Documentatia Echipament Tv Engleza

Embed Size (px)

Citation preview

  • 7/28/2019 Documentatia Echipament Tv Engleza

    1/61

    Annexthe Government Decision nr.763

    from October 11, 2012Anex

    S T A N D A R D D O C U M E N T A T I O Nt o a c h i e v e t h e p r o c u r e m e n t o f g o o d s a n d

    s e r v i c e s

    The object of acquisition: Purchase Equipment TV

    Cod CPV :32240000-7; 32324300-3; 31214000-9; 32342420-2; 32323100-4; 32343000-9;

    32351000-8; 32343100-0; 32351300-1; 31154000-0; 38621000-4

    Contracting Authority:Public National Broadcaster Compay Teleradio-

    Moldova

    Acquisition procedure: Open

    Tender No. 1158/13 from 19.08.2013

    No.. BAP and publication:53/13 from 09.07.2013

    Opening date: 19.08.2013, time 10:00

  • 7/28/2019 Documentatia Echipament Tv Engleza

    2/61

    2

    INVITATION TO TENDER

    Public National Broadcaster Company

    Teleradio-MoldovaOpen auction

    TV EquipmentCod CPV: 32240000-7; 32324300-3; 31214000-9; 32342420-2; 32323100-4; 32343000-9;

    32351000-8; 32343100-0; 32351300-1; 31154000-0; 38621000-This invitation for bids follows the notice published in the Public Procurement

    Bulletin no. 53/13 from 09.07.2013.In order to purchase TV equipment as needed "Teleradio-Moldova"

    (hereinafter - Buyer) activity for 2013 is allocated from the state budget the amountneeded.

    Public National Broadcaster Company "Teleradio-Moldova" invite interestedeconomic operators that can meet the needs of the Purchaser to tender for the supply

    of the following goods and services:LOT NO 1Nr.d/o

    GoodsTechnical Specifications

    Quantity Delivery timeDelivery terms:CIP, DDP Incoterms 2010

    Minimum of 30 calendardays or within 45 days after

    signing the contract1 PAL:HD / SD- SDI SDI.HIGH-

    PERFORMANCE CAMERA : Pickup device 3-chip 2/3 C-MOS (1920X1080 Full HDResolution.Included : Viewfinder. Microphone. AutoFocus Lens (16x2)Signal Format: Selectable from

    1080/50i,720/50PAspect ratio : 4:3/16:9Effective Picture Elements : 1920x1080Gain Selection : -3,0,+3,+6,+9,+12dbHorizontal Resolution : 1,000 TV lines or more(in 1920 x 1080i mode) 920 TV lines (in SDmode)Lens Mount : Standard 2/3" B4 Bayonett mountFocal Length 8 - 128 mm (35 mm equivalent:31.5 - 503 mm)

    5

  • 7/28/2019 Documentatia Echipament Tv Engleza

    3/61

    3

    Iris : f/1.9-16, close, auto/manualZoom Ratio 16x, servo/manualFocus AF/MF/full MF selectable, 800 mm to (macro off), 50 mm to (macro on, wide), 732

    mm to (macro on, tele)

    Image Stabilizer : Shift type, on/off selectableFilter Diameter : 82 mm (0.75 mm pitch)Optical System : F1.4 Prism systemPickup Device : 3-chip 2/3-inch type Exmor Full-HD CMOSS/N Ratio : HD -59db, SD -65db (Y=Typical)Input/OutputAudio Input :XLR 3-pin (x2, front and rear)Prompter Output/Genlock Input : BNC, 1 Vp-p,75

    DC Input :XLR 4-pinDC Output : 4-pin. Test Output: BNCSDI Input :BNC. SDI Output : BNCCCU : Input/Output 26 multi pin connecterCZ 26-pin

    Intercom :XLR 5-pin, female . Remote :8-pinPower Requirement : 12 V AC (10.5 17 V)

    2 CAMERA CONTROL UNIT (CCU HD/SD)Product Highlights :Control Iris, Master/Black LevelsControl White Levels, AWB, ABBConnects via 26-Pin Multi-Core CableEthernet Port for IP ControlReturn Video Input4x HD-SDI OutputHDMI, S-Video, Component Output

    Tally, Intercom & Remote ControlCamera Connector :1x CCZ 26-pinIntercom/Tally/PGM: 1x female D-sub 25-pinIntercom (PROD and ENG): 4W/RTS/CC, 0 dBuTally: red, greenPGM: 1x system, -20/0/+4 dBuTrunk (RS-232C): 1x D-sub 9-pin femaleSDI Output: 4x BNC, HD/SD-selectable at eachpair of two outputsAnalog Video Output: 3x BNC, selectable fromHD (YPbPr or RGB) or SD (YCbCr or RGB)S-Video (Y/C) Output: 1x mini-DIN 4-pinVBS (Composite Video) Output: 2x BNC

    Input/Outputs :HDMI Monitor Output: 1x Type A 19-pinHDMI Version: HDMI 1.3PIX (Monitor, VBS) Output: 1x BNCAudio Output: 2x XLR 3-pinReturn Video Input (VBS): 2x BNC with 2x BNCloop-through outputPrompter Input (VBS): 1x BNC with 1x BNCloop-through outputReference Input: 1x BNC with 1x BNC loop-through output

    5

  • 7/28/2019 Documentatia Echipament Tv Engleza

    4/61

    4

    HD: SMPTE 274M, tri-level sync, 0.6Vp-p, 75SD: Black burst (NTSC: 0.286Vp-p, 75; PAL:0.3Vp-p, 75)Intercom Headset: 1x XLR 5-pinPower Requirement :100-240V AC, 50 Hz

    3 Simple Remote Control PanelProgrammable MenuJoystick Tension AdjustmentNetwork CapabilityRCP Camera AssignmentInput and Output Connectors : CCU/CNU: Multi-connector 8-pin (female) x1EXT I/O: 9-pin D-Sub (female) x1

    Included 8-Pin/8-Pin Remote Control Cable 10m(CCA510)

    5

    4 WIDE ANGLE 2/3inch HD ZOOM LENS.Camera Format : 2/3-inchFocal length ( 1X ) : 4.5 59mm. Zoom ratio :13X.Extender : 2X. Maximum relative aperture (F-

    No.) : 1 : 1.8 ( 4.5 39.2mm ), 1 : 2.6 ( 59mm ).Minimum object distance(M.O.D.)- from frontlens : 0.3m, from image plane : 0.59m.Object dimensions at M.O.D. 16 : 9 Aspectratio : ( 1X ) 4.5mm 750 x 422mm, 59mm55x31mm, ( 2X ) : 9mm 369 x 207mm, 118mm28x16mm.Angular field of view 16 : 9 Aspect ratio : (1X ) 4.5mm 93deg 38 x 61deg 50, 59mm 9deg18 x 5deg 14. ( 2X ) : 9mm 56deg 06 x 33deg20, 118mm 4deg 39 x 2deg 37.

    1

    5 FULL SERVO HD & BROADCAST LENSES.ZOOM RATIO : 16x2 :

    CFC-12-990- flexible cable,CFH-3- focus grip,FMM-X1- focus man. mod. only forXA16sx8BRAM,SRD-92B- zoom demand

    4

    6 DIGITAL ZOOM/FOCUS REAR CONTROLKIT for HD and Broadcast RM/ZM TypeENG/EFP Lenses. Zoom ratio : 13X.ERD-10A-D01 Digital Zoom DemandCFH-11 Manual Focus HandleFMM-6B Manual Focus ModuleCFC-12-990 Flexible CableMCA-6B Saw Tooth Mounting Clamp

    MCA-7 Mounting Clamp

    1

    7 Cable Muiti Core 26-pin/26/pin, 50m length 38 PEDESTAL SYSTEM WITH PANORAMIC

    HEAD FOR YOUR STUDIO.Lightweight Camera PlatformFluid Head Payload - 22-55 lbs (10-25kg)7 (plus zero) Pan/Tilt Drag Positions4 Counterbalance Positions100mm Sliding RangeAdjustable Air SystemMaximum Height - 55.6" (1412mm)

    1

  • 7/28/2019 Documentatia Echipament Tv Engleza

    5/61

    5

    Steering Wheel and 100mm Bowl MountMiller Studio Dolly Included. Arrow 55 FluidHead Included

    9 Pedestal SystemSafe air charging with pump or compressorLarge height range and silent dolly movementSmooth-running lifting column for vibration-free?on the air? movementColumn can be locked in place by brake at anyheightOptimally adjustable air pressure to balance anycamera configurationFast, tool-free set-upIncl. pressure gaugeConvenient eccentric clampWeight 16.5 kg / 36.4 lbsPayload 55 kg / 121 lbsHeight range 71.5 - 157 cm / 28.1 - 61.8 inLift 42 cm / 16.5 inClearance 99 cm / 39 in

    Head fitting flat basOn-shot stroke42 cm/16.5Included FB Adaptor

    1

    10 FLUID HEADWeight 4.5 kg / 9.9 lbsPayload : 8 - 35 kg / 18 - 77 lbsSliding range plate :100 mm / 3.9 inCounterbalance : in 18 stepsGrades of drag : 7 each horizontal and vertical + 0Tilt range +90/-75Temperature range :-40 to +60 C / -40 to +140F

    Camera fitting Touch & Go Plate 35Tripod/Pedestal fitting : Flat basePan bar(s) : 2, telescopic, Type PlusLevel self-illuminating Touch BubbleBatteries Level : 3 x 625U or LR9Adapter viewfinder extension :

    1

    11 5-INCH MONOCHROME STUDIOVIEWFINDER.High horizontal resolution of 650 TV linesStable video imageBright and clear colour imageUnder Scanning capabilityCan operate either on EIA and CCIR signals

    systems with automatic selection 16:9/4:3Automatic Aspect Ratio SelectionCamera connector 20-pin or DIN 8-pin connectorPower requirements DC 12V +5.0/-1.5V (suppliedfrom a camera)

