625, 1080i 60/59.94/50, 720p 60/59.94/50;
63.5.2. Standard: SMPTE 259M, SMPTE 272M, SMPTE 299M SMPTE 292M HD-SDI
over coaxial cable;
63.5.3. Connector: HD-BNC;
63.5.4. Output level: 800 mV ±10%;
63.5.5. Output return loss >15 dB, minimum over a frequency range of 5 MHz to 1.5 GHz;
63.5.6. Output Overshoot <10% amplitude
63.5.7. At least one (1) Genlock input;
63.5.8. At least one (1) LTC input;
63.6. At least four (4) AES audio inputs must confirm following technical requirements:
63.6.1. Standard: AES3-1992, AES 3id-1995, EIAJ CP-340, SMPTE-276M;
63.6.2. Sample resolution: 16/20/24-bit;
63.6.3. Input sampling Rates: 32/44.1/48/96/192 kHz;
63.6.4. Input sensitivity: 120 mV pk-pk to 2.5 V pk-pk;
63.7. At least four (4) AES audio outputs must confirm following technical requirements:
63.7.1. Standard: AES3, AES 3id-1995, SMPTE-276M, AES 5-1998;
63.7.2. Output common mode component >30dB below output signal (0 to 6 MHz);
63.7.3. Output sampling rate: 48 kHz;
63.7.4. Sample resolution: 16/20/24-bit;
63.7.5. Output Jitter <0.025 UI;
Example type: Imagine Communication Nexio® TitleOne™ package or equivalent
64. Gigabit Ethernet switch, 1 pc
64.1. Ethernet switch must meet following requirements:
64.1.1. At least forty eight (48) RJ-45 autosensing 10/100/1000 ports;
64.1.2. At least four (4) fixed 1000/10000 SFP+ ports;
64.1.3. At least one (1) open stacking module slot;
64.1.4. At least four (4) GB flash;
64.1.5. At least two (2) GB SDRAM;
64.1.6. At least 400W power supply;
64.1.7. Packet buffer size: 36 MB dynamic;
64.1.8. Must be supplied with fan tray;
64.1.9. Height not more than 1U;
Page 50 of 84
Example type: Hewlett Packard 3800-48G-4SFP+ or equivalent
65. Modular Ethernet router, 1 pc
65.1. Router must meet following requirements:
65.1.1. Complete support of SNMPv1, v2, and v3;
65.1.2. FTP, TFTP, and SFTP support
65.1.3. Must provide full support of industry-standard Management Information Base
(MIB) plus private extensions;
65.1.4. Ports:
65.1.4.1. At least two (2) SIC slots;
65.1.4.2. At least two (2) RJ-45 autosensing 10/100 WAN ports;
65.1.4.3. At least eight (8) RJ-45 autosensing 10/100 LAN ports;
65.1.4.4. At least one (1) USB port;
65.1.4.5. At least one (1) Compact Flash slot;
65.1.5. Routing table size: 10000 entries (IPv4), 10000 entries (IPv6);
65.1.6. Wireless capability: 802.11b/g/n, 4G LTE;
Example type: Hewlett Packard MSR20-21 or equivalent
66. Laptop, 2 pcs
66.1. Laptop must meet at least following requirements:
66.1.1. Screen size: at least 15.6 inches;
66.1.2. Resolution: at least 1366 x 768;
66.1.3. Processor: at least Intel Core i5-5200U (2.2GHz, 3MB);
66.1.4. RAM: at least 4GB (1 x 4GB) DDR3L SDRAM;
66.1.5. At least 128GB SSD;
66.1.6. SuperMulti DVD±RW DL
66.1.7. 802.11a/b/g/n/ac;
66.1.8. Bluetooth 4.0
66.1.9. Windows 7 Professional 64;
Example type: Hewlett Packard HP ProBook 450 G2 or equivalent
67. Monitor, 2 pcs
67.1. Monitor must meet at least following technical requirements:
67.1.1. Monitor size: 21.5";
67.1.2. Resolution: 1920 X 1080;
67.1.3. Aspect ratio: 16:9;
67.1.4. Luminance: 250 cd/m2;
67.1.5. Viewing Angle: 178°(H) / 178°(V);
67.1.6. Contrast ratio: 1000:1;
67.1.7. Delay: 5 ms;
67.1.8. At least one (1) HDMI input;
67.1.9. At least one (1) VGS input;
67.1.10. At least one (1) headphone output;
Example type: Samsung S22D390Q or equivalent
68. Mouse and Keyboard, 2 pcs
68.1. Mouse and keyboard must meet at least following technical requirements:
68.1.1. Keyboard: standard layout with full-size F-keys and number pad;
Page 51 of 84
68.1.2. Mouse: at least 1000 dpi high-definition optical tracking;
68.1.3. USB connections;
68.1.4. Sturdy, adjustable tilt legs;
68.1.5. Spill-resistant design;
68.1.6. Color: black;
Example type: LOGITECH MK120 or equivalent
69. Monitor, 1 pc
69.1. Monitor must meet at least following technical requirements:
69.1.1. Monitor size: at least 42";
69.1.2. Matte finish panel;
69.1.3. Resolution: at least 1920 X 1080;
69.1.4. Aspect ratio: 16:9;
69.1.5. Pixel pitch: not more than 0.461 mm;
69.1.6. Color depth: at least 1.07B;
69.1.7. Luminance: at least 450cd/m2;
69.1.8. Viewing Angle: at least 178°(H) / 178°(V);
69.1.9. Contrast ratio: at least 3000:1;
69.1.10. Monitor must have at least following inputs:
69.1.10.1. One (1) HD/SD-SDI BNC input;
69.1.10.2. One (1) RGBHV (VGA) D-SUB input;
69.1.10.3. One (1) HDMI input;
69.1.10.4. One (1) DVI-I input;
69.1.10.5. Two (2) RJ-45;
Example type: TV LOGIC LHM-420A or equivalent
70. Monitor, 1 pc
70.1. Monitor must meet at least following technical requirements:
70.1.1. Rack-mount;
70.1.2. At least 2 x 9” LCD screens;
70.1.3. Resolution: at least 1920 X 1080;
70.1.4. Aspect ratio: 16:9;
70.1.5. Pixel pitch: not more than 0.1035 mm;
70.1.6. Color depth: at least 16.7M;
70.1.7. Luminance: at least 400cd/m2;
70.1.8. Viewing Angle: at least 178°(H) / 178°(V);
70.1.9. Contrast ratio: at least 750:1;
70.1.10. Monitor must have at least following inputs:
70.1.10.1. One (1) Composite input;
70.1.10.2. Two (2) 3G/HD/SD-SDI inputs;
70.1.10.3. One (1) HDMI input;
70.1.10.4. Analog Stereo (Phone Jack);
70.1.11. Monitor must have at least following outputs:
70.1.11.1. One (1) 3G/HD/SD-SDI output;
70.1.11.2. Analog Stereo (Phone Jack);
70.1.12. FPGA Functions: 1:1 Pixel Mapping Modes for SD/HD, 3G-SDI Level A/B,
Audio Level Meter Display, Blue Only, Focus Assist, H/V Delay, Key Lock,
Luma(Y') Zone Check, Marker, Mono, Range Error, Time Code Display,
UMD, Various Scan Modes, Waveform/Vector, Zoom;
70.1.13. Closed Caption: CC-608 ANC, CC-608 LINE 21, CC-708;
Page 52 of 84
Example type: TV LOGIC RKM-290A or equivalent
71. Professional OLED monitor, 2 pcs
71.1. Monitor must meet at least following technical requirements:
71.1.1. Monitor size: 17";
71.1.2. Panel: OLED;
71.1.3. Resolution: 1920 X 1080;
71.1.4. Aspect ratio: 16:9;
71.1.5. Panel drive: RGB 10-bit;
71.1.6. Viewing Angle: 178°(H) / 178°(V);
71.1.7. At least 1 x BNC composite video input;
71.1.8. At least 2 x BNC SDI inputs;
71.1.9. At least 1 x HDMI input;
71.1.10. At least 1 x stereo (mini jack) audio input;
71.1.11. At least 1 x Ethernet RJ-45 input;
71.1.12. At least 1 x DC 12-16 V input (4-pin XLR);
71.1.13. At least 1 x BNC composite video output;
71.1.14. At least 2 x BNC SDI outputs;
71.1.15. At least 1 x stereo (mini jack) audio output;
71.1.16. At least 1 x headphone output;
71.1.17. Monitor must support at least following features:
71.1.17.1. Yoke-mount and VESA-mount capability;
71.1.17.2. Waveform monitor, vector scope, and audio level meter display;
71.1.17.3. Possibility to control the aperture level of a video signal, and display
images on the screen with sharpened edges to help camera focus operation;
71.1.17.4. Line-doubler mode for field dominance check and time code function;
71.1.17.5. Software-based colour temperature (white balance) calibration function;
71.1.17.6. Picture & Picture function;
71.1.17.7. Possibility to display 2K (2048 x 1080 resolution) input;
71.1.17.8. Camera/lens metadata display function and on-screen tally;
71.1.17.9. Anamorphic image conversion and Active Format Description (AFD)
functions;
71.1.17.10. User Presets with password lock;
71.1.18. Monitor should be supplied with compatible rack-mount kit;
71.1.19. Monitor should be equipped with a detachable handle for portable applications;
Example type: SONY PVM-A170 or equivalent
72. Waveform monitor, 2 pcs
72.1. Waveform monitor must meet at least following features and technical requirements:
72.1.1. Must detect and decode ANC data including AFD, WSS, Video Index, TSID, VChip, Broadcast Flag/CGMS-A, VITC, LTC, and ANC TC;
72.1.2. ARIB STD-B35/B37/B39, TR-B22, and TR-B23 support;
72.1.3. Waveform display of external reference (Black Burst or Tri-Level Sync);
72.1.4. Extensive alarms, status reporting, and error logging for at least 10,000 events
simplifies error correction tasks;
72.1.5. Full Screen mode that maximizes display size for precise adjustments;
72.1.6. At least 32 instrument presets for quick recall of commonly used configurations
tailored to colorists, editors, or operators
72.1.7. Must have front-panel USB port for easy transfer of presets, screenshots, and error
log;
Page 53 of 84
72.1.8. Must have front-panel headphone port for easy monitoring of audio channels;
72.1.9. High-brightness display with crisp, high-resolution LED backlight;
72.1.10. SNMP and Ethernet remote interface capabilities and GPI control facilitate
centralized monitoring and control;
72.1.11. DVI-I external display output for easy connection to digital or analog XGA
display;
72.1.12. At least four SDI inputs with multiformat, multistandard support;
72.1.13. Input type: BNC, internally terminated 75 Ω;
72.1.14. Input equalization: 270 Mb/s: Up to 215 m of type 1694A cable, 1.5 Gb/s: Up to
200 m of type 1694A cable;
72.1.15. Output: selectable, active input, or test signal;
72.1.16. Monitor output: signal format (DVI-I Output) - 1024×768, 60 Hz vertical rate;
72.1.17. Height not more than 3RU, Half-rack width
72.1.18. Depth not more than 14 cm;
72.1.19. 4-pin XLR DC power input with AC power adapter for both AC/DC operation;
Example type: TEKTRONIX WFM5200 or equivalent
73. Professional LCD monitor, 1 pcs
73.1. Monitor must meet at least following technical requirements:
73.1.1. Monitor size: 7";
73.1.2. Resolution: 1024 X 600;
73.1.3. Aspect ratio: 16:9;
73.1.4. Pixel pitch: 0.150mm;
73.1.5. Color depth: 16.7M;
73.1.6. Viewing Angle: 170°(H) / 170°(V);
73.1.7. Luminance: 400cd/m2;
73.1.8. Contrast Ratio: 800:1;
73.1.9. At least 3 X RCA Componenta analog video input;
73.1.10. At least 1 X Composite analog video input;
73.1.11. At least 2 X BNC 3G/HD/SD-SDI video input;
73.1.12. At least 1 X HDMI input;
73.1.13. At least 1 x BNC 3G/HD/SD-SDI video output;
73.1.14. At least 1 X HDMI output;
73.1.15. Analog stereo (Phone Jack) audio input;
73.1.16. Analog stereo (Phone Jack) audio output;
73.1.17. Functions: 1:1 Pixel Mapping Modes for SD/HD, Audio Level Meter Display,
Focus Assist, H/V Delay, H/V Flip, Luma(Y') Zone Check, Marker, Max
Brightness On/Off, Mono, Range Error, Temperature Adaptive Color, Time Code
Display, User Aspect, Various Scan Modes, Waveform/Vector, Zoom;
73.1.18. Closed Caption: CC-608 ANC, CC-608 LINE 21, CC-708;
73.1.19. Monitor should be supplied with compatible carrying case;
73.1.20. Monitor should be supplied with V-Mount battery adapter;
Example type: TV LOGIC LVM-074W or equivalent
74. Monitor, 2 pc
74.1. Monitor must meet at least following technical requirements:
74.1.1. Rack-mount;
74.1.2. At least 4 x 4.3” LCD screens;
74.1.3. Resolution: at least 800 X 480;
74.1.4. Aspect ratio: 16:9;
Page 54 of 84
74.1.5. Pixel pitch: not more than 0.117 mm;
74.1.6. Color depth: at least 16.7M;
74.1.7. Luminance: at least 600cd/m2;
74.1.8. Viewing Angle: at least 160°(H) / 160°(V);
74.1.9. Contrast ratio: at least 1000:1;
74.1.10. Monitor must have at least following inputs:
74.1.11. One (1) Composite input;
74.1.12. Two (1) 3G/HD/SD-SDI inputs;
74.1.13. Monitor must have at least following outputs:
74.1.14. One (1) 3G/HD/SD-SDI output;
74.1.15. FPGA Functions: 1:1 Pixel Mapping Modes for SD/HD, 3G-SDI Level A/B,
Audio Level Meter Display, Blue Only, Focus Assist, H/V Delay, Key Lock,
Luma(Y') Zone Check, Marker, Mono, Range Error, Time Code Display,
UMD, User Aspect, Various Scan Modes, Waveform/Vector, Zoom;
74.1.16. Closed Caption: CC-608 ANC, CC-608 LINE 21, CC-708;
Example type: TV LOGIC RKM-443A or equivalent
75. Video processing unit components set
75.1. Extension of Purchaser’s existing Lawo V-PRO8 video processing unit must include
following devices:
75.1.1. Lawo UP/DOWN/CROSS - Single Channel Format Conversion, 3G - HD - SD
Up/Down/Cross Format conversion option, quantity: four (4);
75.1.2. Lawo SFP-SM - SFP Module (MADI) 100Mbit/s 1310nm SM LC DualFibre,
quantity: four (4);
Example type: Lawo V-Pro8
76. Dual-Channel frame synchronizer and converter, 2 pcs
76.1. Frame synchronizer and converter must meet at least following features:
76.1.1. Must be capable of simultaneously working with two independent streams of
3G/HD/SD 10-bit broadcast-quality video and two independent groups of 16channel AES audio, each video channel must support virtually any input or output:
analog component or composite, 3G-SDI, Dual Link (1.485 Gb), Fiber and HDMI
I/O;
76.1.2. Must have at least two audio processors, each supporting 16-channel AES/EBU
digital audio, 16-channel embedded audio, and 8-channel balanced analog audio
with a variety of controls for maximum flexibility. The output of each processor
can be embedded in its respective video processor output (SDI, Fiber, or HDMI),
or sent to the AES or balanced outputs. For 3G and Dual Link inputs, the audio
processors must have access to all 32 channels.