    4

    12 MULTI-FORMAT HD LCDMONITOR(HD/SD SDI)Display Type : 17" LCD DisplayAspect Ratio: 16:9Pixel number: 1920 (H) x 1080(V)Panel surface: Glare

    8

  • 7/28/2019 Documentatia Echipament Tv Engleza

    6/61

    6

    Viewing Angle : H:160deg V:140degContrast Ratio : 600:1Display color : 16.7M colorsBacklight : LEDVideo IN/OUTComposite Video IN: BNC x 1

    Composite Video OUT: BNC x1 LoopthroughHDMI In : HDMI Connector x 1HD/SD-SDI : IN: BNC x2. OUT: BNC x1(Switched / reclocked out)Audio : IN: RCA x 2 (L/R) 3.5mm Stereomini jack x 1. OUT: RCA x 2 (L/R). MonitorAutRemote : RS-232C: D-sub (9-pin) x 1

    13 INSTALAREA CAMERELOR (COMPLET ) NSTUDIOUL NR.1.

    1

    LOT NO.2 video and audio equipmentNr.d/o

    GoodsTechnical Specifications

    Quantity Delivery timeCondiiile livrrii:CIP, DDP Incoterms 2010

    Minimum of 30 calendardays or within 45 days after

    signing the contract1 DOUBLE-EAR HEADSET

    Double Ear Headset:Open or Enclosed Ear Phone: EnclosedHigh-quality dynamic hyper-cardioid microphoneHigh ambient-noise attenuation headphones40Hz - 20kHz frequency responseBoom rotation On/Off switch for quick

    microphone mutingEar socks and storage bag includedImpedance Mic/Earpiece: 200ohms/400ohms

    5

    2 32X32 COMPACT HD/SD- SDI ROUTERSIncluded Control PanelSupports 32 3G SDI inputs and outputsVideo Formats525i 29.97720P 50, 59.94, 601080i 25, 29.97, 301080PsF 23.98, 24, 25, 29.97, 301080p 23.98, 24, 25, 29.97, 30, 50, 59.94, 60Video Input DigitalSD/HD/3G SDI, SMPTE-259/292/296, 8- or 10-bitsSingle Link 4:2:2 (1 x BNC per input)Video Output DigitalSD/HD/3G SDI, SMPTE-259/292/296, 8- or 10-bitsSingle Link 4:2:2 (1 x BNC per output)Audio Input Digital8-channel, 24-bit SMPTE-259 SDI embeddedaudio, 48kHz sample rate, SynchronousTimecodeSDI RP188 preserved from inputs to outputs

    1

  • 7/28/2019 Documentatia Echipament Tv Engleza

    7/61

    7

    Reference InputAnalog Color Black (1V) or Composite Sync (2 or4V)Looping, non-terminating.Network Interface10/100/1000 Ethernet (RJ-45)Embedded web server for remote controlMachine ControlRS-422

    3 MIXER AUDIOTotal of Inputs: 40Mic/Line Inputs : 40 Line - Balanced 1/4" TRSPhone40 Mic - Balanced 3-pin XLRAUX Sends : 8 - 1/4" TRS PhoneAUX Returns 8 - Stereo L/R 1/4" TRS PhoneInserts 40 Channel Inserts - 1/4" TRS Phoneinput channels 1 - 408 Aux Send Inserts - 1/4" TRS Phone

    8 Group Send Inserts - 1/4" TRS PhoneMain Insert - Stereo L/R 1/4" PhoneBUS (Group) Outputs : 8 - 1/4" TRS Phone2 Trk Master I/O :Main OutBalanced L/R Stereo 3-pin XLRUnbalanced L/R Stereo 1/4" Phone

    Mono 3-pin XLRALT I/O : 40 Direct Outputs - DB-25 pinConnectorsMonitor Outputs : L/R Stereo 1/4" PhoneEQ Section : Mono Channel EQ:High: +/-15dB @ 12kHzHigh Mid: +/-15dB, sweepable from 400Hz to

    8kHzLow Mid: +/-15dB, sweepable from 100Hz to2kHzLow: +/-15dB @ 80Hz

    Stereo AUX Channel:High: +/- 15dB @ 12kHz

    High Mid: +/- 15dB @ 2.5kHzLow Mid: +/- 15dB @ 400Hz

    Low: +/- 15dB @ 80HzSolo/Mute Channel inputs, group outputs,aux sendsChannel Level Control: Channel Fader ControlTrim/Gain Control : Sealed Rotary Controls

    Phantom Power : +48V Phantom PowerMetering : 12 - Segment stereo and solo stereoLED indicatorsFrequency Response Mic Input to MainOutput (Gain @ Unity)+0, -1dB, < 10Hz to 80kHz+0, -3dB, < 10Hz to 130kHzDynamic Range: >105dB, 24 channels assigned>115dB, one-channel assignedSignal-to-Noise Ratio: -87 dBu (ref. +4 dBu, MicIn to Main Out, 48 channels and Main Mix levels

    1

  • 7/28/2019 Documentatia Echipament Tv Engleza

    8/61

    8

    @ Unity)-90 dBu (ref. +4 dBu, Mic In to Main Out, 24channels and Main Mix levels @ Unity)Total Harmonic Distortion (THD) Mic Input toMain Output (@ +4dBu)THD: < 0.007% max, 0.005% typical, 20Hz to20kHzSMPTE IMD: < 0.005% (7kHz/60Hz, 4:1)Power Supply Power Consumption: 180 WattsAC Power Supply: 100VAC - 240VAC, 50Hz

    4 FRAME COVERTER HD/SD-SDIDISTRIBUTION AMPLIFIERInput : SD/HD-SDI x 1, reclocked and equalized,143 to 1.485Mbps, on a BNC connectorOutput:SD/HD-SDI x 8, SMPTE259M/292M/296M, on BNC connectorsInput SMPTE 259M/292M/296M, BNCOutputs SMPTE 259M/292M/296M, 8 x BNCreclocked and equalized, 143 to 1.485Mbps, on aBNC connector.

    8

    5 FRAME RACKMOUNT10 In. Capacity :10 Slots,Inputs : RJ 45 Communications Port/PowerSupply Monitoring. Reference Input, BNCCooling : Multiple-Fan Forced AirCompatible pozition 15(HD/SD-SDI Distribution Amplifier)

    1

    6 AUDIO DISTRIBUTION AMPLIFIERFront panel gain controls and output monitoringtest points for each channel (optional gainpotentiometers with knobs)

    5 balanced outputs per channel of whichup to three per channel can be transformer-

    coupled (a link can be moved to configure the unitto a single channel 10 output distributionamplifier)Electronic or optionally transformer balancedinputs (user selectable high or 600 Ohmimpedance)Low impedance outputs (optional 600 Ohmimpedance)

    Novel circuitry around the input andoutput transformers ensures wide frequencyresponse and low distortion even at lowfrequencies when transformers traditionallyperform poorly

    Moving a link provides a mono output on the lastoutput for each channelA link can be moved to bypass the roll-off filterfor time-code distribution

    3

    7 HD/SD 4-CHANNEL ANALOG AUDIOEMBEDDER/DISEMBEDDERFormats :HD SMPTE 292/296MSD SMPTE 259MDual rate HD-SDI/SDI Embedder/Disembedder4-Channel Balanced Analog Audio I/OVideo Input : HD-SDI or SDI BNC

    6

  • 7/28/2019 Documentatia Echipament Tv Engleza

    9/61

    9

    Video Outputs : HD-SDI or SDI BNC x2Audio Inputs : 4 x Balanced Analog Audio, XLRAudio Outputs : 4 x Balanced Analog Audio,XLRAudio Levels : See "Output Level SelectionMatrix" belowConversion : This unit can embed or disembedanalog balanced audio on HD or SD SDI videoAudio Converters : 24 bitEmbedded Audio : SMPTE 272M/299M, 24 bit,48KHz synchronousControl : Slide Switches:Embedder On/OffChannel Pairs 1/2-3/4Input group select 1-4Output group select 1-4Audio Level Pro/ConsumerSupplied XLR breakout cable

    8 APC Smart UPS 3000 VA. UPS Technology

    Line interactive . Input Voltage AC 120 VInput Voltage Range AC 82 - 144 VInput Voltage Range (Adjustable) AC 75 - 154 VFrequency Required 50/60 HzInput Connector(s)1 x power NEMA 5-15Output Voltage 120 V( 57 - 63 Hz )

    1

    9 SDI/OPTICAL FIBER CONVERTERSAudio-video signal transmission over optical fiber:Transport of SDI, HD-SDI, and 3G HD-SDI oversingle mode optical fiberAuto-detection of video formatAll SDI Ancillary data including embedded audio

    is passed LC, ST OR SC fiber connectorsSimplex or Duplex models availableAll inputs, either SDI or fiber, are equalized andre-clockedASI compatibleFormats : 3Gb, 1.5Gb, 270Mb, Auto SelectVideo Inputs and OutputsSDI (SMPTE 259/292/296/424), 2x BNC1x Single mode optical fiber, LC connector 1xSingle mode optical fiber, ST connector (FiDO-T-ST, FiDO-R-ST)1x Single mode optical fiber, SC connector(FiDO-T-SC, FiDO-R-SC)

    2x Single mode optical fiber, LC connectors(FiDO-2R, FiDO-2T, FiDO-TR)

    6set

    10 WORKSTATION FOR CAPTURE

    English Windows 7 Professional (64Bit OS)with recovery DVD.

    Case/PSU: Tower : 400W 90% efficient

    CPU: Xeon Quad Core, 3.1GHz, 8MB, 0GT;

    1

  • 7/28/2019 Documentatia Echipament Tv Engleza

    10/61

    10

    69 Wof Cores :4of Threads: 4Clock Speed :3.1 GHzMax Turbo Frequency :3.5 GHzIntel Smart Cache :8 MB

    Bus/Core Ratio : 31DMI: 5 GT/sInstruction Set :64-bitInstruction Set Extensions: SSE4.1/4.2, AVXLithography : 22 nmMax TDP : 69 W

    RAM: 8GB (2x4GB) 1600MHz DDR3 ECCUDIMM Up to 32GB, 4 DIMM slots

    HDD: Serial ATA hard disk 3,5" 1x250Gb;HDD SATA 1TB 7200RPM 3Gb/s Hard

    Drive; integrated SATA 6.0Gb/s hostcontroller and supports host based RAID 0, 1,5, 10

    DVD : 16x DVD+/-RW Drive

    Video Card: 800 MHz engine clock; 1GBGDDR5 memory; 1000 MHz memory clock;64 GB/s memory bandwidth; 768 GFLOPSSingle Precision compute power; 128-bitGDDR5 memory interface; PCI Express 2.1x16 bus interface; DirectX 11 support;

    OpenGL 4.1 support; DVI, HDMI

    USB KeyboardBlack same production asWorkstation En/Ro/RuUSB Optical Scroll Mouse Black sameproduction as Workstation

    2x Monitors: 21 inch, IPS LED,rezoluia:1920x1080, 300 cd/m, Dinamiccontrast Ratio : 2000000:1, Viewing Angle(178 vertical / 178 horizontal), Responserate (typical) 8 ms, Pivot, 1xDisplayPort,

    (DP) , DVI, USB 2,0Hub, 1 xVideo GraphicsArray (VGA)

    UPS: Smart UPS 500W, 230V

    Monitor Speakers:two-way desktop reference speaker,low-frequency: 4" diameter, polypropylene-coated, magnetically, shielded with high-temperature voice coil,

  • 7/28/2019 Documentatia Echipament Tv Engleza

    11/61

    11

    high-frequency: 1" diameter, magneticallyshielded silk cone tweeter,frequency response - 85 Hz 20 kHz,crossover frequency: 2.7 kHz,dynamic power: 20 watts continuous, perchannel into 4 ,

    input impedance: 10 k unbalanced, 20 k balanced,RF interference, output current limiting, overtemperature, turn on/off transient, subsonicfilter,Cabinet: vinyl-laminated MDF

    Converter for Ingest:SDI2DV DV-to-SDI Bi-Directional VideoConverter1394 bus powered6-pin and 4-pin 1394 ports

    12V XLR Battery InputDual BNC's for 10 bit SDI I/ODual BNC's for VITC I/ORS-422 Machine Control via 9 pin D SubLow Profile, lightweight design forportabilityBi-directional conversionEmbedded Digital Stereo Audio at 48 KHzSMPTE time code supportAnalog VITC SupportDVITC SupportSeamless operation with Betacam SX

    equivalents to the Sony BVW-55, such as theDNW-A2511 SDI VIDEO CABLE

    Series: SDI Video.Structure: 1x0, 80 mm.Conductor: copper wire.Insulation: FRNC, non-flammable.Screen: double: Aluminum + twisted braided,tinnedcopper.Ext. dia., mm: 6.1.Weight g / m: 56.0.Color: Green, wite, blackImpedance (Ohm)75

    Nom. Capacitance Conductor to Shield:Capacitance (pF/m) 53.1522Nominal Velocity of Propagation: VP (%) 82Nominal Delay: Delay (ns/m) 4.06844Nom. Conductor DC Resistance: DCR @20C (Ohm/km) 20.9984Support HD distance: 140 m

    1500m

    12 BNC CONNECTOR for SDI VIDEOCABLE (poz.23). Ring ,Material: Brass,Nickel Plated

    275

  • 7/28/2019 Documentatia Echipament Tv Engleza

    12/61

    12

    13 PROFESSIONAL MICROPHONECABLESConductor : stranded bare copper, 28 x 0.10mmCross-section : 0.22-0.25 mm2Core Arrangement : 2 cores + cotton tracers

    twistedShielding : bare copper spiral shieldOuter Jacket : PVC, mattOverall Diameter: 6.5 mmMin. Bending Radius : 30 mmWorking Temperature : -20 C / +70 CConductor Resistance : < 85 /kmCapacitance : Cond./Cond. 60 pF/m,Cond./Shield 110 pF/mInsulation Resistance > 100 M x km

    500 m

    14 XLR-MALE CONNECTOR FOR CABLE 6015 XLR-FEMALE CONNECTOR FOR

    CABLE

    70

    16 XLR-MALE CHASSIS CONNECTOR 7517 XLR-FEMALE CHASSIS CONNECTOR 4018 JACK PLUG 6.35 MM CONNECTOR

    Gender : MaleNumber of Positions / Contacts : 3 (TRS,Stereo)Material : Metal, gold platedTemperature range : -20 - +70 CPlug construction : Plug, Cable MountExternal diameter: 6,35 mmNumber of pins : 3 / Stereo

    Connection : Soldering

    30

    19 SMART VIDEOHUB 16x16. CONTROLPANEL INCLUDEDCompact - 1U Size3 GB/s SDIAuto-switching SD / HDFull SDI Re-clocking32 Attractive Crystal Look ButtonsIlluminated ButtonsEthernet Direct Network ConnectionSDI Video Input: 16 x 10 bit SD-SDI, HD-SDI, 3 Gb/s HD and 2K switchable

    SDI Video Output: 16 x 10 bit SD-SDI, HD-SDI, 3 Gb/s HD and 2K switchableMulti Rate Support: Auto detection of SD,HD or 3 Gb/s SDI Simultaneous routing of2K, HD, SD video and DVB-ASISD Format Support: 625/25 PALHD Format Support:1080p25, 1080PsF25,720p50,SDI Video Sampling: 4:2:2 and 4:4:4SDI Color Precision: 4:2:2 and 4:4:4 10 bit

    1

  • 7/28/2019 Documentatia Echipament Tv Engleza

    13/61

    13

    SDI Audio Sampling: Television standardsample rate of 48 kHz and 24 bitSoftware Control : Router control includedfree for Windows and Mac OS XPower Supply : 1 x Universal power supplyPower Fail Protection : Router connections

    preserved and restored instantly at power onindependently of host computer

    20 20.1 VIDEOPROMTERThe set will include :Tube with a translucent mirror 480 x 480mmTwo-Way GlassMounting Platform19-inch Color TFT Monitor with resolution1400x90010m RGB Monitor Cable

    1

    20.2 FOOT CONTROLTELEPROMTER

    Combined Power : consumption 85mA (1W)12V DC Size : 206mm x 256mm x 73mm (Wx L x H) 133mm x 124mm x 53mm (W x L xH)12V PSU cu conectare Hirose12V PSU with Hirose connection (supplied)Control : Din 9-mod sub-D tip MaleControl Net BNCMFC to MDP 6/4 RJ11 (2m and 5m linkcables supplied)

    1

    20.3 HIROSE POWER SUPPLYUniversal Input 100V-240V and 47-63Hz,0.4 Amps

    Output: 11-13V, 15W Max1.25 Amps @ 12VRegulated 12V HIROSE (12-Pin) powersupply with universal voltage and detachablewall cord (not shown).

    2

    21 Trasarea cablurilor Video SDI, Audio analog,Transferul echipamentului din studioul nr.5 nstudioul nr.1

    1

    Qualification requirements for economical operators include:a) business registration certificate - copy - issued by the State Registration

    Chamber (Ministry of Information), confirmed by signing and stamping of theParticipant;b) Certificate of Award bank account - copy - issued by the bank holding of

    the account;c) Certificate of Systematic payment of taxes, contributions - copy - issued by

    the Tax Inspectorate (validity - as required by the Tax Inspectorate of Moldova);d) Recent financial report - copy - confirmed by the signature and seal of the

    Participant;

  • 7/28/2019 Documentatia Echipament Tv Engleza

    14/61

    14

    e) Certificate of Compliance or other equivalent certificate confirming thequality of goods / services - released by the National Body of Products ConformityVerification - copy of the original, confirmed by the stamp and signature of the

    participants;f) Statement of Ethics and lack of involvement in fraudulent practices and

    corruption (F3.4).g) The list of founders (name, code. staff);h) Data on participantOperators may obtain additional information from the contracting authority

    "Teleradio-Moldova", Chisinau, str Mioria 1, 1st floor, office. 103 Bietru Tatiana- Secretary of the Working Group, tel: 406 963, e-mail: achizitii.trm @ gmail.comand familiar with the requirements of the bidding documents at the address given

    below "Teleradio-Moldova", Chisinau, str . Mioria 1, 1st floor, office. 103 BietruTatiana - Secretary of the Working Group, tel: 406 963, e-mail: achizitii.trm @

    gmail.com from 9.00-17.00.The set of documents may be obtained at the same address after filing thenotice (indicating clearly the name, address, contact telephone number and name ofthe person authorized by the Participant) and confirmation of payment of non-refundable amount of 200 lei per set.

    Payment is made in cash or by transfer to the address "Teleradio-Moldova",according to the following details:

    (a) the payee: Public National Broadcaster Company "Teleradio-Moldova"(b) the data bank, the Savings Bank SA, fil. No.. 1(c) Fiscal Code 1004600050558(d) the settlement account; 22,242,014,981,776(e) bank code; BECOMD2X609

    Note "for the set of tender documents".Lack of demand for participation and non-payment of the fee for tender

    documents missing trader the right to submit the tender in the procurement of thoseproceedings.