76.1.3. SD/HD up/down-conversion;
76.1.4. SD/SD aspect ratio conversion;
76.1.5. HD/HD cross-conversion (720p/1080i);
76.1.6. Up/down/cross-conversion with both the input and converted formats on SD/HD
SDI outputs (both synchronized);
76.1.7. HD cross-conversion with simultaneous down-converted SDI output;
76.1.8. Remote configuration and control;
76.1.9. Converter must automatically set Active Format Description information to match
the converted signal;
Page 55 of 84
76.1.10. Converter must support closed captioning and the conversion of closed
captioning between SD and HD formats - including full conversion of CEA-608
captions to the CEA-708 standard
76.1.11. At least two (2) 3G-SDI, SMPTE-259/292/296, 8- or 10-bits inputs;
76.1.12. At least one (1) HDMI v1.3 30 bits/pixel input;
76.1.13. At least one (1) HD/SD component video input (3 x BNC);
76.1.14. At least two (2) 3G-SDI, SMPTE-259/292/296, 8- or 10-bits outputs;
76.1.15. At least one (1) HDMI v1.3 30 bits/pixel output;
76.1.16. At least one (1) HD/SD component video output (3 x BNC);
Example type: AJA FS2 or equivalent
77. Test signal generator, 2 pcs
77.1. Test signal generator must meet at least following features and technical requirements:
77.1.1. Genlocks to standard color black (black burst) must meet NTSC SMPTE ST 170M
and PAL ITU R BT. 4705 specifications;
77.1.2. Genlock to tri level sync must meet SMPTE ST 240M/274M/296M specifications;
77.1.3. Must support for various time code formats and time code user bit formats,
including SMPTE/EBU drop frame or non drop frame time code formats;
77.1.4. GPS support via 10 MHz, PPS and RS-232 interfaces;
77.1.5. NTP and PTP (IEEE-1588) support via a network connection;
77.1.6. VITC support from color black reference input and on color black outputs;
77.1.7. LTC, D-VITC and ATC support;
77.1.8. GPI inputs and outputs;
77.1.9. Must have redundant external power supply;
77.1.10. At least two (2) LTC outputs;
77.1.11. Support for DARS or word clock;
77.1.12. Configurable DST and leap second changes;
77.1.13. Auto detection for input sources;
77.1.14. User-definable scheduled call outs to time reference sources, such as GPS
receivers;
77.1.15. User-programmable delays for input and output, offsets, time code offsets, output
phasing, and input and output jam syncs;
77.1.16. Display of current local time and date;
77.1.17. Genlock input: BNC female, passive looping;
77.1.18. At least five (5) sync outputs;
77.1.19. 10 MHZ BNC input;
77.1.20. PPS BNC input;
77.1.21. LTC input: 3 pin Weidmuller or BNC (Differential balanced or unbalanced);
77.1.22. LTC output;
77.1.23. Height not more than 1U;
77.1.24. Test signal generator must be supplied with at least two (2) power supplies and
rack mount kit.
Example type: Imagine Communication VSG-4MTG or equivalent
78. Changeover, 2 pc
78.1. Changeover must meet at least following features and technical requirements:
78.1.1. Automatically switches main and backup source for 3G/HD/SD–SDI, NTSC/PAL
color black (black burst), tri level sync and AES digital audio;
78.1.2. Must have redundant power supplies;
78.1.3. At least 11 user-configurable channels;
Page 56 of 84
78.1.4. Fault detection on all input channels;
78.1.5. Automatic and manual operation;
78.1.6. GPI controls;
78.1.7. Front-panel fault indication by channel;
78.1.8. Front-panel operating mode indications;
78.1.9. Inputs:
78.1.9.1. At least 11 primary and 11 secondary BNC 75 ohms connectors;
78.1.9.2. Return loss of selected input: 10 dB for 270 MHz to 1.5 GHz;
78.1.9.3. Relay switch time not more than 10 mS;
78.1.9.4. Signal-loss to switch-over delay less than 1.5 seconds;
78.1.10. Outputs:
78.1.10.1. At least 11 BNC 75 ohms connectors;
78.1.10.2. Return loss: 10 dB for 270 MHz to 1.5 GHz;
78.1.11. At least following type of detected reference signals supported:
78.1.11.1. NTSC analog Blackburst (2 to 4 dB down from nominal);
78.1.11.2. PAL analog Blackburst (2 to 4 dB down from nominal);
78.1.11.3. Tri-level Sync (SMPTE 274 and 296) (2 to 5 dB down from nominal);
78.1.11.4. AES/EBU (SMPTE 276M) (2 to 4 dB down from nominal);
78.1.11.5. SD-SDI 270 Mb/s serial digital component video (2 to 5 dB down from
nominal);
78.1.11.6. HD-SDI 1.485 Gb/s (SMPTE 292M) (2 to 5 dB down from nominal);
78.1.11.7. 3G-SDI 2.97 Gb/s (SMPTE 424M) (2 to 5 dB down from nominal);
Example type: Imagine Communication VSX-11-3G or equivalent
79. GPS receiver and antenna system, 1 pc
79.1. GPS receiver and antenna system must meet at least following requirements:
79.1.1. Standalone GPS antenna and receiver must be compatible with offered Test signal
generator;
79.1.2. Separate antenna and receiver for mounting flexibility;
79.1.3. Possibility to use for remotely locking of multiple reference systems;
79.1.4. At least two RS-232 serial ports;
79.1.5. At least following I/O protocol options:
79.1.5.1. TSIP (Trimble Standard Interface Protocol);
79.1.5.2. @ 9600 baud, 8-Odd-1;
79.1.5.3. TAIP (Trimble ASCII Interface Protocol);
79.1.5.4. @ 4800 baud, 8-None-1;
79.1.5.5. NMEA 0183 v3.0 @ @4800 baud, 8-None-1;
79.1.5.6. RTCM SC-104 @ 4800 baud, 8-None-1;
Example type: Imagine Communication GPS-3903 or equivalent
80. Modular processing system
80.1. Modular processing system set must be comprised of at least following components:
80.1.1. Frame, quantity: two (2);
80.1.2. Video distribution amplifier, quantity: ten (10);
80.1.3. Downconverter, quantity: one (1);
80.1.4. Analog audio distribution amplifier, quantity: three (3);
80.1.5. Digital audio distribution amplifier, quantity: two (2);
80.1.6. Analog video distribution amplifier, quantity: three (3);
80.1.7. Switchover for HD/SD/ASI Sources, quantity: one (1);
80.2. Frame must meet at least following features and technical requirements:
Page 57 of 84
80.2.1. Direct Ethernet connectivity (10/100Base-T) to the frame, allowing reduced slot
space and device control by SNMP third-party, HTTP Web browser and other
applications;
80.2.2. Capacity to hold up to 20 single-slot modules, in any combination of module types;
80.2.3. Support for a wide array of input/output types, including analog video and audio,
3G\HD\SD\ASI-SDI, AES audio (balanced and unbalanced), fiber optics, Ethernet,
serial data and RF;
80.2.4. Hot-swappable front and back modules with front access;
80.2.5. Light weight for outside broadcast applications;
80.2.6. Frame video genlock loop, high-performance passive loop-through;
80.2.7. Support for two hot-swappable, redundant power supplies, each independently able
to handle the complete frame power load (120 W); AC and DC power supplies can
be mixed within one frame;
80.2.8. Integral fan cooling with front-to-back primary airflow designed to support full load
at 122° F (50° C) ambient, with no thermal stacking limitations;
80.2.9. Frame must be supplied with at least two (2) AC power supplies;
80.2.10. Frame must be supplied with at least one (1) Ethernet resource card;
80.3. Video distribution amplifier must meet at least following features and technical
requirements:
80.3.1. Dual
distribution
amplifier
must
provide
two
channels
of
3G/HD/SDI/ASI/SMTPE310 video distribution with cable equalizing and
reclocking;
80.3.2. Dual 1x4 configurable as 1x8;
80.3.3. Automatic cable equalization on inputs;
80.3.4. Automatic or forced rate detection;
80.3.5. Identical polarity for ASI compatibility on all outputs;
80.3.6. Built-in automatic changeover (ACO) protection between inputs;
80.3.7. Feedback status reports input signals present and locked;
80.3.8. Card-edge control with LED feedback;
80.3.9. Remote control with status and alarm;
80.3.10. Automatically power saving if no input signal is applied or if there is no
termination on the output;
80.3.11. Signal type: 3 Gb/s HD, SD, ASI;
80.3.12. Connector: BNC (IEC 169-8);
80.3.13. Return Loss > 15 dB to 1485 MHz;
80.3.14. Cable equalization:
80.3.14.1. 270 Mb/s > 1312 ft (400 m) Belden 1694 or equivalent;
80.3.14.2. 1.485 Gb/s > 656 ft (200 m) Belden 1694 or equivalent;
80.3.14.3. 2.97 Gb/s > 410 ft (125 m) Belden 1694 or equivalent;
80.3.15. At least 8 video outputs;
80.4. Downconverter must meet at least following features and technical requirements:
80.4.1. Auto-sensing HD-SDI or SD-SDI input capability;
80.4.2. Supports HD signals for 1080i/59.94, 1080i/50, 720p/59.94, 720p/50,
1080/23.98PsF;
80.4.3. At least four equalized and reclocked outputs of the HD or SD input;
80.4.4. At least two SD-SDI Program outputs;
80.4.5. Provides variable ARC with at least five user presets;
80.4.6. SDI output can add on screen display of graticules and safe area markers overlaid
on the video; markers are generated in the output domain
80.4.7. CEA708 to CEA608 transcoding for closed captioning;
80.4.8. HD to SD color space conversion;
80.4.9. 1080PsF/23.98 to 525/59.94 downconversion with 3:2 pulldown;
Page 58 of 84
80.4.10. Passes two groups of embedded audio from HD-SDI to SD-SDI;
80.4.11. Two of the outputs can be configured for SD-SDI Program or composite video
output with on-screen display;
80.4.12. Video input:
80.4.12.1. Number of Inputs: 1;
80.4.12.2. Standard: SMPTE 259M-C (270 Mb/s, 525/625 component video) and
SMPTE 292M
80.4.12.3. (1.485, 1.485/1.001 Gb/s);
80.4.12.4. Connector: BNC (IEC 169-8);
80.4.12.5. Return Loss > 15 dB to 1485;
80.4.12.6. Equalization: 885 ft (270 m) Belden 8281 cable at 270 Mb/s; adaptive
cable equalization for up to 328 ft (120 m), typical, of Belden 1694A at
1.485 Gb/s;
80.4.13. SDI re-clocked outputs:
80.4.13.1. At least 4 video outputs;
80.4.13.2. Standard: SMPTE 259M-C (270 Mb/s, 525/625 component video) and
SMPTE 292M
80.4.13.3. (1.485, 1.485/1.001 Gb/s);
80.4.13.4. Connector: BNC (IEC 169-8);
80.4.13.5. Return loss > 15 dB to 1.485 GHz;
80.4.13.6. Signal level: 800 mV ±10%;
80.4.13.7. DC Offset: 0 V ±0.5 V;
80.4.13.8. Rise and fall time < 270 ps at 1.485 GHz; 400 to 1500 ps (20% to 80%) at
270 MHz;
80.4.13.9. Overshoot < 10% of amplitude (all outputs terminated);
80.4.14. SDI program outputs:
80.4.14.1. Number of outputs: 2 + 2;
80.4.14.2. Standard: SMPTE 259M-C (270 Mb/s, 525/625 component video);
80.4.14.3. Connector: BNC (IEC 169-8);
80.4.14.4. Return loss > 18 dB 5 to 270 MHz;
80.4.14.5. DC offset: 0 V ±0.5 V;
80.4.14.6. Rise and fall time < 0.75 to 1.5 ns (20% to 80%) at 270 MHz;
80.4.14.7. Overshoot < 10% of amplitude (all outputs terminated);
80.4.15. Composite analog outputs:
80.4.15.1. Up to 2 composite outputs;