    Participant documents put in an envelope, sealed and stamped, to be presentedbefore the 10:00 on 19.08.2013 at the Public National Broadcaster Company"Teleradio-Moldova". Delayed tenders will be rejected. Bids will be opened in the

    presence of physical or electronic working group members Public NationalBroadcaster Company "Teleradio-Moldova" and representatives of the tenderer10:00, 19.08.2013 address Public National Broadcaster Company "Teleradio-Moldova" mountains . Chisinau street Mioria 1 et. 5 antechamber.

    All bids must be accompanied by bid guarantee in the form of bank guaranteein the amount of 1% of the total offered

    Address reference in the text above:

  • 7/28/2019 Documentatia Echipament Tv Engleza

    15/61

    15

    Public National Broadcaster Company "Teleradio-Moldova" Moldova,Chiinu, Mioria 1, 1st floor, office. 103 Bietru Tatiana - Secretary of theWorking Group, tel: 406 963, e-mail: achizitii.trm @ gmail.com

  • 7/28/2019 Documentatia Echipament Tv Engleza

    16/61

    16

    Section 1. Instructions to Bidders (IB)

    GENERAL PROVISIONS

    1. The goal tender1.1. Contracting authority indicated in the data acquisition (DA) issued tender

    documents for the supply of goods / services as specified in Section 4 -Table requirements. Scope and auction number are specified in the DA.

    Name and number of lots are provided in the DA.

    2. Source of funding

    2.1. Contracting Authority have been allocated public funds as indicated in theDA to eligible payments under the contract for which the tender document

    is issued.3. The origin of goods and services

    3.1. All goods delivered from this auction will be eligible.

    4. Auction Participants

    4.1. Auction Participant is any economic operator status entrepreneur, residentor non resident natural or legal person who is entitled to attend, according to Law no.96-XVI of 13 April 2007 on public procurement contract award procedure of

    procurement.

    4.2. Tenderer may be natural or legal person, company, association or anycombination of their legal form of agreement of intent, or an existing one, theformation of the Association, which was invited to participate in the procurement

    procedure or would like to participate, or tendered the invitation to tender. Allmembers of the Association shall be liable to the contracting authority jointly andindividually.

    4.3. State-owned enterprises of the Republic of Moldova can participate inbidding only if they demonstrate that they are legally autonomous and operate undercommercial law and finance.

    4.4. Bidder submits a declaration form in Section 3 (F 3.4), on the fact that it(including members of the Association) is not in conflict of interest regarding his

    participation in the auction, namely: (i) is not associated with nor was not associated inthe past, directly or indirectly, with any consultant or other entity that has prepared thespecifications and other documents related to this call, and (ii) submit only one bid,except for alternative under Article IPO20 (this restrict the participation ofsubcontractors in more offers).

  • 7/28/2019 Documentatia Echipament Tv Engleza

    17/61

    17

    4.5. Bidder shall be permitted to tender if it is included in the list of prohibitedsuppliers, in accordance with Article IPO36. Prohibition list can be found at theaddress indicated in the DA.

    May. Tender costs

    5.1. The bidder shall bear all costs associated with the preparation andsubmission of the tender and the contracting authority does not bear any responsibilityfor these costs regardless of the conduct or outcome of the auction.

    June. Sections of Bidding Documents

    6.1. Bid documents include all the sections indicated below and should be readin conjunction with any amendment under Article IB 7.

    Section 1. Instructions to Bidders (IB)

    Section 2. Safety data acquisition (DA)

    Section 3. Forms for submission

    Section 4-A. Table requirements.

    Section 5-A. Form of Contract

    7. Clarification and amendment of tender documents

    7.1. Participant seeking clarification of the tender documents will contact thecontracting authority in writing at the address specified in the DA. The contractingauthority shall respond in writing to any request for clarification prior to the deadline

    for submission of tenders. The contracting authority shall send copies of the responseto all participants who have obtained the Bidding Documents directly from it,including a description of the application, but without identifying the source.

    7.2. At any time prior to the deadline for submission of tenders, the contractingauthority may amend the tender documents. Any modification made in writing, will be

    part of the bidding documents and will be immediately notified in writing to allparticipants who have obtained the tender documents directly from the contractingauthority and the Public Procurement Agency.

    8. Corrupt Practices and other prohibited practices

    8.1. Government calls for contracting authorities and participants in publictenders to meet the highest ethical standards of conduct in carrying out andimplementing procurement processes, and performance of contracts financed from

    public funds.

    8.2. In accordance with paragraph IB8.1, where agency procurement orcontracting authority will determine that bidder has been engaged in practices

  • 7/28/2019 Documentatia Echipament Tv Engleza

    18/61

    18

    described in point IB8.3 in the process of competition for public procurementcontract or performing the contract, it:

    a) exclude from the procedure that purchase through inclusion in the ban list,according to the Government Decision no. 45 of 24 January 2008, or

    b) take any other measures provided for in Article 30 of Law no. 96-XVI of13 April 2007 on public procurement.

    8.3. In order to apply the provisions of this section, the following actions arenot allowed in procedures for acquisition and execution of the contract:

    a) The promise, offering or giving a person a responsible, either personally orthrough an intermediary, for goods or services, or any other thing of value toinfluence the actions of another party;

    b) any act or omission, including misreading that, knowingly or negligently

    mislead or tend to mislead a party to obtain a financial or other benefit or to avoidan obligation;

    c) understanding prohibited by law, between two or more parties, made inorder to coordinate their behavior in public procurement;

    d) damage or harm, directly or indirectly, any party or the property of theparty to influence improperly the actions it;

    e) deliberate destruction, falsification, counterfeiting or concealing ofevidence material to the investigation, or giving false information to investigators,essential to prevent an investigation conducted by the competent bodies to identifythe practices described above, as well as threats, harassment or intimidating any

    party to prevent it from disclosing information about issues relevant investigation orpursue the investigation.

    8.4. Contracting authority staff will be equal obligations on the exclusionpractices of coercion to obtain personal benefits in connection with the procurement.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    19/61

    19

    A. Criteria for qualification

    9. General criteria

    9.1. Bidder shall have experience, good reputation, technical equipment andexpertise necessary, capacity, equipment and other physical facilities, including

    after sale services (if applicable), managerial competence, specific experience,qualified personnel necessary for the performance of contract and other necessaryskills qualitative performance of a public contract for the entire period of validity.

    10. Experience criteria

    10.1. Bidder shall have a minimum level of experience in delivering goodsand / or services to qualify for fulfilling the requirements of the contract:

    a) specific experience in the delivery of goods and / or related servicesspecified in the FDA, with the Association at least one of the partners will meet this

    condition, andb) minimum production capacity or equipment specified by FDA.

    11. Affordability criteria

    11.1. Bidder shall have a minimum level of financial capacity to qualify tofulfill the contract requirements:

    a) achieving a satisfactory supply of similar goods within a period specifiedin the FDA, the individual contract value amounted FDA determined;

    If the above requirement, the contracting authority supports aggregation of

    contracts for a period equal to the period of realization of the future contract. If atleast one member of the Association will meet the requirement. Other partners willmeet the requirement in the amount of at least 30%,

    and

    b) availability of cash or working capital or credit resources from a bank,according to the FDA.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    20/61

    20

    A. Preparation of Bids

    12. The documents constituting the tender

    12.1. The offer will include:a) the tender form (F3.1);

    b) guarantee to offer (F3.2) original;

    c) form the technical specification and price (F4.3);

    d) information on the offer form (F3.3), including all certificates anddocuments listed in paragraph 1.9 of the form;

    e) any other document required in the FDA.

    12.2. All documents referred to in points a), b) and c) of paragraph IB12.1

    will be completed without any alteration or deviation from the original,empty spaces are filled with the information requested. Completing the formsmay result in the rejection of faulty supply as inappropriate.

    13. Documents to demonstrate the compliance of goods and services

    13.1. To establish the conformity of the goods with the requirements of thetender documents, the bidder shall submit, as part of its bid, documentary evidence

    proving that the goods comply with the conditions of delivery, technical

    specifications and standards specified in Section 4 - Table requirements.13.2. To demonstrate compliance proposed quantities and delivery terms, the

    offeror shall complete the forms "List of goods and delivery schedule" (F4.1). Todemonstrate the technical compliance of the goods, the bidder shall complete Formspecifications and price (F4.3). Also, the bidder will include literature, drawings,excerpts from catalogs and other supporting technical data.

    14. The principle of a single tender. Offers alternative

    14.1. Bidder shall submit only one bid, either individually or as a member of

    the Association. All offers involving a tenderer who submits or participates in morebids will be rejected (this refers to the participation of subcontractors in moreoffers). Alternative bids will not be accepted unless this is permitted FDA.

    15. Guarantee to offer

    15.1. The bidder shall submit, as part of its bid, a bid Warranty (F3.2), asspecified in the FDA.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    21/61

    21

    15.2. Guarantee for the offer will be in the amount specified in the FDA, inMDL, issued by a licensed bank and will be:

    a) in the form of bank guarantee from a banking institution, valid for theperiod of validity of the tender or other extended period, as applicable, in

    accordance with paragraph IB17.2., orb) transfer to the account of the contracting authority.

    15.3. If a tender guarantee is required in accordance with paragraph IB15.1,any bid not accompanied by such a guarantee will be duly prepared by thecontracting authority rejected as inadequate.

    15.4. Guarantee to offer unearned bidders will be returned as quickly aspossible, but not later than 5 days from the time:

    a) signing of the contract by the winning bidder, after submission ofperformance guarantee in accordance with paragraph IB42;

    b) cancellation of the procurement process;

    c) the expiration of the warranty offer.

    15.5. Guarantee to offer can be accepted:

    a) if a tenderer withdraws or amends its tender during the period of bidvalidity specified by the bidder in the bid form, except as provided in paragraphIB17.2, or

    b) if the winning bidder refuses:

    - Accept the correction of arithmetic errors in accordance with paragraphIB29;

    - To submit performance guarantee in accordance with paragraph IB42;

    - To sign the contract in accordance with Article IB43.