80.4.15.2. Standards: NTSC, PAL-B, PAL-M;
80.4.15.3. Connector: BNC (IEC 169-8);
80.4.15.4. Quantization: 10 bits (encoding inputs 8 bits);
80.5. Analog audio distribution amplifier must meet at least following features and
technical requirements:
80.5.1. Balanced inputs and outputs;
80.5.2. Remote control for mute settings;
80.5.3. Remote indication for channel state and overload;
80.5.4. Remote and local control for independent channel gain adjustment;
80.5.5. Local control for selecting output configuration;
80.5.6. Configurable outputs to one of the following options:
80.5.6.1. Eight outputs designated to one channel (1x8);
80.5.6.2. Four outputs designated to channel A, four outputs designated to channel B
(dual 1x4);
80.5.6.3. Eight outputs designated to the combined stream of both channels (2x8
sum);
80.5.7. Balanced analog audio input:
Page 59 of 84
80.5.7.1. At least 2 audio inputs;
80.5.7.2. Connector: 3-pin audio connector;
80.5.7.3. Signal type: Balanced;
80.5.7.4. Maximum input level: +28 dBu;
80.5.7.5. CMR range: ±20 V;
80.5.7.6. CMRR: 90 dB @ 60 Hz @ 8 dBu;
80.5.7.7. Gain Range: -95.5 to 31.5 dB in 0.5 dB steps (gain increment tolerance
±0.05 dB);
80.5.8. Balanced analog audio output:
80.5.8.1. At least 8 audio outputs;
80.5.8.2. Connector: 3-pin audio connector;
80.5.8.3. Signal type: Balanced;
80.5.8.4. Output impedance: 66 ohms;
80.5.8.5. Maximum output level: +28 dBu;
80.5.9. Performance:
80.5.9.1. SNR > 90 dB @ unity gain, 20 Hz to 20 kHz relative to +8 dBu signal,
unweighted;
80.5.9.2. Frequency response: ±0.05 dB 20 Hz to 20 kHz relative to 1 kHz @ unity
gain;
80.5.9.3. THD < 0.02%, 20 Hz to 20 kHz @ 24 dBu;
80.5.9.4. IMD < 0.02%, SMPTE @ 18 dBu;
80.5.9.5. Crosstalk > 85 dB isolation, 20 Hz to 20 kHz;
80.5.9.6. Output Isolation > 70 dB, 20 Hz to 20 kHz;
80.6. Digital audio distribution amplifier must meet at least following features and
technical requirements:
80.6.1. Balanced and unbalanced version, compliant with SMPTE 270M and AES-3id2001;
80.6.2. Manual or automatic equalization modes;
80.6.3. Bypass mode for non-AES (non bi-phase encoded) signals up to 30 MHz 50% duty
cycle;
80.6.4. Data reclocking provides jitter reduction;
80.6.5. LED indication of input lock and other important errors;
80.6.6. Remote monitoring capability;
80.6.7. Card-edge LEDs for indication of loss of lock or signal quality errors;
80.6.8. Inputs:
80.6.8.1. At least 1 audio input;
80.6.8.2. Type: balanced, transformer coupled;
80.6.8.3. Connector: 3-Pin audio WECO;
80.6.8.4. Impedance: 110 ohms;
80.6.8.5. AES frame rates: 30 to 192 kHz;
80.6.8.6. Signal amplitude: 0.2 to 7 V pk-pk;
80.6.8.7. Input cable length: 0 to 300 m twisted pair (Belden 8451 or equivalent);
80.6.9. Outputs:
80.6.9.1. At least 9 audio outputs;
80.6.9.2. Type: balanced, transformer coupled;
80.6.9.3. Connector: 3-Pin audio WECO;
80.6.9.4. Impedance: 110 ohms;
80.6.9.5. Signal amplitude: 5 V pk-pk ±1 V into 110 ohms load;
80.6.9.6. DC offset: 0 V ±50 mV;
80.6.9.7. Rise and fall time: 5 to 30 ns;
80.6.9.8. Jitter < 5 ns;
80.6.9.9. Propagation delay < 600 ns @ 48 kHz;
Page 60 of 84
80.7. Analog video distribution amplifier must meet at least following features and
technical requirements:
80.7.1. At least one differential input;
80.7.2. At least eight outputs with double-back module;
80.7.3. DC input coupling;
80.7.4. Looping and internal terminating selectable with dual-slot back module; internal
terminating with single-slot back module;
80.7.5. ±3 dB gain adjustable range;
80.7.6. >50 MHz bandwidth;
80.7.7. Hot-swappable;
80.7.8. Inputs:
80.7.8.1. Input level: 1 V pk-pk nominal;
80.7.8.2. Maximum input level: 2.5 V pk-pk centered @ 0 V;
80.7.8.3. Input impedance: 75 ohms, looping or internal terminating selectable;
80.7.8.4. Input coupling: DC;
80.7.8.5. Input return loss > 45 dB to 5 MHz, >40 dB to 10 MHz;
80.7.8.6. CMRR > 65 @ 1 kHz;
80.7.8.7. CM Range > 28 V pk-pk;
80.7.9. Outputs:
80.7.9.1. At least 8 outputs;
80.7.9.2. Output impedance: 75 ohms;
80.7.9.3. Output return loss > 45 dB to 5 MHz, >40 dB to 10 MHz;
80.7.9.4. Output isolation > 40 dB @ 10 MHz;
80.7.9.5. Response variation
< 0.1 dB @ 10 MHz;
80.7.9.6. Phase match <±0.2;
80.7.10. Performance:
80.7.10.1. Gain: -3 to 3 dB;
80.7.10.2. Frequency response: ±0.05 dB DC-10 MHz, ±0.2 dB to 20 MHz, -3 dB
>50 MHz;
80.7.10.3. Line tilt < 0.20%;
80.7.10.4. Field tilt < 0.20%;
80.7.10.5. Differential gain < 0.15%;
80.7.10.6. Differential phase < 0.15°;
80.7.10.7. DC offset < 40 mV;
80.7.10.8. S/N > 70 dB by VM 700;
80.7.10.9. Propagation Delay
14 ±1.0 ns;
80.8. Switchover for HD/SD/ASI Sources must meet at least following features and
technical requirements:
80.8.1. Input bypass relay to ensure signal path in the event of power failure;
80.8.2. At least three GPI inputs and three GPI outputs for each ACO;
80.8.3. Support for SD-SDI at 270 Mb/s, HD-SDI at 1.5 Gb/s, or ASI at 270 Mb/s;
80.8.4. Switch-over when user-defined alarm criteria are triggered;
80.8.5. Switch-back to primary signal input when the signal has been restored as per the
user-defined time span;
80.8.6. Single ACO;
80.8.7. At least six BNC ports (two inputs and four outputs);
Example type: Imagine Communication Selenio 6800+™ or equivalent
81. Video patch panel, 2 pcs
81.1. Video patch panel must meet at least following features and technical requirements:
81.1.1. Welded steel chassis with high-impact ABS plastic-molded inserts;
Page 61 of 84
81.1.2. Adjustable steel strain relief cable bar with holes for cable ties;
81.1.3. 75 Ohm impedance;
81.1.4. At least 2x32 video patch panel;
81.1.5. Color: black;
81.1.6. Preloaded;
81.1.7. Each video path panel must be supplied with at least five (5) compatible 3' black
patch cords;
81.1.8. Height not more than 1U, rack-mountable;
Example type: ADC PPI1232-MVJ-BK or equivalent
82. XLR panel, 4 pcs
82.1. XLR panel must meet at least following features and technical requirements:
82.1.1. At least eight (8) XLR 3-pin male connectors;
82.1.2. At least eight (8) XLR 3-pin female connectors;
82.1.3. Panel should be rack-mountable and height not more than 1U;
83. Video isolation transformer, 12 pcs
83.1. Must supports all transmission rates of SMPTE259m and SMPTE292m up to 1.5 Gbps
HD-SDI video input;
83.2. Isolated signal path;
83.3. Greater than 60 dB of ground loop isolation;
83.4. Must be passive device - no power required;
83.5. Must provide electrical isolation;
83.6. BNC connectors;
84. Video isolation transformer, 12 pcs
84.1. Must blocking DC current while remaining transparent to PAL video signal;
84.2. Must eliminate severe interference (Hum eliminator);
84.3. Must balances ground potential (Ground Isolator);
84.4. Impedance: 75 Ohms;
84.5. Connectors: BNC;
85. Multiviewer, 2pcs
85.1. Multiviewer must meet at least following features and technical requirements:
85.1.1. Capable of auto-detecting HD-SDI, SDI or composite video inputs;
85.1.2. At least two (2) DVI-I outputs driving two (2) independent displays at resolutions
of up to 1920x1080;
85.1.3. Less than one frame processing delay from source to output;
85.1.4. Multiviewer must be supplied with configurator software;
85.1.5. Must have integrated audio monitoring capabilities — onscreen ballistic meters and
alarming features; embedded audio monitoring for up to 16 sources per video
source;
85.1.6. Must have dedicated audio monitor output in simultaneous analog and AES;
85.1.7. Possibility to decode aspect ratio data (AFD or WSS) to display sources correctly
onscreen;
85.1.8. Extensive alarm monitoring capabilities — ability to monitor numerous video and
audio faults such as loss, freeze, black, metadata loss, audio silence or over level;
85.1.9. Must have range of response options including onscreen notification, SNMP
messaging and GPO trigger;
85.1.10. Must support for dynamic UMD and tally indicator via a number of industrystandard protocols;
Page 62 of 84
85.1.11. Possibility of direct communication with existing Purchaser’s video router to
display source and/or destination names for each input from existing Purchaser’s
video router;
85.1.12. Possibility to decode and display of Closed Caption data (608/708) on any video
source;
85.1.13. Multiple-clock display in different formats, with possibility to sync to LTC, NTP
or PC time sources;
85.1.14. Up and down timer support with various trigger options;
85.1.15. D-VITC decoding for display of embedded time code on video;
85.1.16. Downloading and display custom bitmaps;
85.1.17. Video inputs:
85.1.17.1. At least 12 inputs;
85.1.17.2. HD-SDI (SMPTE 292M, 1.485 Gb/s);
85.1.17.3. SDI (SMPTE 259M 270 Mb/s);
85.1.17.4. Composite (PAL/NTSC);
85.1.17.5. Connector: BNC;
85.1.17.6. Input resolution: must support 1080i 50/59.94/60, 720p, 50/59.94/60, SDI
525, SDI 625, PAL, NTSC;
85.1.18. Display outputs:
85.1.18.1. Output type: 10-bit DVI or RGBHV (via adaptor) output;
85.1.18.2. Number of outputs: at least 2 duplicate/dual output modes;
85.1.18.3. Connector: DVI-I;
85.1.18.4. Output resolution: duplicate mode up to 1920x1200, dual output mode up
to 1920x1080;
85.1.19. Other inputs/outputs:
85.1.19.1. Serial interfaces: at least 1 RS-232 port and 1 RS-232/422 port (userselectable);
85.1.19.2. At least 1 Ethernet port, RJ-45;
85.1.19.3. At least 2 GPI inputs per video input;
85.1.19.4. Stereo, analog audio + simultaneous AES output;
85.1.19.5. Master GPO;
85.1.20. Control possibilities:
85.1.20.1. Front-panel LCD menu;
85.1.20.2. Layout configuration software;
85.1.21. Height not more than 2U, rack-mountable;
85.1.22. Multiviewer must be supplied with at least two (2) power supply for dual
redundancy;
Example type: Imagine Communication ZP2-HD12-GX or equivalent
86. KVM switch, 1pcs
86.1. KVM switch must meet at least following features and technical requirements:
86.1.1. At least 2 console ports;
86.1.2. At least 8 RJ-45 female KVM ports;
86.1.3. Two KVM consoles must independently and simultaneously control up to 8 directly
connected computers;
86.1.4. Possibility to daisy chaining up to 15 additional KVM switches, as many as 128
computers can be controlled from the original KVM console;
86.1.5. Any type of KVM console must have possibility to control any type of computer;
86.1.6. Mixed combinations (PS/2&USB) must be supported on both the KVM console
and computer sides;
Page 63 of 84
86.1.7. Must support video resolutions up to 1600x1200@60Hz for up to 40 meters, and
1280x1024@75 Hz for up to 50 meters.
86.1.8. OSD Backup/Restore feature for back up the switch's configuration and user profile
information.
86.1.9. Possibility to configure port access rights for users on a port - by - port basis;
86.1.10. At least three port selection methods: manual, hotkey, and multi-language OSD;
86.1.11. Multiplatform support – PC, Mac, Sun, and serial;
86.1.12. Must support up to 10 user and 1 administrator accounts;
86.1.13. Must have two-level password security – must support one administrator and ten
user profiles. Password protection must prevent unauthorised accessing to the
installation;
86.1.14. Auto Scan mode for continuous monitoring of user-selected computers;
86.1.15. Possibility to send commands from the console to all computers – allowing to
perform operations (such as software installation, upgrades, shutdowns, etc.), on
them simultaneously;
86.1.16. Adapter ID;
86.1.17. Firmware upgradeable;
86.1.18. Possibility to select ports with at least 8 front panel pushbuttons;
86.1.19. Possibility to select console with at least 2 front panel pushbuttons;
86.1.20. Console ports:
86.1.20.1. Keyboard: at least 2 x 6-pin Mini-DIN female (Purple) and 2 x USB Type
A female;
86.1.20.2. Video: at least 2 x HDB-15 female;
86.1.20.3. Mouse: at least 2 x 6-pin Mini-DIN female and 2 x USB Type A female;
86.1.21. KVM switch must be supplied with at least two (2) DVI USB virtual media KVM
adapters, which connects a KVM switch to the DVI-D video and USB ports of a
target computer;
86.1.22. KVM switch must be supplied with at least one (1) USB KVM cable;
86.1.23. USB KVM cable must meet at least following technical requirements:
86.1.23.1. PC Connector: HDB, USB and audio;
86.1.23.2. Console Connector: 3in1 SPHD (keyboard/mouse/video) and audio;
86.1.23.3. Length: at least 1.2m;
Example type: Aten KH2508A-AX-G or equivalent
87. USB KVM exTender, 1pcs
87.1. USB KVM exTender must meet at least following features and technical requirements:
87.1.1. Possibility to connect local and remote units at distances up to 300 m using Cat 5e
cable;
87.1.2. Possibility to control system from both the local and remote USB keyboard,
monitor, and mouse consoles;
87.1.3. Automatic synchronization of time delay of RGB signals to compensate for
distance;
87.1.4. Must have built-in ASIC for greater reliability and compatibility;
87.1.5. Auto signal compensation (ASC);
87.1.6. Must support stereo speakers and microphone;
87.1.7. USB overcurrent detection and prevention;
87.1.8. Support of high resolution video - up to 1920 x 1200@60Hz (150 m); 1280 x
1024@60Hz (300 m);
87.1.9. ExTender must have no loss in audio quality at 300 m;
87.1.10. Must support VGA, SVGA, SXGA (1280 x 1024), UXGA (1600 x 1200),
WUXGA (1920 x 1200) and multisync monitors;
Page 64 of 84
87.1.11. Console ports:
87.1.11.1. Keyboard: at least 1 x USB type A female;
87.1.11.2. Video: at least 1 x HDB-15 female;
87.1.11.3. Mouse: at least 1 x USB type A female;
87.1.11.4. Speakers: 1 x mini stereo jack female;
87.1.11.5. Mic: 1 x mini stereo jack female;
87.1.11.6. RS-232: at least 1 x DB-9 female;
Example type: Aten CE770 or equivalent
88. Dolby E encoding and decoding system, 1 set
88.1. Modular processing system set must be comprised of at least following components:
88.1.1. Frame, quantity: one (1);
88.1.2. Dolby E encoder, quantity: two (2);
88.1.3. I/O panel for Dolby E encoder, quantity: two (2);
88.1.4. Dolby stream decoder, quantity: two (2);
88.1.5. I/O panel for Dolby stream decoder, quantity: two (2);
88.2. Frame must meet at least following features and technical requirements:
88.2.1. Must have at least 4 card slots;
88.2.2. At least 1 central genlock input for all cards that require a reference;
88.2.3. At least 1 Ethernet connection for remote control, setup and maintenance;
88.2.4. GPI outputs for alarm and power supply failure;
88.2.5. Frame must be supplied with at least one (1) rack controller and one (1) power
supply unit;
88.2.6. Internal daisy chain bus for audio, GPI and multiview applications;
88.2.7. Separate rack controller slot which doesn’t take up a card slot;
88.3. Dolby E encoder must meet at least following features and technical requirements:
88.3.1. Fully compatible with frame audio bus;
88.3.2. Possibility to use as frame card or standalone module;
88.3.3. At least 20 bit mode for 8 channels, 16 bit mode for 6 channels encoding;
88.3.4. At least 4 presets 5.1+2 (with 8 different metadata sets);
88.3.5. At least 4 presets 2+2 (with 8 different metadata sets);
88.3.6. At least 4 2 presets 2+2+2+2 (with 8 different metadata sets);
88.3.7. Metadata settings for:
88.3.7.1. Program text (16 character text);
88.3.7.2. Dialog level;
88.3.7.3. Bit-stream identification;
88.3.7.4. Dynamic range (film, music, speech, etc.);
88.3.7.5. RF mode Dynamic range (11 dB more sensitive);
88.3.7.6. Center downmix level;
88.3.7.7. Surround downmix level;
88.3.7.8. Dolby surround;
88.3.7.9. Preferred downmix;
88.3.7.10. Lt/Rt Center and Surround downmix level;
88.3.7.11. Lo/Ro Center and Surround downmix level;
88.3.7.12. Surround-EX flag;
88.3.7.13. DC filter;
88.3.7.14. LFE filter;
88.3.7.15. Low-pass filter;
88.3.7.16. Surround 3dB attenuation;
88.3.7.17. Surround phase shift;
88.3.8. Input channel swapping (any channel to any encoder input);
Page 65 of 84
88.3.9. Individual gain and phase adjustment per mono channel;
88.3.10. Individual delay offset adjustment (0 to 1300 ms);
88.3.11. Built-in generator;
88.3.12. At least one selectable AES/EBU bypass input with additional delay settings;
88.3.13. Locks to Black & Burst or Master card;
88.3.14. Dolby E encoder must be supplied with compatible I/O panel;
88.4. Dolby stream decoder must meet at least following features and technical
requirements:
88.4.1. Multi format Dolby stream decoder with quad-speed audio bus and voice over
module;
88.4.2. Possibility to use as frame card or standalone module;
88.4.3. Module must be capable of decoding: Dolby E, Dolby Digital, Dolby Digital Plus;
88.4.4. 16 channel PCM processing capabilities;
88.4.5. Quad speed audio bus for convenient routing of ADD-ON channels;
88.4.6. Module must have possibility to re-insert processed audio for downstream postprocessing;
88.4.7. 2 or 4 physical stereo AES/EBU inputs and 16 stereo bus inputs;
88.4.8. 4 or 6 physical stereo AES/EBU (can contain Dolby Bit streams) outputs and 8
stereo (into 16 stereo) bus outputs;
88.4.9. E decoding with automatic source selection on loss of E;
88.4.10. Voice activated Voice Over engine that can be applied to any of the 16 internal
streams:
88.4.10.1. GPI trigger of VO is included;
88.4.10.2. GPI can be used as ‘cough button’ to mute unwanted voice activated
mixing;
88.4.11. Physical metadata output;
88.4.12. Individual offset delay per input;
88.4.13. Individual gain control per input (except bitstream input);
88.4.14. Must be able to handle all AES/EBU input formats;
88.4.15. Full audio channel shuffling;
88.4.16. Loudness measurement according to ITU BS.1770 and ITU BS,1770-2 (CALM
and R128);
88.4.17. A tone generator must be included that can be controlled by the loudness
measurement;
88.4.18. Full control and status monitoring through the front panel of the frame and the
Ethernet port;
88.4.19. Dolby stream decoder must be supplied with compatible I/O panel;
Example type: AXON modular system or equivalent
89. Wireless video link system, 1 set
89.1. Wireless video link system must be comprised of at least following components:
89.1.1. Video transceiver set, quantity: one (1);
89.1.2. Transmitter V-Mount battery adapter, quantity: one (1);
89.1.3. Receiver V-Mount battery adapter, quantity: one (1);
89.1.4. Adapter plate for Sony L-Series batteries, quantity: one (1);
89.1.5. Receiver antenna array, quantity: one (1);
89.1.6. Power cable, quantity: one (1);
89.1.7. Power adapter, quantity: one (1);
89.1.8. Protective case, quantity: one (1);
89.2. Video transceiver set must meet at least following features and technical
requirements:
Page 66 of 84
89.2.1. Video transceiver system must have almost zero delay and transmits uncompressed
1080p60, 4:2:2 video up to 600 meters over the unlicensed 5GHz band.