    15.6. Guarantee for the offer presented by the Association shall be tenderedon behalf of the Association. If the association has not been legally constituted at

    the time of the auction, the bid security will be on behalf of all plan members.16. Rrices

    16.1. The prices indicated by the bidder in the bid form (F3.1) and technicalspecifications and price (F4.3) shall comply with the requirements specified below.

    16.2. All lots and items must be listed and valued separately in theSpecifications and price (F4.3).

  • 7/28/2019 Documentatia Echipament Tv Engleza

    22/61

    22

    16.3. Price to be specified in the tender form will be the total amount of theoffer.

    16.4. Terms Incoterms, such as EXW, CIP, DDP and other similar terms shallbe subject to the rules set out in the current edition of Incoterms, published by the

    International Chamber of Commerce, as stated in the FDA.16.5. Prices are indicated as shown in the Specifications and price form

    included in Section 4 - Technical specifications and price.

    16.6 The prices indicated by the bidder shall be fixed during the execution ofthe contract by the bidder and will not change for any reason, except as provided inthe FDA.

    16.7 The contracting authority shall make payment according to themethodology and the conditions in the FDA.

    7. The validity of tenders17.1 Bids shall remain valid for the period specified in the FDA, the deadline

    for submission of tenders fixed by the contracting authority. A bid valid for ashorter period shall be rejected by the contracting authority as unfit.

    17.2. In exceptional cases, before the expiry of the tender validity period, theContracting Authority may ask tenderers to extend the validity of their tenders, witha maximum of 60 days from the original deadline. The request and the responsesshall be made in writing. If a guarantee is required to bid in the auction, accordingto IB15 point, it will also be extended to the corresponding period. A bidder may

    refuse the request without losing warranty extension for the offer. Bidders grantingthe request for extension will not be required and will not be allowed to modifytheir offers.

    18. The language of communication

    18.1 The documents related to tender and all correspondence between thetenderer and the contracting authority will be established in the state. Supportingdocuments and printed literature that are part of the tender may be in anotherlanguage provided they are accompanied by an accurate translation of the relevant

    passages in the language, in which case the interpretation to offer, this translation

    will prevail.

    19. Currency of the offer

    19.1. Prices for goods and services required will be indicated in MDL, exceptwhere otherwise FDA.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    23/61

    23

    20. Format and Signing of Bid

    20.1. Bidder shall prepare the original documents comprising offer, asdescribed in point IB12.

    20.2. The tender shall be printed or written in ink which can not be erasedand will be signed by the person authorized to sign on behalf of the bidder. Thisauthorization will be made in the form of a letter of delegation / empowerment thatattaches to information on the offer form (F3.3). Name and title of each personsigning the letter of delegation / empowerment that will be printed under thesignature. All pages of bid, except the general conditions remain unchanged, will benumbered sequentially and signed / initialed by the person denoted by signing theoffer.

    20.3. Any additional entries, erasures or overwriting shall be valid only ifthey are signed or initialed by the person authorized to sign the bid.

    A. Submission and opening of tenders

    21. Submission, Sealing and Marking of Bids

    21.1. Bidders may submit bids by mail or in person. Bidders shall make aseparate offer and if allowed under paragraph IB14 alternative tenders in sealed

    envelopes, marked them accordingly.21.2. The envelope shall contain:

    a) the name and address of the bidder;

    b) address of the contracting authority in accordance with section IB22.1;

    c) auction number in item IB1.1, and any additional identification marks, ifspecified in the FDA;

    d) a warning not to open before the time and date of bid opening, inaccordance with paragraph IB25.1.

    21.3. If the envelopes are not sealed and marked as required above, theContracting Authority will assume responsibility for their improper placement orearly opening of the tender.

    22. The deadline for submission of tenders

    22.1. Bids will be received by the contracting authority not later than the dateand time the FDA. The contracting authority may, at its discretion, extend the

  • 7/28/2019 Documentatia Echipament Tv Engleza

    24/61

    24

    deadline for submission of tenders by amending the tender documents inaccordance with paragraph IB7, in which case all rights and obligations of thecontracting authority and tenderers shall be submitted after the deadline extended.

    23. Offers delayed23.1. The Contracting Authority will not consider any bid submitted after the

    deadline for submission of bids, in accordance with paragraph IB18. Any bidreceived by the Contracting Authority after the deadline for submission of tenderswill be recorded accordingly and returned to the bidder without being opened, toenter in the opening minutes.

    24. Modification, substitution and withdrawal of tenders

    24.1. A bidder may withdraw, substitute or modify its bid after it was

    submitted just before the deadline for submission of bids by sending a writtennotice in accordance with section IB21, duly signed by an authorized representativeand include an copy of the letter of delegation / authorization in accordance with

    paragraph IB20.2. Corresponding substitution or modification of the bid must beaccompanied by a written notice. In case of withdrawal of offer, it will be done by acertified letter from the bidder.

    24.2. Bids requested to be withdrawn in accordance with paragraph IB24.1when the application will be returned to the bidder without being opened.

    24.3. No bid may be withdrawn, substituted or modified in the period

    between the date of opening of tenders and the expiration of the tender validityperiod failing retention guarantee for the offer.

    25. Opening of tenders

    25.1. The contracting authority will open the tenders in public at the address,date and time specified in the FDA.

    25.2. All other envelopes shall be opened one by one, reading:

    a) full name and if there is any change in the offer;

    b) the price bid, the lot and all, and alternative offers;

    c) offer this guarantee, if applicable;

    d) documents submitted by the bidder.

    There will be rejected no bid opening proceedings, except for delay, inaccordance with paragraph IB23.1.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    25/61

    25

    25.3. The contracting authority shall prepare a report for opening tenders andoperators at the request of the representatives present at the opening session, we willforward them to the countersignature. A copy of the minutes will be distributed,upon request, bidders who submitted bids in time.

    25.4. Tender form F (3.1) and Form F (4.3), which is the financial value ofthe proposal shall be countersigned by all working group members.

    A. The evaluation and comparison of bids

    26. Privacy

    26.1. Information relating to the examination, evaluation, comparison andpost-qualification bids will not be disclosed to bidders or other persons who are notofficially involved in the process, prior to the registration of the contract as

    required.26.2. Any action of a tenderer to influence the contracting authority in the

    examination, evaluation, comparison and post-qualification bids or contract awarddecisions may result in rejection of its tender.

    27. Clarification of Bids

    27.1. The contracting authority may, at its discretion, ask any of the biddersfor clarification of their offer to facilitate the examination, evaluation, comparisonand post-qualification bids. There will be requested, offered or permitted changes in

    prices or offer content, except for the correction of arithmetic errors discovered bythe contracting authority during the evaluation of tenders in accordance with sectionIB29.

    27.2. If the tenderer does not provide the requested clarifications during thecontracting authority established in the request for clarification (provided that thisrequest has been confirmed receipt by the bidder), this offer may be rejected.

    26.2. Orice aciuni ale unui ofertant de a influena autoritatea contractant nexaminarea, evaluarea, compararea i postcalificarea ofertelor sau n luarea

    deciziilor de adjudecare a contractului pot avea drept consecin respingerea ofertei

    acestuia.

    28. Determination of compliance of tenders

    28.1. Assessment of compliance of a tender by the contracting authority to bebased on the contents of the offer.

    28.2. It is considered that offer complies with the requirements to all theterms, conditions and specifications of the tender documents, having no essential

  • 7/28/2019 Documentatia Echipament Tv Engleza

    26/61

    26

    deviations or having only minor deviations, errors or omissions which may beremoved without affecting the essence of the offer. An offense shall be deemed to

    be insignificant if:

    a) affect in any substantial way the scope, quality or performance of goods

    and / or services specified in the contract;b) not substantially limit any rights or obligations of the contracting authority

    tenderer under the contract;

    c) does not affect an unfairly the competitive position of other bidderspresenting offers required.

    28.3. If an offer does not comply with the requirements of the tenderdocuments, it will be rejected by the contracting authority and may notsubsequently be made relevant by the bidder by correction of deviations, errors oromissions essential.

    29. Nonconformities, errors and omissions

    29.1. The contracting authority has the right to consider offer complies withthe requirements if it contains minor deviations from the provisions of the tenderdocuments, errors or omissions which may be removed without affecting itsessence. Any deviation of this type will be expressed quantitatively as far as

    possible, and take into account the evaluation and comparison of bids.

    29.2. If the tenderer which has submitted the best tender does not accept thecorrection of arithmetic errors, his offer is rejected.

    30. Preliminary examination of bids

    30.1. The contracting authority will examine the bids to confirm that alldocuments and technical documentation requested in point IB12 were presented todetermine the completeness of each document submitted.

    30.2. The contracting authority will confirm that the following documentsand information presented :

    a) the tender form (F3.1);

    b) List of goods and delivery schedule (F4.1);

    c) Guarantee for bid in accordance with section IB15;

    d) Technical specification and price (F4.3) of Section 4 - Table requirements.

    e) information on the offer form (F 3.3), and the documents listed in section1.9 of this.

    f) Statement of Ethics and lack of involvement in fraudulent practices andcorruption (F.3.4)

  • 7/28/2019 Documentatia Echipament Tv Engleza

    27/61

    27

    If any of these documents or information is missing, the offer will berejected.

    31. Technical Assessment

    31.1. Bids have been rejected in the preliminary examination in accordancewith paragraph IB30 will be admitted to the technical evaluation.

    31.2. The contracting authority will examine the bids to confirm that all termsand conditions specified in the contract has been accepted by the Seller no majordeviations or reservations.

    31.3. The contracting authority shall evaluate the technical aspects of theoffer made to verify that all requirements specified in Section 4 - Table

    requirements of the bidding documents without deviations, errors or omissionsessential.