89.2.2. Transmitter must be multicast capable up to 4 receivers;
89.2.3. Possibility to output over USB 3.0 directly into a DIT cart or laptop;
89.2.4. Video resolution:
89.2.4.1. 1080p60/59.94/50/30/29.97/25/24/23.98;
89.2.4.2. 1080psf30/29.97/25/24/23.98;
89.2.4.3. 1080i60/59.94/50;
89.2.4.4. 720p60/59.94/50;
89.2.4.5. 480p59.94/576p50;
89.2.4.6. 480i(NTSC)/576i(PAL);
89.2.5. Transmitter inputs/outputs:
89.2.5.1. At least 1 x 75 Ohm, BNC input;
89.2.5.2. At least 1 x Type A receptacle HDMI input;
89.2.5.3. At least 1 x 75 Ohm, BNC (Loop-out) output;
89.2.6. Receiver output:
89.2.6.1. At least 1 x USB 3.0 micro B receptacle;
89.2.6.2. At least 1 x 75 Ohm, BNC;
89.2.6.3. At least 1 x Type A receptacle HDMI;
89.2.7. Delay (TX to RX): less than 0.001sec;
89.2.8. Audio format support: 48kHz 24-bit PCM;
89.2.9. Wireless non-DFS frequencies: 5.19 ~ 5.23 GHz;
89.2.10. Wireless DFS frequencies: 5.27 ~ 5.67 GHz;
89.2.11. RF power:
89.2.11.1. 22dbm EIRP (with two 5dbi TX antennas);
89.2.11.2. 17dbm EIRP (with one 2dbi TX antenna);
89.2.12. Encryption: AES-128;
89.2.13. Video transceiver set power consumption (1080p60): not more than 16 Watts;
89.3. Receiver antenna array must meet at least following features and technical
requirements:
89.3.1. Panel antenna array 5GHz (3 x 16dBi and 2 x 14dBi) must be supplied with receiver
mounting bracket;
Example type: TERADEK Bolt Pro 2000 set or equivalent
90. Dish antenna, 1 pc
90.1. The Tenderer must integrate and configure already existing Latvian Television’s
Vertex DA-180 1.8 m dish antenna (Ku band), 2pcs of Power amplifiers, all
waveguides, cabling and control devices.
91. DSNG encoder, 2 pcs
91.1. DSNG encoder must meet at least following features and technical requirements:
91.1.1. Encoder must be future proof modular platform capable of multi-codec, multiformat and multi-channel operation;
91.1.2. Encoder must provide an L-Band or IF satellite output, as well as at least two IP
output ports. Must have possibility to be upgraded and provide ASI output and
G.703 output;
91.1.3. Must have simple and intuitive web user;
91.1.4. Chassis:
91.1.4.1. Single AC power supply;
91.1.4.2. Hot swappable modules;
91.1.4.3. Built-in video confidence monitor;
Page 67 of 84
91.1.5. Video inputs:
91.1.5.1. Analogue composite CVBS interface;
91.1.5.2. 3G/HD/SD-SDI serial digital video with EDH error detection and health
monitoring;
91.1.5.3. Input level 800 mV ptp ±10 percent;
91.1.5.4. Return loss >15 dB, 10 MHz to 270 MHz;
91.1.6. Audio inputs:
91.1.6.1. Support of at least 8 stereo pairs embedded on HD-SDI;
91.1.6.2. Up to four stereo pairs via AES EBU (Connector via D-Type to XLR);
91.1.6.3. Must support both balanced (AES3) and unbalanced (AES3id) digital audio
inputs;
91.1.6.4. 48 kHz sampling rate;
91.1.6.5. At least 2 x stereo analogue audio inputs;
91.1.7. Video encoding:
91.1.7.1. MPEG-2 SD 4:2:0 encoding;
91.1.7.2. MPEG-2 HD 4:2:0 encoding;
91.1.7.3. MPEG-2 SD 4:2:2 encoding;
91.1.7.4. MPEG-2 HD 4:2:2 encoding;
91.1.7.5. MPEG-4 (AVC) SD 4:2:0 encoding;
91.1.7.6. MPEG-4 (AVC) HD 4:2:0 encoding;
91.1.7.7. MPEG-4 (AVC) SD 4:2:2 encoding;
91.1.7.8. MPEG-4 (AVC) HD 4:2:2 encoding;
91.1.7.9. MPEG-4 (AVC) HD 4:2:2 10-bit encoding;
91.1.8. Audio encoding:
91.1.8.1. MPEG-1 Layer II Encode: at least 3 stereo pairs;
91.1.8.2. Linear PCM pass-through;
91.1.8.3. Dolby® Digital (AC3) pass-through (2.0 or 5.1);
91.1.8.4. Dolby® Digital plus pass-through (2.0 or 5.1);
91.1.8.5. Dolby®E pass-through (compressed);
91.1.9. Encryption:
91.1.9.1. BISS encryption (modes 1 and E);
91.1.9.2. RAS encryption (satellite output only);
91.1.10. Transport stream outputs:
91.1.10.1. At least 2 x IP outputs (100/1000BaseT);
91.1.10.2. DVB-S/S2/DSNG satellite output;
91.1.11. Satellite modulator:
91.1.11.1. Must support both 70 MHz IF output and L-band output;
91.1.11.2. DVB-CID support;
91.1.11.3. Signal conditioning: EN 300 421 (DVB-S) and option for EN 301 210
(DVB-DSNG) EN302-307 (DVB-S2);
91.1.11.4. Modulation: QPSK, 8PSK, DVB-S2 QPSK, 8PSK;
91.1.11.5. Symbol Rate: at least 1 Msym/s to 45 Msym/s (variable in 1 Sym/s
increments);
91.1.11.6. FEC rates:
91.1.11.7. 1/2, 2/3, 3/4, 5/6 and 7/8 (DVB-S QPSK);
91.1.11.8. 2/3, 5/6 and 8/9 (DVB-DSNG 8PSK);
91.1.11.9. 3/4 and 7/8 (DVB-DSNG 16QAM);
91.1.11.10. 1/4, 1/3, 2/5, 1/2, 3/5, 2/3, 3/4, 4/5, 5/6, 8/9 and 9/10 (DVB S2 QPSK);
91.1.11.11. 3/5, 2/3, 3/4, 5/6, 8/9 and 9/10 (DVB-S2 8PSK);
91.1.11.12. 2/3, 3/4, 4/5, 5/6, 8/9 and 9/10 (DVB-S2 16APSK);
91.1.11.13. 3/4, 4/5, 5/6, 8/9 and 9/10 (DVB-S2 32APSK);
91.1.11.14. 13/45, 9/20, 11/20 (DVB-S2X QPSK);
Page 68 of 84
91.1.11.15. 23/36, 25/36, 13/18 (DVB-S2X 8PSK);
91.1.11.16. 5/9, 26/45 (DVB-S2X 8APSK-L);
91.1.11.17. 26/45, 3/5, 28/45, 23/36, 25/36, 13/18, 7/9, 77/90 (DVB-S2X 16APSK);
91.1.11.18. 5/9, 8/15, 1/2, 3/5, 2/3 (DVB-S2X 16APSK-L);
91.1.11.19. 2/3 (DVB-S2X 32 APSK-L);
91.1.11.20. 11/15 (DVB-S2X 64 APSK);
91.1.11.21. 32/45, 7/9, 4/5, 5/6 (DVB-S2X 64 APSK-L);
91.1.12. IF output:
91.1.12.1. IF frequency: 50 MHz to 180 MHz (1 kHz steps);
91.1.12.2. Output power: -30 dBm to +5 dBm (0.1 dB steps);
91.1.12.3. Monitor output: -30 dB relative to main IF output;
91.1.13. L-band output:
91.1.13.1. Frequency: 950 MHz to 2150 MHz (1 kHz steps);
91.1.13.2. Output power: -40 dBm to +5 dBm (0.1 dB steps);
91.1.13.3. Monitor output: -30 dB relative to main output;
91.1.13.4. Switchable up-converter power: +15 V and 24 VDC, 500 mA max.;
91.1.13.5. Switchable 10 MHz reference;
91.1.14. Control:
91.1.14.1. Web browser control;
91.1.14.2. Front panel control;
91.1.14.3. SNMP traps and alarms;
91.1.14.4. nCompass control;
91.1.15. Height not more than 1U, rack-mountable;
Example type: ERICSSON AVP3000 VOYAGER pack or equivalent
92. Modular receiver, 2 pcs
92.1. Modular receiver must meet at least following features and technical requirements:
92.1.1. Transport stream input:
92.1.1.1. ASI input;
92.1.2. Automatic transport stream switching:
92.1.2.1. Basic transport stream redundancy switching;
92.1.2.2. User defined transport stream redundancy switching;
92.1.3. IP or IP & satellite input:
92.1.3.1. IP input;
92.1.3.2. Pro-MPEG FEC;
92.1.4. Satellite or IP & satellite input:
92.1.4.1. DVB-S/S2 satellite input;
92.1.4.2. DVB-S QPSK demodulation;
92.1.4.3. DVB-S2 QPSK demodulation;
92.1.4.4. DVB-S2 8PSK demodulation;
92.1.4.5. DVB-S2 16APSK / 32APSK demodulation;
92.1.4.6. Low symbol rate (1 to 5 Msym/s);
92.1.5. Conditional access and descryption:
92.1.5.1. Single service common interface decryption;
92.1.5.2. Single service director decryption;
92.1.5.3. Single service BISS decryption;
92.1.5.4. RAS decryption;
92.1.6. Service filtering:
92.1.6.1. Single service filtering and PID remapping;
92.1.7. Transport stream outputs:
92.1.7.1. ASI output;
Page 69 of 84
92.1.7.2. IP output;
92.1.7.3. Pro-MPEG FEC;
92.1.8. MPEG-2 decoding:
92.1.8.1. MPEG-2 SD 4:2:0 decoding;
92.1.8.2. MPEG-2 HD 4:2:0 decoding;
92.1.8.3. MPEG-2 SD 4:2:2 decoding;
92.1.8.4. MPEG-2 HD 4:2:2 decoding;
92.1.9. MPEG-4 AVC (H264) decoding:
92.1.9.1. MPEG-4 (AVC) SD 4:2:0 decoding;
92.1.9.2. MPEG-4 (AVC) HD 4:2:0 decoding;
92.1.9.3. MPEG-4 (AVC) SD 4:2:2 decoding;
92.1.9.4. MPEG-4 (AVC) HD 4:2:2 decoding;
92.1.9.5. MPEG-4 (AVC) HD 4:2:2 10-bit decoding;
92.1.9.6. Low latency decode (MPEG-4/AVC);
92.1.10. JPEG-2000 decoding:
92.1.10.1. JPEG 2000 SD 4:2:2 decoding;
92.1.10.2. JPEG 2000 HD 4:2:2 decoding;
92.1.11. Format conversion (Up/Down/Cross):
92.1.11.1. High quality HD to SD down-conversion;
92.1.11.2. Up-conversion (SD to HD - 4:2:0 only);
92.1.11.3. Cross-conversion (1080i <> 720p - 4:2:0 only);
92.1.12. Audio decoding and pass-through:
92.1.12.1. Number of audio services (pairs) per incoming video service: at least 6;
92.1.13. Audio decoding:
92.1.13.1. MPEG-1 Layer II decode;
92.1.13.2. Dolby® Digital (AC3) decode/down-mix (2.0 or 5.1);
92.1.13.3. AAC decode decode/down-mix (2.0 or 5.1);
92.1.13.4. Phase aligned audio decode;
92.1.13.5. Audio normalization;
92.1.14. Audio outputs:
92.1.14.1. Number of discrete audio outputs (Analog or AES): at least 4;
92.1.15. Discrete audio format:
92.1.15.1. Balanced analog audio;
92.1.15.2. Balanced digital audio (AES-EBU);
92.1.16. Data:
92.1.16.1. RS232 low speed asynchronous data;
92.1.16.2. Multi-protocol encapsulation (MPE) high speed IP data;
92.1.17. Ancillary interfaces:
92.1.17.1. SCTE 35 controlled contact closures;
92.1.17.2. Alarm relay;
92.1.18. Control:
92.1.18.1. Web browser control;
92.1.18.2. Front panel control;
92.1.18.3. SNMP traps and alarms;
92.1.18.4. SNMP remote control;
92.1.18.5. RS232 remote control;
92.1.18.6. nCompass control;
92.1.18.7. Web browser password protection;
Example type: ERICSSON RX8200 pack or equivalent
93. Block UpConverter, 2 pcs
Page 70 of 84
93.1. Block UpConverter must meet at least following features and technical requirements:
93.1.1. Automatic internal and external reference locking;
93.1.2. High stability, low ripple and excellent phase noise, using PDRO technology;
93.1.3. Full alarm monitoring;
93.1.4. Rugged weatherproof housing;
93.1.5. Temperature compensated for thermal stability and fast warm-up;
93.1.6. L-Band input:
93.1.6.1. Frequency: 950-1700MHz;
93.1.6.2. Connection N-type (f), 50Ω;
93.1.6.3. Return loss more than 18dB;
93.1.6.4. 1dB GCP: +8dBm;
93.1.7. SHF output:
93.1.7.1. Frequency: 13.75-14.5GHz;
93.1.7.2. Connector: N-type (f), 50Ω;
93.1.7.3. Return loss more than 15dB;
93.1.8. External reference input:
93.1.8.1. Frequency: 10MHz;
93.1.8.2. Connection: TNC (f), 50Ω input;
93.1.8.3. Level: 0dBm ±3dB;
93.1.8.4. Locking delay less than 2 minutes to stabilize from cold;
93.1.9. Additional functionality required:
93.1.9.1. Removal of ‘External Reference lock’ alarm;
93.1.9.2. Bi-colored LED for ‘10MHz lock’ and ‘DC power’ status indication;
93.1.9.3. Separate external 10MHz reference input (using a TNC connector),
replacing the L-band feed system;
93.1.9.4. DC input connection wired to 5-pin control interface;
93.1.9.5. DC input connection wired to the 5-pin ‘alarms’ connector, as well as the
standard DC feed system via the L-Band cable
Example type: Peak Communications PBU137 or equivalent
94. Power amplifier, 2 pcs
94.1. The Tenderer must integrate and configure already existing Purchaser’s Xicom XT100 K power amplifier.
95. Spectrum analyzer, 1 pc
95.1. Spectrum analyzer must meet at least following features and technical requirements:
95.1.1. Spectrum analyzer must be designed for measurement of communications and
broadcast carriers, making uplink, downlink, L-band carriers, IF, and 10MHz
reference signals;
95.1.2. Must be simple and easy to use design;
95.1.3. At least 10 customizable presets;
95.1.4. Must have at least VGA color display;
95.1.5. Refresh rates up to 13/sec;
95.1.6. Full remote control monitoring via RS-232 using manufacturer remote control
software (GUI);
95.1.7. L.O. frequency offsets for direct frequency readout;
95.1.8. At least 50 user memory locations;
95.1.9. Frequency range: 5MHz – 2,500MHz;
95.1.10. Resolution bandwidth: 10KHz, 100KHz, 300KHz, 1MHz;
95.1.11. RF sensitivity: greater than -85 dBm typical;
95.1.12. Reference levels: selectable -10 dBm, -30 dBm, & -50dBm;
Page 71 of 84
95.1.13.
95.1.14.
95.1.15.
95.1.16.
95.1.17.
Scale: 5 dB/Div and 2 dB/Div;
Maximum RF input: 25 VDC MAX (DC Blocked), +30dBm (1W);
Input impedance: 50 Ω;
Input connector: BNC;
Display: at least 5.7” TFT-LCD;
Example type: Peak Communications PBU137 or equivalent
96. Cable drum, 9 pcs
96.1. Cable drum must meet at least following features and technical requirements:
96.1.1. Made of sheet metal;
96.1.2. Open design for self-tooling;
96.1.3. Must have carrying handle on top of the drum;
96.1.4. Must be able to fit up to 450 meters of 8mm diameter cable;
96.1.5. Weight not more than 14.3 kg;
Example type: SCHILL HT 582.OFFEN-SCHWARZ or equivalent
97. Cable drum, 7 pcs
97.1. Cable drum must meet at least following features and technical requirements:
97.1.1. Made of sheet metal;
97.1.2. Open design for self-tooling;
97.1.3. Must have carrying handle on top of the drum;
97.1.4. Must be able to fit up to 150 meters of 8mm diameter cable;
97.1.5. Weight not more than 5.6 kg;
Example type: SCHILL HT 381.OFFEN-SCHWARZ or equivalent
98. Cable drum, 4 pcs
98.1. Cable drum must meet at least following features and technical requirements:
98.1.1. Made of good quality plastic;
98.1.2. Continuous front panel and small core;
98.1.3. Must have carrying handle on top of the drum;
98.1.4. Must be able to fit up to 180 meters of 6mm diameter cable;
98.1.5. Weight not more than 1.7 kg;
Example type: SCHILL IT 300.S0 or equivalent
99. Audio transformer, 4pcs.
99.1. Audio transformer must have 4pcs of balanced inputs and 4pcs of balanced outputs
Example Type TVC 'IOTU-2X4-1-1
100. TV Tuner, 1pcs.
100.1. DVB-T2 with CA or CONAX card slot
100.2. Equipped with outdoor antenna
100.3. SDI/HD SDI output (allowed to use additional converter HDMI to SDI/HD SDI)
100.4. Rack mount
101. Additional requirements
101.1. The Tenderer must deliver the OBV and start provision of warranty service within 180
(one hundred eighty) calendar days after the date the Procurement Contract takes force;
101.2. In designing the OBV, construction and installation of equipment, as well as in
provision of warranty service of the delivered OBV the Tenderer must comply with
Page 72 of 84
101.3.
101.4.
101.5.
101.6.
101.7.
101.8.
the technical requirements and standards of the relevant area, as well as technical
specifications set by the manufacturer;
The Tenderer must ensure that during construction and installation of equipment the
OBV will be continuously stored at safe and suitable premises with proper ventilation,
low humidity level and air temperature of at least +10C0;
The Tenderer must ensure an opportunity for at least 2 (two) Commissioning Party’s
authorised representatives to carry out visits to the OBV construction site during the
time period allotted for delivery of OBV, in order to inspect the construction progress.
Visits should be preceded by giving prior notice;
The Tenderer must ensure warranty service of delivered OBV (including OBV’s
running gear) for at least 2 (two) years after the date of signing of the certificate of
acceptance of OBV delivery, but not less than the warranty period stipulated by the
manufacturer of OBV equipment, if it exceeds 2 (two) years after the OBV delivery;
In the framework of the warranty service the Tenderer must ensure 3 (three) hours
response time to Commissioning Party’s OBV malfunction notices. Response time is
the time in which the Tenderer must contact the Commissioning Party’s authorised
representative, who has sent the malfunction notice, and ensure that the OBV or its
malfunctioning component is taken for repair. The Tenderer must cover all costs
related to OBV’s or its defective component’s transportation to repair shop and back
to the Commissioning Party, as well as all costs of component replacement and
Tenderer’s staff work, transport and accommodation, if necessary;
In the framework of the warranty service the Tenderer must ensure that OBV
malfunctions are repaired and that it is restored to perfect working condition and
brought back to the Commissioning Party to Zakusala krastmala 3, Riga, Latvia, within
15 (fifteen) business days after the date when OBV malfunction notice has been sent.
If repairs of the respective malfunction takes more than 15 (fifteen) business days, the
Tenderer must ensure that during the repair works the Commissioning Party is
provided with equivalent OBV or its malfunctioning component, with all costs
included in total price under of the Procurement Contract.
Before signing the certificate of acceptance of OBV the Tenderer must carry out at
least 5-days long training on operation of the delivered OBV of at least 6 (six)
Commissioning Party’s employees indicated by the Commissioning Party’s authorised
representative. The training takes place at the OBV delivery destination at Zakusalas
krastmala 3, Riga, Latvia. All costs related to such training (costs related to Tenderer’s
instructor travel and accommodation, etc.) must be included in total price under the
Procurement contract.
Name and signature, date, stamp of the Tenderer or its authorised representative (warrant or
its confirmed copy should be included)
Page 73 of 84
Annex No 3
To Procurement Regulation
Part D “FINANCIAL PROPOSAL FORM”
Purchase of the Outside Broadcast Van
ID No LTV/2015-77
(Name of the Tenderer) ____________ undertakes to carry out the delivery of the outside
broadcast van in accordance with requirements of the open-procedure procurement “Purchase
of the Outside Broadcast Van” (ID No LTV/2015-77) at the price as follows:
No
1.
…
…
Item
Price (EUR)
VAT
exclusive
Delivery to the Commissioning Party of outside broadcast van
with 7 (seven) cameras and ability to broadcast signal to
satellite, which includes design, construction, purchase and
installation of equipment and provision of warranty service for
at least 2 (two) years.
…
…
Total contract price, VAT exclusive:
VAT:
Total contract price, VAT inclusive:
We confirm that the offered total contract price includes all expenses which are related to
delivery of outside broadcast van (OBV) (i.e., design, construction, purchase and installation
of equipment, and delivery of the constructed OBV to the Commissioning Party at Zakusalas
krastmala 3, Riga, Latvia) and warranty service within the determined period, as well as all
costs related to materials, equipment, labour force, transportation expenses, taxes (excluding
VAT), duties, custom payments, acquiring of necessary permits from third parties and all other
costs which are or are not determined in the Procurement Contract and which are necessary for
timely, due and complete fulfilment of the Procurement Contract.
We confirm that (tick the appropriate):
Our Tender does not contain business
secrets and we agree to publication of the
Tender information
Our Tender contains the following business
secrets:
(Please specify, which information in the Tender should be considered business secret,
for example, prices in financial proposal (excluding total contract price) etc.)
…………………………….…………………………….…………………………….
…………………………….…………………………….…………………………….
…………………………….…………………………….…………………………….
We hereby confirm and guarantee that the above mentioned information is accurate.
Signature and name in words of the Tenderer’s authorised representative (attach the original
copy or a certified copy of the power of attorney), date and seal
Page 74 of 84
Annex No 4
To the Procurement Regulation
Part E “DRAFT PROCUREMENT CONTRACT”
Purchase of Outside Broadcast Van
No LTV/2015-77
Riga
___ ___________ 2015
State Limited Liability Company “Latvijas Televīzija”, represented by its ____________,
acting per procura, hereinafter referred to as the Client, on the one hand, and
_______________, represented by _______________, hereinafter referred to as the Contractor, on
the other hand, hereinafter separately referred to as a Party and jointly as Parties, conclude this
procurement contract, hereinafter referred to as the Contract.
1. GENERAL
1.1. The Contractor has taken a part in the procurement “Purchase of an Outside Broadcast
Van” organised by the Client (identification No LTV/2015-77).
1.2. According to the Client’s Procurement Commission decision No ____/1-19 dated _______
2015, the Contractor has been awarded the right to implement its Procurement Tender.
2. SUBJECT MATTER OF THE CONTRACT
2.1. The Contractor undertakes, in accordance with provisions of this Contract and its Annexes,
to provide design, construction, equipment purchase and delivery to the Client at Zakusalas
krastmala 3, Riga, Latvia, of an outside broadcast television van with 7 (seven) cameras with
the feature of sending broadcast signal to the satellite (hereinafter referred to as OBV), as well
as to provide warranty service for at least 2 (two) years following the signing of the certificate
of acceptance of OBV delivery, but not less than the warranty period stipulated by
manufacturers of OBV equipment, if it exceeds 2 (two) years upon delivery of OBV.
3. CONTRACT PRICE AND SETTLEMENTS PROCEDURE
3.1. The total price under the Contract is ___________ EUR (______________), value added
tax (hereinafter referred to as VAT) excluded. VAT is calculated and paid in addition, according
to requirements of laws and regulations of the Republic of Latvia.
3.2. Total price under the Contract includes all costs related to delivery of the OBV (including
design, construction, purchase and installation of equipment, and delivery of the OBV to the
Client at Zakusalas krastmala 3, Riga, Latvia) and provision of warranty service for the period
stipulated in Paragraph 2.1 of the Contract, as well as all costs related to materials, equipment,
labour force, transportation, taxes (excluding VAT), duties, custom payments, acquiring of
permissions from third parties, and all other costs, which are or are not stipulated by the
Contract and are necessary for timely, high-quality and complete fulfilment of contractual
obligations.
3.3. The Client makes payment for the delivery of OBV and commenced provision of warranty
service within 15 (fifteen) business days after authorised representatives of the Parties
mentioned in Paragraph 11.12 hereof (hereinafter jointly referred to as authorised
representatives of the Parties and separately as authorised representative of Client or
Contractor) sign the certificate of acceptance of OBV delivery and the Client receives the
invoice. Invoice must be issued electronically and sent to Client’s email address: rekini@ltv.lv.
3.4. All payments shall be made in euro by a bank transfer to the Contractor’s account in
accordance with the Contract. Payments stipulated in the Contract are deemed made on the day
when the respective transfer is made from Client’s bank account in accordance with Client’s
Page 75 of 84
bank reference or account statement.
3.5. Starting on the day of mutual signing of the Contract and within 15 (fifteen) business days
upon receipt of advance invoice from the Contractor the Client may make an advance payment
of 200 000.00 EUR (two hundred thousand euro) to the Contractor for the delivery of OBV.
3.6. The Client at its own discretion may choose a leasing company services in order to finance
its payment obligations towards Contractor under the Contract and Contractor has obligation to
cooperate with Clients and Client’s leasing company to ensure the signing and execution of
leasing agreements on customary terms, if and when needed.
4. SETTLEMENTS FOR THE OBV DELIVERY
4.1. The Contractor must ensure the delivery of OBV and start provision of warranty services
within 180 (one hundred eighty) calendar days after the date this Contract takes force.