    31.4. If, after examining the terms and conditions and the technicalevaluation, the contracting authority establishes that the offer complies with therequirements under the conditions of point IB28, the offer will be rejected.

    32. Financial evaluation

    32.1. Bids have been rejected in the technical examination under paragraphIB31 will be accepted for financial evaluation.

    32.2. In order to assess the financial and comparison of bids, all bid pricesexpressed in different currencies (where permitted under paragraph IB19.1) will beconverted to the contracting authority in a single currency specified in the FDA,using exchange rates stock set and the date specified in FDA.

    32.3 The Contracting Authority will consider the following:

    a) evaluation will be done in batches or positions;

    b) the bid price determined under paragraph IB16, including local taxesapplicable in the Republic of Moldova (tariffs, excise etc.), excluding VAT, which

    should be applied to the contract award;c) adjustment of supply as a result of arithmetic errors in item IB29;

    d) assessment factors applicable under the provisions of section IB32.4;

    32.4. In the financial evaluation, the contracting authority shall consider, inaddition to the lowest price offered, one or more criteria relating to the characteristics,

  • 7/28/2019 Documentatia Echipament Tv Engleza

    28/61

    28

    performance and terms and conditions of purchase of goods and / or services, ifspecified in the FDA.

    32.5. If not applying one or more criteria in point IB32.4, use the lowest pricecriterion.

    33. Comparison of bids33.1. The contracting authority shall compare all offers conform to the

    requirements to determine the most economically advantageous tender in accordancewith section IB32.

    34. Post qualification of the bidder

    34.1. The contracting authority will determine whether the tenderer that isselected as submitting the most economically advantageous and suitable tender is

    qualified to perform the contract.34.2. Skills assessment will be based on thorough examination of the bidder

    qualification documents included in the offer as required by paragraph IB12,possible clarifications in point IB27 and the criteria established in paragraphs IB9,IB10 and IB11. The criteria were not included in these points will be used inassessing the full qualification.

    34.3. An affirmative judgment will be as a precondition for awarding thecontract bidder. A negative assessment will result in disqualification, in which casethe contracting authority may proceed to the next most economically advantageoustender to make a similar assessment capabilities to perform the contract to thetenderer.

    35. Exclusion negotiations

    35.1. Do not accept any negotiations with the winning bidder or otherbidders. Bidders will not be required as a condition of awarding the contract, toassume responsibilities that were not provided in the tender documents and toincrease the price offered or amend the offer.

    36. Disqualification of the bidder

    36.1. The contracting authority shall disqualify the bidder submittingdocuments containing false information in order to qualify, or confuse or makefalse representations to demonstrate that he meets the qualification requirements. Ifthis is proven, the contracting authority may declare that bidder as ineligible forfurther participation in procurement contracts by inclusion in the list of prohibitedsuppliers for a period of 3 years.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    29/61

    29

    36.2. List of prohibited suppliers is an official document and is issued by thePublic Procurement Agency in order to limit the economic operators' participationin public procurement procedures. It is written, updated and maintained by theAgency in accordance with Article 18 of Law no. 96-XVI of 13 April 2007 on

    public procurement.

    36.3. Bidder may be disqualified if it is insolvent, in respect of the seizureproceedings were initiated heritage is in bankruptcy or liquidation, or if activitiesare suspended or there is a full trial on any of those listed.

    36.4. The bidder is disqualified for administrative sanctions or criminal, inthe past three years, leading people to the economic operator in connection withtheir professional activities or submitting false data to the conclusion of the public.Bidders shall submit the appropriate information in section 3.3 of Form informationon the offer of Section 3 (F 3.3).

    36.5. The bidder is disqualified for failure to pay taxes and other obligatorypayments in accordance with the laws of the country in which he is resident. Thecontracting authority shall require tenderers to demonstrate authority to concludecontracts and procurement of founders and affiliated persons.

    36.6. The contracting authority if it finds that disqualifies bidder is includedin the list of prohibited suppliers.

    36.7 The contracting authority does not accept the offer if the bidder does notmeet the qualifications.

    37. Right contracting authority to accept or reject any or all bids

    37.1. The contracting authority reserves the right to cancel the tender andreject all bids at any time prior to award of contract, if notifies the lack of effectivecompetition is unable or where nonconformity financial coverage for therequirements of this documentation, without thereby create certain obligations tosuppliers. The contracting authority shall communicate in writing to all participantsin the public procurement procedure, within 3 days from the date of cancellation,

    termination obligations so that they and they have created by submitting offers, aswell as the reason for cancellation.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    30/61

    30

    A. Award of the contract

    38. The award criteria

    38.1. The contracting authority shall award the contract in accordance withcriteria set out in FDA, the tenderer whose tender has been evaluated according to

    the criteria set out in paragraph IB32.4 and other conditions as having the lowestprice or the most economically advantageous and which meets the requirements ofdocuments tender, provided that the bidder is qualified to perform the contract.

    39. Contracting Authority to amend quantities during adjudication

    39.1. At the time of contract award, the contracting authority reserves theright to decrease the amount of goods and / or services originally specified inSection 4 - Table needs to be able to fit into the financial means, but withoutmaking any change in unit price or other terms and conditions of the tender andtender documents.

    40. Notification of award

    40.1. Before expiry of the tender, the contracting authority shall notify inwriting the winning bidder that acceptance of the bid and award of procurementcontract.

    40.2. With the presentation by the winning bidder the contract form (F5.1)signed and performance guarantees (F5.2) in point IB42 contracting authority willannounce three days each tenderer of the reasons for not accepting their offerunearned and will offer free guarantee in accordance with paragraph IB15.4.

    41. Performance guarantee

    41.1. When concluding the contract, but not later than the expiry of guaranteefor the offer (if required), winning bidder will submit performance guarantee in theamount stipulated by the FDA, using for this purpose the performance bond form(F5.2) included in the section 5 - Forms of contract or other form acceptable to thecontracting authority but meets the conditions of form (F5.2).

    41.2. Refusal winning bidder to submit performance bond or to sign thecontract will be sufficient grounds for cancellation of the tender adjudication and

    forfeiture. In this case, the contracting authority may award the contract to the nextbidder economically most advantageous tender, whose offer complies with therequirements and is appreciated by the contracting authority as qualified to performthe contract. In this case, the contracting authority will require all remaining biddersextend the period of validity of the Guarantee for the offer. However, thecontracting authority has the right to reject all other offers.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    31/61

    31

    42. Signature of the contract

    42.1. Once the dispatch of the notice of award, the contracting authority willsend the winning bidder the contract form (F5.1) and all other documentscompleted components of the contract may.

    42.2. Winning bidder will sign the contract accordingly and we will refundthe contracting authority within the time specified in the FDA.

    42.3. Contract may be suspended in cases in point IB45.

    42.4. In term of up to 5 days after receiving the signed contract andperformance bond (F5.2), the contracting authority shall issue and transmit toguarantee winning tenderer.

    43. Notification of other bidders

    43.1. Other bidders will be informed by contracting authority about the

    acquisition contract only after the deposit of the winning bidder performanceguarantees in point IB42 and signing the contract under paragraph IB43, within 3calendar days of the decision group work, indicating the name and contact details ofthe trader with whom the contract was concluded and the contract price.

    43.2. Upon receipt of notification of award, bidders may request in writingunearned contracting authority that it contains a brief explanation of why their bidswere not selected. The contracting authority shall respond promptly in writing ofany bidder requesting an explanation unearned.

    44. Right of appeal

    44.1. Any economic operator who consider that in procurement procedures,the contracting authority or by a decision issued by the procurement procedureapplied in violation of law, violated its right recognized by law, after which heactually suffered or may suffer harm has the right to appeal the decision or

    procedure applied by the contracting authority as established by law no. 96-XVI of13 April 2007 on public procurement.

    44.2 Complaints will be submitted directly to the Public ProcurementAgency. All complaints will be filed, considered and settled as provided in Articles

    71-74 of Law no. 96-XVI of 13 April 2007 on public procurement.44.3. Economic operator, within 10 calendar days before the date on which

    he learned about the circumstances that served as grounds for appeal, is entitled tosubmit a complaint to the Public Procurement Agency reasoned actions, decision or

    procedure applied by contracting.

    44.4. Complaints concerning invitations to tender and tender documents shallbe deposited until the opening of the contracting authority offers packages.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    32/61

    32

    Section 2. Safety data acquisition (SDA)

    The following particulars relating to the goods and the services required shallcomplement, supplement or adjust provisions of Instructions to Bidders (IB) of Part

    I of the tender documents. In the event of a discrepancy or conflict, the provisionsherein shall prevail over the provisions of the IB.

    Instructions for filling in the data acquisition are given in italics, with the

    corresponding articles of IB

    A. General provisions

    IB 1.1

    Contracting Authority: Public National Broadcaster Company "Teleradio-Moldova"

    IB 1.1

    Subject and auction number: 1158/13 TV Equipment

    IB 2.1

    Source budgetary allocations / public money:5071687,50 lei

    IB 2.1

    Payments / funds from development partners, "not applicable"

    IB 4.5

    To consult the list of prohibited economic operators will refer to:http://www.tender.gov.md/ro/black_list/

    IB 7.1

    For clarification of the tender documents, the contracting authority's address:Address: Republic of Moldova, MD-2028, Chisinau, str Mioria 1, 1st floor,

    office 103, Tel:, Fax: achizitii.trm @ gmail.com

    Tel: 022406963, Fax: 022739451, E-mail achizitii.trm @ gmail.com

    Contact person: Tatiana Bietru - secretary of the working group

    http://www.tender.gov.md/ro/black_list/http://www.tender.gov.md/ro/black_list/http://www.tender.gov.md/ro/black_list/
  • 7/28/2019 Documentatia Echipament Tv Engleza

    33/61

    33

    A. Criteria for qualification

    IB 10.1(a)

    Bidder shall have minimum 5 years of specific experience in delivering

    similar properties.IB 10.1(b)

    Minimum production capacity or the necessary equipment: annual turnoverof economic operator to be at least equal to the amount of the offer

    IB 11.1(a)

    The minimum value of an individual contract fulfilled over _ years "not

    required" will be "not required"

    IB 11.1(b)Availability of cash or working capital or credit resources worth at least "not

    required"

    A. Preparation of the offers

    IB 14.1

    Alternative offers "will not be" accepted.