4.2. When the Contractor considers OBV ready for delivery his authorized person shall inform
authorized person of the Client which then must arrive at the Contractor’s premises, not later
than 10 (ten) calendar days after given notice, with any reasonable number of technical
specialists, and perform following acceptance tests to ensure OBV’s compliance with the
requirements of the Annex of the Contract and its working condition:
4.2.1. Visual inspection, internal and external finishing check, inspection of the connections,
panels, hatches etc.;
4.2.2. Test of the vehicle and the assembly functionality and performance;
4.2.3. Visual inspection of the wiring, test of circuits, test of the different electricity supply
modes, test of the lighting, tests of uninterruptible power supply (UPS);
4.2.4. Functional tests of the climate and ventilation system;
4.2.5. Functional tests of the OBV’s audio system;
4.2.6. Functional tests of the OBV’s video system;
4.2.7. Functional tests of the OBV’s broadcast system and at least two tests of the actual
broadcasting to two Eutelsat and/or Astra satellites chosen by the Client. The Client is
responsible for organization of required satellites access. Broadcasting reservation system test.
4.2.8. Communication system tests.
4.3. When planned for delivery OBV passes all acceptance tests mentioned in Paragraph 4.2 of
the Contract the Contractor shall then deliver OBV to the premises of the Client at Zakusalas
krastmala 3, Riga, Latvia.
4.4. Simultaneously with Delivery of OBV the Contractor submits to the Client’s authorised
representative an OBV waybill confirming delivery of OBV to the Client, signed by the
Contractor. By signing the waybill the authorised representative of the Client confirms that the
OBV has been received; however, such signature does not confirm compliance of the delivery
of OBV to the provisions of the Contract.
4.5. Within 5 (five) days upon receipt of OBV the Client verifies its compliance to the
requirements of the Contract and its Annex, by performing final tests of all OBV’s systems. If
in the course of such tests the Client detects incompliance to provisions of the Contract and its
Annex, the Client’s authorised representative within the verification period must notify the
Contractor’s authorised representative on the detected incompliances by sending electronically
a written notice on refusal of acceptance of the OBV delivery.
4.6. The Contractor must eliminate the detected incompliances and deliver OBV to the Client
for the repeated final tests. The Client verifies compliance of OBV to the Contract and Annex
within 5 (five) days after the repeated receipt of it. If in the course of repeated verification no
incompliances of OBV to provisions of Contract and its Annex have been detected, the
authorised representatives of the Parties register the delivered OBV vehicle at the Road Traffic
Safety Directorate of the Republic of Latvia as a vehicle owned by the Client or as required by
leasing agreement. Upon successful completion of such registration, including successful
completion of the official initial vehicle check-up, authorised representatives of the Parties sign
Page 76 of 84
a certificate on acceptance of OBV delivery, which is the basis for financial settlements. All
costs of the OBV vehicle registration at the Road Traffic Safety Directorate of the Republic of
Latvia and initial vehicle check-up (all duties, taxes and other related payments) are covered by
the Contractor and included in the total price under the Contract, except cost of Latvian
Compulsory Civil Liability Insurance of Owners of Motor Vehicles which is required for the
vehicle registration and which is covered by the Client.
4.7. The time needed for elimination of incompliances of OBV delivered by the Contractor is
included in the total time of delivery of OBV, but it does not include days when the Client
performed the compliance checks in accordance with provisions of Paragraph 4.2 and 4.5
hereof.
4.8. Certificate of acceptance of OBV is signed only if in addition to delivery of OBV and its
vehicle registration in the Road Traffic Safety Directorate of the Republic of Latvia:
4.8.1. the Contractor has submitted to the Client’s authorised representative all the
documentation related to the use of OBV and its warranty service, including all user manuals
for all equipment of the OBV, including all functional and structural diagrams, diagrams of the
circuits, and video and audio systems test protocols with all systems readings data.
Documentation must be submitted also in electronical form.
4.8.2. the Contractor has carried out at least 5-days long training on operation of the delivered
OBV of at least 6 (six) Client’s employees indicated by the Client’s authorised representative.
The training takes place at the OBV delivery destination at Zakusalas krastmala 3, Riga, Latvia.
All costs related to such training (costs related to Contractor’s instructor travel and
accommodation, etc.) must be included in total price under the Contract.
5. RIGHTS AND OBLIGATIONS OF THE PARTIES
5.1. The Contractor has the following obligations:
5.1.1. to ensure delivery of OBV (including design, construction, purchase and installation of
the equipment and delivery of OBV to the Client to Zakusalas krastmala 3, Riga, Latvia) and
to provide warranty service for the period stipulated in the Paragraph 2.1 hereof, to organise
and to perform all works and other tasks, which are necessary for Delivery of OBV, with its
own tools, equipment and labour force, at its own risk and in accordance with provisions hereof,
to carry out delivery of the OBV to the Client and warranty service in accordance with the
procedure and terms stipulated hereby;
5.1.2. to comply with the technical requirements and standards of the relevant area, as well as
technical specifications set by the manufacturer, in designing the OBV, construction and
installation of equipment, as well as in provision of warranty service of the delivered OBV;
5.1.3. to ensure that during construction and installation of equipment the OBV will be
continuously stored at safe and suitable premises with proper ventilation, low humidity level
and air temperature of at least +10C0;
5.1.4. must ensure an opportunity for at least 2 (two) Clients’s authorised representatives to
carry out visits to the OBV construction site during the time period allotted for delivery of OBV,
in order to inspect the construction progress. Visits should be preceded by giving prior notice;
5.1.5. within 10 (ten) business days after the Contract takes force, to submit to the Client an
unconditional and irrevocable guarantee of fulfilment of obligations under the Contract in an
amount of 20% (twenty percent) of the total price under the Contract (VAT exclusive). The
guarantee must be issued by a credit institution established in the Republic of Latvia or another
member state of the European Union or European Economic Area. Such guarantee must be
valid for at least 240 (two hundred forty) days, starting on the date when this Contract takes
force. The Contractor replaces the above guarantee with the OBV warranty service guarantee
after signing the certificate of acceptance of OBV delivery;
5.1.6. the Client may use the guarantee of fulfilment of obligations under the Contract to cover
any of its losses incurred in the result of failure to fulfil or incomplete fulfilment of the Contract
Page 77 of 84
by the Contractor, including to recover advance payments made, as well as to recover penalties
mentioned herein. If the Client terminates the Contract unilaterally on the basis of Paragraph
8.2 hereof, the Client may use the entire amount of the guarantee for fulfilment of obligations
under the Contract;
5.1.7. within 10 (ten) business days following the date of signing of the certificate of acceptance
of OBV delivery, to submit to the Client an unconditional and irrevocable guarantee on ensuring
the contractual warranty service in an amount of at least 5% (five percent) of the total price
under the Contract (VAT exclusive). The guarantee must be issued by a credit institution
established in the Republic of Latvia or another member state of the European Union or
European Economic Area. Such guarantee must be valid for at least 2 (two) years and 1 (one)
month, starting on the date of signing of the certificate of acceptance of OBV delivery;
5.1.8. the Client may use guarantee of OBV warranty service to cover any of its losses incurred
in the result of failure to fulfil or incomplete fulfilment of the Contract by the Contractor or to
recover penalties mentioned herein;
5.1.9. the Contractor is responsible for ensuring, and guarantees, that prior to its transfer to the
Client the delivered OBV was owned by the Contractor only, that it is not alienated, pledged,
donated, lent or otherwise encumbered, and the Contractor is fully entitled to enter into this
Contract, to deliver the OBV and provide the warranty service.
5.1.10. the Contractor is responsible for collecting of Client’s equipment which are mounted in
Client’s outside broadcast vehicle “Astra” and should be mounted in OBV to be delivered by
Contractor, accordingly to Annex of the Contract. The Contractor must perform all required
actions to dismount such equipment, transport it from Client’s premises at Zakusalas krastmala
3, Riga, Latvia to Contractor’s premises and mount it into OBV to be delivered by Contractor
under this Contract, and cover all related costs. The Contractor shall be fully liable for the
Client’s equipment dismounted from Client’s outside broadcast vehicle “Astra” from starting
the dismounting and until the delivery as part of OBV. Should such equipment be lost or
damaged, the Contractor must fully repair it or replace it with identical equipment on his own
account. The Contractor is allowed to dismount required equipment form Client’s outside
broadcast vehicle “Astra” not earlier than 90 (ninety) calendar days after the date this Contract
takes force and by sending notice to the authorized person of the Client at least 10 (ten) calendar
days before planned dismounting of Client’s equipment. At the moment of dismounting
authorized persons of the Parties shall sign certificate of acceptance listing all equipment items
dismounted and taken by the Contractor.
5.2. The Client shall accept the OBV from the Contractor, which is delivered in accordance
with the Contract, and shall ensure payments in accordance with the Contract. The Client also
shall provide the Contractor with reasonable opportunity to dismount Client’s equipment which
are mounted in Client’s outside broadcast vehicle “Astra” and should be mounted in planned
for delivery OBV, accordingly to Paragraph 5.1.10 of the Contract.
6. PROVISION OF WARRANTY SERVICE
6.1. The Contractor provides warranty service of Delivered OBV (including OBV vehicle
running gear) for at least 2 (two) years upon the date of signing of the certificate of acceptance
of OBV delivery, but not less than the warranty period stipulated by the manufacturer of OBV
equipment, if it exceeds 2 (two) years after the OBV delivery.
6.2. During the term of warranty Contractor without extra charge ensures warranty service for
equipment of the delivered OBV, as well as for the OBV equipment installed within the
warranty service, in accordance with manufacturer requirements, terms of frequency and scope,
ensuring timely replacement of all details, which need to be replaced, without extra charge.
6.3. In the framework of the warranty service the Contractor must ensure 3 (three) hours
response time to Client’s OBV malfunction notices. During the response time the Contractor
must contact the Client’s authorised representative, who has sent the malfunction notice, and
Page 78 of 84
ensure that the OBV or its malfunctioning component is taken for repair. The Contractor must
cover all costs related to OBV’s or its defective component’s transportation to repair shop and
back to the Client, as well as all costs of component replacement and Contractor’s staff work,
transport and accommodation, if necessary.
6.4. In the framework of the warranty service the Contractor must ensure that OBV
malfunctions are repaired and that it is restored to perfect working condition and brought back
to the Client at Zakusalas krastmala 3, Riga, Latvia, within 15 (fifteen) business days following
the day when OBV malfunction notice has been sent. If repairs of the respective malfunction
takes more than 15 (fifteen) business days, the Contractor must ensure that during the repair
works the Client is provided with an equivalent OBV or its malfunctioning component, with all
costs included in total price under of the Contract.
6.5. The Contractor may perform OBV repairs at Client’s site at Zakusalas krastmala 3, Riga,
Latvia, however, in such case the Contractor’s staff may not disturb the Client and must observe
Client’s in-house regulations, work safety rules and other laws and regulations, to the extent of
their applicability to such repair; the Client is not obliged to provide Contractor with a special
place for repair works.
6.6. The Contractor must take all necessary actions to ensure that during the warranty service
period the delivered OBV is in perfect working condition 24 (twenty four) hours a day and 7
(seven) days a week in accordance with its technical documentation. If during the warranty
service period the Contractor detects potential OBV damage, it must immediately prevent
occurrence thereof.
6.7. In the framework of warranty service the Client’s authorised representative sends
malfunction notices by e-mail to the Contractor’s authorised representative’s e-mail address
mentioned herein.
6.8. All complaints on fulfilment of contractual obligations, which are not related to
malfunctioning of OBV, are sent by the Client’s authorised representative to the e-mail address
of the Contractor’s authorised representative mentioned herein.
6.9. During the warranty service period the Contractor without extra charge ensures delivery
and replacement of defective OBV components, if such defects are caused by the
manufacturer’s or Contractor’s fault.
6.10. The opportunity to contact the Contractor’s technical support service by fax, e-mail or
telephone is ensured for the Client.
7. RESPONSIBILITY OF THE PARTIES
7.1. In accordance with the Civil Law of the Republic of Latvia, each Party must indemnify
another Party for loss, if such loss occurs due to a Party’s unlawful (forbidden) action, and such
loss and its scope is detected and supported by documents, same as the cause and effect
relationship between the unlawful (forbidden) action or failure to act and the occurred loss. The
Parties are not responsible for accidental loss.