    IB 15.1

    a) The tender shall be accompanied by a warranty offer (issued by acommercial bank) of the Form F3.2 Section 3 - Forms for submission, or

    b)b) guarantee for tender by the contracting authority transfer to the accountaccording to the following bank details

    c) (a) the payee: Public National Broadcaster Company "Teleradio-Moldova"

    d) (b) the data bank, the Savings Bank SA, fil. No.. 1e) (c) Fiscal Code 1004600050558f) (d) the settlement account; 22,242,014,981,776g) (e) bank code; BECOMD2X609h)Note "for the set of tender documents" or "guarantee public tender offer

    to nr.1158/13 din19.08.2013"

  • 7/28/2019 Documentatia Echipament Tv Engleza

    34/61

    34

    IB 15.2

    Guarantee for the offer will be worth "1% of the tender amount without VAT.

    16.4 IB

    Applicable edition of Incoterms and acceptable commercial terms will be:"Incoterms 2010" commercial terms applicable CIP, DDP

    16.6 IB

    The prices indicated by the bidder will be adjusted according to the GovernmentDecision no. 640 of 19.07.2010.

    16.7 IB

    The method and conditions of payment will be:

    30% - advance payment after registration of the contract to the Public Procurement

    Agency;30% - in the fourth quarter in 2013 - within 20 days after delivery of the goods andreceive the accompanying documents;

    20% - in the first quarter -2014

    20% - second quarter 2014

    17.1 IB

    Bid validity period shall be 30 days.19.1 IB

    Accepted tenders in foreign currency.

    20.1 IB

    In addition to the original tender of the offer will be the number of children: acopy

  • 7/28/2019 Documentatia Echipament Tv Engleza

    35/61

    35

    A. Submission and opening of tenders

    IB 21.2(c)

    Envelopes will contain the following information: Open the purchase ofequipment TV no.1158/13 dated 19.08.2013 "Teleradio-Moldova"

    IB 22.1

    For submission of tenders, the contracting authority's address:

    Address: Republic of Moldova, MD-2028, Chisinau, str Ewe 1, 1st floor,office 103, Tel:, Fax: achizitii.trm @ gmail.com

    Tel: 022406963, Fax: 022739451, E-mail achizitii.trm @ gmail.com

    Contact person: Tatiana Bietru - secretary of the working group

    The deadline for submission of bids is:

    Date: 19.08.2013

    Time: 10:00

    IB 25.1

    Opening of tenders will take place at the following address:

    Address: Republic of Moldova, MD-2028, Chisinau, str Ewe 1, 5th floormeeting room

    Date: 19.08.2013Time: 10:00

    B. The evaluation and comparison of bids

    IB 32.2

    Price of the bids submitted in other currencies will be converted: Moldovanleu

    Source for the exchange rate to convert: NBMData for the rate applicable will be: tender opening day

    IB 32.3

    Will be carried out: Lot No.1 - single evaluation, Lot no. 2 - evaluatingpositions.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    36/61

    36

    IB 32.4

    Economic factors will be applied to evaluate the following: compliance with allmandatory and lowest price without VAT

    C. C. Adjudication of the Contract

    IB 38.1

    The criteria for adjudecation of the contract will be:

    compliance with all mandatory and lowest price without VAT

    IB 41.1

    The amount of performance guarantee is determined of 5 percent of theadjudecation contract price .

    IB 42.2

    The maximum number of days for the signing and submission of the contractby the contracting authority: 20 days

  • 7/28/2019 Documentatia Echipament Tv Engleza

    37/61

    37

    Section 3. Forms for submission

    The following tables and forms will be completed by the bidder and included in theoffer.

    Form Title

    F3.1 Tender form

    F3.2 Guarantee to offer - form of the bank guarantee

    F3.3 Information form about bidder

    F3.4 The declaration of ethic conducr and disengagement infraudulent and corruption practices (F3.4)

  • 7/28/2019 Documentatia Echipament Tv Engleza

    38/61

    38

    TENDER FORM (F3.1)

    [Bidder shall complete this form in accordance with the instructionsbelow. Do not allow changes to the format of the form, and will not acceptreplacements in its text.]Date: [insert date of submission of offer]Auction no.: [Insert number / code tender]Invitation to tender no.: [Insert number / code ad]Option no.: [Insert number / code in case of alternative offers]To: [insert full name of the contracting authority]

    [insert full name] declare that:

    a) were examined and no reservations to the Bidding Documents, including

    amendments no. ______________ [Insert the number and date of any changes haveoccurred].

    b) [full name] is committed to provide / perform in accordance with the tenderdocuments and conditions stipulated in the technical specifications and price, thefollowing goods and / or services

    _________________________________________________________________________________________ [insert a brief description of goods and / or services].

    c) The total price of the bidis:_________________________________________________________________

    __[enter the price on lots (where applicable) and total supply in words and

    figures, indicating all amounts and the respective currencies].

    d) This offer will remain valid for the period specified in the instructions totenderers, IB17.1 point, since the deadline for submission of tenders, in accordancewith paragraph IB22.1 will remain binding and may be accepted at any time beforethe expiration of that period;

    e) In case of acceptance of this offer, [full name] is committed to obtain aperformance guarantee in accordance with paragraph IB41 for proper execution ofthe public contract.

    f) We are not in any conflict of interest in accordance with section IB4.4.

  • 7/28/2019 Documentatia Echipament Tv Engleza

    39/61

    39

    g) The company signatory, its affiliates or subsidiaries, including any partneror subcontractor as part of the contract have not been declared ineligible under the

    provisions of existing legislation or regulations with implications for publicprocurement in accordance with section IB4.5.

    Signed:_______[signature of the person authorized to sign the offer]

    [company seal will be applied near the signature]

    Name:_____________[full name of the person signing the of the offer form]

    As: _____________[official position of the person signing of the offer form]

    Bidder: _______________[official full name of the tenderer]

    Address: _________________[official full address of the tenderer]

    Date: ____________________[insert date of signing the form]

  • 7/28/2019 Documentatia Echipament Tv Engleza

    40/61

    40

    GUARANTEE TO OFFER (bank guarantee, F3.2)

    [The issuing bank will complement this form of bank guarantee in

    accordance with the instructions indicated below. The bank guarantee will be

    printed on letterhead bank paper protected species.]

    ________________________________________________________

    [Bank name and address of issuing branch or office]

    Beneficiary: _______________ [name and address of the contractingauthority]

    Date:________________

    Guarantee offer No._________________[name of bank] has been informed that [name of Bidder] (hereinafter called

    "the Bidder") will submit the offer to you on ___________ (hereinafter called "bid")for delivery / provision ______________ [tendered] according invitation the tenderno. from _________. 201_[number and date of auction].

    At the request of the bidder, we, [name of bank] hereby irrevocablycommitted us to pay you any sum or sums not exceeding in total an amount of[amount in figures] ([amount in words]) upon receipt by us from your firstapplication in writing accompanied by a declaration stating that bidder violates one

    or more of its obligations relating to of the offer conditions, namely:

    a) has withdrawn its bid during the period of bid validity or modified offerafter the deadline for submission of tenders, or

    b) being announced by the contracting authority in the tender validity period,about the award of the contract: (i) fails or refuses to sign the form contract, (ii)accept the arithmetical correction of errors made by the working group, errorsdetected offer them during the examination, or (iii) fails or refuses to submit the

    performance bond if required under the terms of the auction, or has not executed

    any conditions specified in the tender documents before signing the purchesecontract.

    This guarantee will expire in the event one of the following situations:

    a) The bidder is winning bidder upon receipt by us of a copy of the notice ofaward of the contract and after issuing the performance bond issued to you at therequest of the Bidder, or

  • 7/28/2019 Documentatia Echipament Tv Engleza

    41/61

    41

    b) The bidder does not become winning bidder or upon receipt by us of yourcopy of the notification of the name of another winning bidder, either at the end ofthe period of thirty days after the expiry of the offer submitted by the Bidder in theauction.

    Therefore, any claim or payment under this guarantee must be received by usat the office till date inclusive.

    This guarantee is valid until the date of ______________________.