7.2. If the Contractor fails to observe the term of OBV delivery term mentioned in Paragraph
4.1 hereof, the Client may request the Contractor to pay a penalty of 2500 (two thousand five
hundred) euro for each day of delay of delivery. The accrual of such penalty stops, if it reaches
10% of total price under the Contract mentioned in Paragraph 3.1 hereof.
7.3. If the Contractor fails to submit to the Client the guarantee mentioned in Paragraph 5.1.6
and/or 5.1.8 hereof, the Client may request penalty payment of 1000 (one thousand) euro for
each day of delay of submission. The accrual of such penalty stops, if it reaches 10% of total
price under the Contract mentioned in Paragraph 3.1 hereof.
7.4. The Client may request the Contractor to pay penalty for the Contractor’s failure to comply
with the response time required in Paragraph 6.3 hereof in an amount of 20 (twenty) euro for
each overdue hour of response time. The penalty calculated in accordance with this paragraph
may not exceed 5000 (five thousand) euro for each separate occasion of its application.
Page 79 of 84
7.5. The Client may request the Contractor to pay penalty for the Contractor’s failure to observe
the repairs time or non-provision of equal OBV mentioned in Paragraph 6.4 hereof in an amount
of 200 (two hundred) euro for each day of delay. The penalty calculated in accordance with this
paragraph may not exceed 10 000 (ten thousand) euro for each separate occasion of its
application.
7.6. If the Contractor or its staff or subcontractors or their staff fail to observe confidentiality
condition according to the Paragraph 9.1 hereof, the Client may charge penalty in amount of
2 000 (two thousand) euro for each breach of confidentiality.
7.7. If the Client delays terms of payment stipulated herein, the Contractor may request the
Client to pay interest on unpaid amount of invoice, the interest being calculated according to
the annual interest rate as stipulated by Article 1765(2) of the Civil Law of the Republic of
Latvia, pro rata to the number of days of delay.
7.8. The Client is not responsible for Contractor’s obligations, which the latter has undertaken
towards third parties in relation to performance of this Contract.
7.9. The Client may unilaterally deduct any penalty determined hereby from its payments to the
Contractor of from guarantees issued by the Contractor, or the Contractor must pay penalties
within 10 (ten) business days following the date the respective Client’s invoice is sent.
7.10. Payment of penalty or interest does not release any Party from fulfilment of their
obligations and indemnification of losses.
7.11. The Contractor is liable for its subcontractors’ actions and errors relating to Client. The
Contractor is liable for losses incurred to Client and/or third parties by non-fulfilment or
incomplete fulfilment of obligations by the Contractor’s subcontractors.
7.12. The Contractor is fully legally and materially liable for all actions or failure to act by
Contractor’s staff and Contractor’s subcontractors’ staff, taken place at Client’s premises or
surrounding territory.
8. TERM OF THE CONTRACT AND ITS TERMINATION
8.1. The Contract takes effect on the date of its signing by both Parties and is valid until
complete performance of the obligations stipulated herein. The date of signing of the Contract
is the date written at the top right-hand corner of the first page of the Contract.
8.2. The Client may unilaterally terminate the Contract by notifying the Contractor in at least
30 (thirty) calendar days in advance, in any of the following cases:
8.2.1. delivery of OBV is delayed for more than 30 (thirty) calendar days after the term
stipulated in Paragraph 4.1 hereof;
8.2.2. construction of OBV is being performed without compliance with laws and regulations,
provisions of the Contract and quality or technology requirements, and the incompliances are
not eliminated within 5 (five) business days after the notice is sent by the Client’s authorised
representative;
8.2.3. the Contractor otherwise fails to observe the obligations set forth in the Contract and
does not eliminate such violation within 10 (ten) business days after the notice is sent by the
Client’s authorised representative;
8.2.4. at the day of signing the Contract or during its fulfilment the Contractor provides false
or deliberately incomplete information or representations;
8.2.5. at the day of signing the Contract or during its fulfilment the Contractor makes an illegal
action;
8.2.6. the Contractor delays submission of guarantees mentioned in Paragraph 5.1.6 and 5.1.8
hereof for more than 5 (five) business days;
8.2.7. the Contractor has deliberately terminated execution of this Contract, including a
situation if the Contractor is not accessible at its registered address;
8.2.8. a court has announced the Contractor insolvent or a decision is taken on commencing
liquidation of the Contractor.
Page 80 of 84
8.3. The Contract is considered terminated in cases mentioned in Paragraph 8.2 hereof, if within
20 (twenty) calendar days following sending the respective Client’s notice the Contractor does
not object the above mentioned notice and does not eliminate the violations which were the
reason for unilateral termination of the Contract by the Client.
8.4. If the Client terminates the Contract unilaterally in accordance with Paragraph 8.2 hereof,
it does reimburse the Contractor for any losses or costs related to such unilateral termination of
the Contract.
8.5. The Contract can be terminated at any time by written mutual agreement of the Parties.
9. CONFIDENTIALITY
9.1. The Parties may not disclose to third parties the information on the other Party and the
Contract, unless such information is publically available, without prior written permission by
other Party, except for cases stipulated by law (Public Procurement Law of the Republic of
Latvia, Freedom of Information Law of the Republic of Latvia).
9.2. Confidentiality conditions determined hereby are in force for an unlimited time period and
remain in force even if a Party has unilaterally withdrawn from this Contract or if the Contract
has been otherwise terminated.
10. FORCE MAJEURE
10.1. Any of the Parties is released from liability for non-fulfilment or incomplete fulfilment
of obligations stipulated herein, if such default took place after signing of the Contract due to
circumstances of force majeure, which were impossible to foresee or prevent. A force majeure
includes situations beyond Parties’ control and responsibility (natural disasters, water floods,
conflagration, earthquakes and other disasters, as well as war and military operations, laws and
regulations and other decisions by national authorities or municipalities which are binding to
any or Parties, and other circumstances beyond Parties’ control). In order to be able to refer to
such circumstances, a Party must first take all necessary steps to eliminate such obstacles for
fulfilment of the Contract.
10.2. A Party suffering from force majeure circumstances must immediately, but not later than
within 3 (three) business days, notify on it the other Party, indicating character of the
circumstances, their anticipated duration and consequences, as well as to supplement the notice
with a reference issued by competent authority confirming the fact of force majeure
circumstances and nature thereof.
10.3. If due to the mentioned reasons the Contract is not fulfilled for more than 3 (three)
months, each of the Parties may unilaterally terminate the Contract by at least 15 (fifteen)
calendar days prior written notice to the other Party. In such case none of the Parties may request
indemnification of loss resulting from termination of the Contract.
10.4. Malfunctioning equipment, defects of materials, delivery hindrances, other causes related
to the subject matter of the Contract (unless directly resulting from force majeure
circumstances), labour disputes or strikes, are not deemed force majeure circumstances.
11. MISCELLANEOUS
11.1. If any provision of this Contract becomes inapplicable as a result of adopted amendments
to laws or regulations, the unaffected provisions of the Contract shall remain in force, and in
such case the Parties are obliged to apply the Contract in accordance with effective laws and
regulations of the Republic of Latvia.
11.2. If any of the Parties undergoes a change of legal status, signatory rights of executive
officials of the Parties or identification data mentioned in the Contract, it will immediately, but
not later than within 5 (five) business days, notify on it the other Party in writing. If a Party fails
to fulfil the provisions of this paragraph, it shall be deemed that the other Party has fulfilled its
obligations by using the information on the other Party as provided in the Contract. The
Page 81 of 84
provisions of this paragraph also apply to the authorised representatives of both parties and their
identification data.
11.3. The Contractor involves the following subcontractors (if any) in performance of this
Contract – to be adjusted according to the offer of chosen Tenderer. The Contractor may,
without consent of the Client, replace any of its subcontractors (if any) and involve new
additional subcontractors in fulfilment of the Contract, except for subcontractors on facilities
of which the Contractor has based its Tender in order to confirm that it meets the requirements
set forth in the contract notice and the Procurement Regulation, which may be replaced only
upon written consent of the Client in accordance with Article 68 of the Public Procurement Law
of the Republic of Latvia.
11.4. A Party’s reorganisation or a change of management cannot serve as a reason for
suspension or termination of the Contract. In the event that a Party is reorganised, the Contract
remains in effect and the provisions thereof are binding on the legal successors of the Parties.
The Contractor notifies the Client on such circumstances in at least 30 (thirty) days in advance.
11.5. All the disputes, claims or complaints arising between the Parties from the Contract or its
violations, non-fulfilment or inoperability, shall be resolved in negotiations. If no agreement
can be reached, the respective dispute is referred to a court of the Republic of Latvia in
accordance with jurisdiction determined by the Civil Procedure Law of the Republic of Latvia.
11.6. All matters not stipulated by the Contract are resolved by the Parties in accordance with
effective laws and regulations of the Republic of Latvia.
11.7. The Parties agree in writing on any amendments and supplements to the Contract, except
for cases referred to in Paragraph 11.2 of the Contract. Amendments and supplements are an
integral part of the Contract. The Parties may agree on the necessity of the following substantial
amendments, if:
11.7.1. due to unforeseen circumstances, for example, if manufacturer of materials of
equipment terminates production thereof, there is a need to change materials or equipment
specified in technical specification with equivalent materials or better quality materials or
equipment. In such case the prices stipulated by the Contract remain in force;
11.7.2. there is a need to specify technical requirements in Annex to the Contract due to their
erroneousness or impreciseness;
11.7.3. there is a need to extend the term of OBV delivery stipulated in Paragraph 4.1 of the
Contract, if emergency circumstances occur during performance of the Contract, which
inevitably delay delivery of the OBV, or if performance of the Contract is affected or delayed
by failure by the Client to fulfil its contractual obligations; in such case Contractor immediately
notifies the Client on the delay, its anticipated duration and reasons. Upon receipt of the
Contractor’ s notice the Client assesses the situation and the Parties may extend the term of
OBV delivery in accordance with duration of the delay caused by aforementioned
circumstances, by making corresponding amendment to the Contract.
11.8. The Parties may not transfer contractual rights and obligations to the third parties without
written consent of the other Party.
11.9. The Parties agree that any communication related to the Contract takes place in Latvian
of English language and that the following authorised representatives of the Parties have the
right to solve such issues as submission of complaints, arranging of organisational matters,
coordination of timing, signing of certificates of acceptance, sending of notices on OBV
malfunctioning, etc.:
11.9.1. On behalf of the Client: _________ (tel. ___________, e-mail: _____________);
11.9.2. On behalf of the Contractor: __________ (tel.___________, e-mail: ___________).
11.10. The Contract is drawn up in Latvian and English language with Annex, which is an
integral part of the Contract, on ____ (___) pages. The Contract is drawn up in 2 (two) copies,
one copy in each language for each Party. In case of discrepancies the text in Latvian language
shall prevail.
Page 82 of 84
12. IDENTIFICATION OF THE PARTIES
Client
State Limited Liability Company
“Latvijas Televīzija”
Registration No. 40003080597
Zakusalas krastmala 3, Riga, LV-1509
Bank account number:
LV54HABA0001408045529
Bank: A/S “Swedbank”
Bank code: HABALV22
Contractor
__________________________________
_______________
_______________
__________________________
Annex to
State Limited Liability Company
“Latvijas Televīzija” and ______________
Procurement contract No. ______________
TECHNICAL SPECIFICATION AND PRICES
Purchase of Outside Broadcasting Van
ID No. LTV/2015-77
Client
State Limited Liability Company
“Latvian Television”
Contractor
_______________________
________________
________________
_________________________________
Annex No.5
To Procurement Regulation
Part F “INFORMATION ABOUT TENDERER”
Purchase of the Outside Broadcast Van
ID No. LTV/2015-77
The Tenderer, represented by position, name, surname, acting by virtue of
___________________, confirms that within previous 3 (three) years (2012, 2013, 2014, 2015)
the Tenderer has carried out design, construction, equipment installation, delivery and provision
of warranty service of at least 3 (three) outside broadcast vans equivalent to the subject of the
Procurement:
Page 83 of 84
No.
Title and description
of the equivalent
projects
Total price
of contract
in EUR,
VAT
exclusive
Project
implementation
time
(from – till)
Name of the
customer’s contact
person, telephone
number,
e-mail
__________________________________________________________________________
Signature and name in words of the Tenderer’s authorised representative (attach the original
copy or a certified copy of the power of attorney), date and seal
Page 84 of 84
Download