    _____________________________[Authorized signature of the bank]

  • 7/28/2019 Documentatia Echipament Tv Engleza

    42/61

    42

    OFFER DETAILS FORM (F3.3)

    [Offeror shall complete this form in accordance with the instructions below.Do not allow changes to the format of the form, and will not accept replacements in

    its text.]Date: ________________

    Number tender:__________________ Page __ of__

    A. Individual bidders

    1. General Informations

    1.1. Legal Name of the tenderer

    1.2. Legal address of the bidder in theland registration

    1.3. Legal status of the tenderer

    property

    Legal form

    Other

    1.4. Registration year of the bidder

    1.5. Business status of the tenderer

    Producer

    Local Agent / Distributor of foreignmanufacturers

    Intermediate

    Company warehouse

  • 7/28/2019 Documentatia Echipament Tv Engleza

    43/61

    43

    Other

    1.6. Information about the authorizedrepresentative of the bidder

    Name

    Work place and position

    Address

    Telefon / Fax

    E-mail

    1.7. VAT number

    1.8. Identity Number of full income tax(for foreign bidders)

    1.9. Bidder shall attach copies of thefollowing documents:

    Documents Required:

    a) business registration certificate -copy - issued by the State

    Registration Chamber (Ministry ofInformation), confirmed by signingand stamping the Participant;

    b) Certificate of Award bankaccount - copy - issued by the bankholding the account;

    c) Certificate of Systematicpayment of taxes, contributions -copy - issued by the Tax

    Inspectorate (validity - as requiredby the Tax Inspectorate ofMoldova);

    d) Recent financial report - copy -confirmed by the signature and sealof the Participant;

    e) Certificate of Compliance or

  • 7/28/2019 Documentatia Echipament Tv Engleza

    44/61

    44

    other equivalent certificateconfirming the quality of goods /services - issued by the Nationalconformity of products - copy ofthe original, confirmed by thestamp and signature of participants;

    f) Statement of Ethics and lack ofinvolvement in fraudulent practicesand corruption (F3.4).

    g) List of founders (name, code.staff);

    h) Data about participant

    Optional documents submittedsubsequent binding only uponrequest:

    a) Certificate confirming the failureof criminal sanctions (criminalrecord) to officials Participant -issued by the Ministry of Interior,which provide information about

    non criminal sanctions over the pastthree years;

    b) Certificate confirming nonadministrative and disciplinarysanctions against officialsParticipant - original - issued by

    participants, failure to provideinformation about administrativeand disciplinary sanctions in the

    past 3 years;c) Certificate confirming thearrangements and criteria forcalculating the price - original -released by the Participant;

    d) Copy of reference standards forgoods and services offered,

  • 7/28/2019 Documentatia Echipament Tv Engleza

    45/61

    45

    confirmed by the signature and sealof the Participant;

    e) Recommendations - original;

    2. Information for qualification

    2.1. Number of years of overallexperience of the tenderer in respectof goods and services

    5 year

    2.1. Number of years of specificexperience of the tenderer in

    delivery / supply goods and / orservices similar

    5 year

    2.2. The monetary value of deliveries ofsimilar goods during the period laiddown in IB 11.1 (a)

    "Not Applicable"

    2.3 Availability of financial resources(cash or working capital or credit

    resources, bank account statement,etc..). List and attach copies ofsupporting documents

    "Not Applicable"

    2.4 Details of production capacity /equipment available

    "Not Applicable"

    3. financial Information

    3.1. Financial reports or statements of financial statement or statements of profit /loss or auditors for the last year of activity. List below and attach copies

    3.2. Name, address, telephone, telex and fax numbers of banks that may offerfeatures about bidder in contacting the contracting authority

    3.3. Information on litigation in which the bidder is or has been involved:

  • 7/28/2019 Documentatia Echipament Tv Engleza

    46/61

    46

    a) Any process in the last 3 years:

    cause of dispute Outcome or sentence and the amountinvolved

    b) Current processes during the current fiscal year:

    cause of dispute Current status of process

    B. Individual partners of the Association

    4.1. Each partner of the Association shall submit all information requested in theform above in compartments 1-3.

    4.2. Attach attorney / power for each authorized signatory of the bid on behalf ofthe Association.

    4.3. Attach the signed agreement between all the partners of the Association(which will bear the legal binding for all partners).

  • 7/28/2019 Documentatia Echipament Tv Engleza

    47/61

    47

    DECLARATION OF ETHICS AND NOT GET INVOLVED IN FRAUDULENT

    AND CORRUPTION PRACTICE(F3.4)

    [Bidder shall sign and include this statement in the bid submitted. The signed

    declaration will also be included in contracts bidders winners. Do not allowchanges to the format of the form, and will not accept replacements in its text.]

    Date: ________________Number of tender: __________________To: __________________

    [name of Bidder] hereby confirms that:

    1. None of the employees, companions, agents, shareholders, consultants,

    partners or members or their relatives is not in relationships that could beconsidered as a conflict of interest as defined in the tender documents IB4 point.

    2. If we find out about that a potential conflict, we immediately report thatinformation to the contracting authority.

    3. None of the employees, companions, agents, shareholders, consultants,partners or their relatives or associates have been engaged in practices of corruption,fraud, collusion, coercion or other anti-competitive practices in the preparation ofthe present tender of the offer, according to the tender documents, IB8 point.

    4. In that procedure the tender and any contract that possibly will be awarded

    as a result of it, were not, nor will they be made any payments to employees,companions, agents, shareholders, consultants, partners our or their relatives whoare involved in procurement, contract implementation and approval of contractual

    payments on behalf of the contracting authority.

    Sign: _____________________________Name: ________________________________Position within th Company: ____________________________Company name and seal: __________________________

  • 7/28/2019 Documentatia Echipament Tv Engleza

    48/61

    48

    Section 4-A. Table requirements

    The following tables and forms will be completed by the offeror and includedin the bid. In the event of a discrepancy or an IB by the conflict, the provisionsherein shall prevail over the provisions of the IB.

    Form Title

    F4.1 List of goods and delivery schedule

    F4.3 Technical specifications and price

  • 7/28/2019 Documentatia Echipament Tv Engleza

    49/61

    49

    LIST OF GOODS AND DELIVERY SCHEDULE (F4.1)

    [Acest tabel va fi completat de ctre autoritatea contractant, cu excepia coloanei 9]

    Number of the tender: Date: Alternative no.Title of the tender: Lot: Page __of __

    Nr.d/o

    CodeCPV

    Required goods Quantity Unit Place of finaldestination

    (according IB)

    Delivery dateEarliest delivery

    dateThe late dateof delivery

    Delivery date of

    the tenderer

    [will be indicated

    by the bidder]1 2 3 4 5 6 7 8 9

    Loot no 1

    1 32240000-7 PAL:HD / SD- SDI SDI.HIGH-PERFORMANCE CAMERA

    5 piece PNBC TRM 30 45

    2 32324300-3 CAMERA CONTROL UNIT (CCU HD/SD)

    5 piece PNBC TRM 30 45

    3 32324300-3 Simple Remote Control Panel 5 piece PNBC TRM 30 45

    4 32324300-3 WIDE ANGLE 2/3inch HD ZOOM LENS. 1 piece PNBC TRM 30 45

    5 32324300-3 FULL SERVO HD & BROADCASTLENSES

    4 piece PNBC TRM 30 45

    6 32324300-3 DIGITAL ZOOM/FOCUS REARCONTROL KIT

    1 piece PNBC TRM 30 45

    7 32324300-3 Cable Muiti Core 3 piece PNBC TRM 30 45

    8 32324300-3 PEDESTAL SYSTEM WITHPANORAMIC HEAD FOR YOURSTUDIO.

    1 piece PNBC TRM 30 45

    9 32324300-3 Pedestal System 1 piece PNBC TRM 30 45

  • 7/28/2019 Documentatia Echipament Tv Engleza

    50/61

    50

    10 32324300-3 FLUID HEAD 1 piece PNBC TRM 30 45

    11 32324300-3 5-INCH MONOCHROME STUDIOVIEWFINDER

    4 piece PNBC TRM 30 45

    12 32323100-4 MULTI-FORMAT HD LCD MONITOR 8 piece PNBC TRM 30 45

    13 51312000-2 INSTALAREA CAMERELOR(COMPLET ) N STUDIOUL NR.1

    1 working PNBC TRM 10 15

    Lotul nr. 2 Echipament video i audio

    1 32342100-3 DOUBLE-EAR HEADSET 5 piece PNBC TRM 30 45

    2 31214000-9 32X32 COMPACT HD/SD- SDIROUTERS

    1 piece PNBC TRM 30 45

    3 32342420-2 MIXER AUDIO 1 piece PNBC TRM 30 45

    4 32343000-9 FRAME COVERTER HD/SD-SDIDISTRIBUTION AMPLIFIER

    8 piece PNBC TRM 30 45

    5 32351000-8 FRAME RACKMOUNT 1 piece PNBC TRM 30 45

    6 32343100-0 AUDIO DISTRIBUTION AMPLIFIER 3 piece PNBC TRM 30 45

    7 32351300-1 HD/SD 4-CHANNEL ANALOG AUDIOEMBEDDER/DISEMBEDDER

    6 piece PNBC TRM 30 45

    8 31154000-0 APC Smart UPS 3000 VA. UPSTechnology

    1 piece PNBC TRM 30 45

    9 38621000-4 SDI/OPTICAL FIBER CONVERTERS 6 piece PNBC TRM 30 45

    10 30210000-4 WORKSTATION FOR CAPTUREVIDEO-AUDIO

    1 piece PNBC TRM 30 45

    11 31330000-8 SDI VIDEO CABLE 1500 m PNBC TRM 30 45

  • 7/28/2019 Documentatia Echipament Tv Engleza

    51/61

    51

    12 31224200-4 BNC CONNECTOR 275 piece PNBC TRM 30 45

    13 32572000-3 PROFESSIONAL MICROPHONECABLES

    500 m PNBC TRM 30 45

    14 32350000-1 XLR-MALE CONNECTOR FOR CABLE 60 piece PNBC TRM 30 45

    15 32350000-1 XLR-FEMALE CONNECTOR FORCABLE

    70 piece PNBC TRM 30 45

    16 32350000-1 XLR-MALE CHASSIS CONNECTOR 75 piece PNBC TRM 30 45

    17 32350000-1 XLR-FEMALE CHASSIS CONNECTOR 40 piece PNBC TRM 30 45

    18 32350000-1 JACK PLUG 6.35 MM CONNECTOR 30 piece PNBC TRM 30 45

    19 31214000-9 SMART VIDEOHUB 16x16. CONTROLPANEL INCLUDED

    1 piece PNBC TRM 30 45

    20

    32324300-3 VIDEOPROMTER 1 piece PNBC TRM 30 45

    32324300-3 FOOT CONTROL TELEPROMTER 1 piece PNBC TRM 30 45

    32324300-3 HIROSE POWER SUPPLY 2 piece PNBC TRM 30 45

    21 51310000-8 Trasarea cablurilor Video SDI, Audioanalog, Transferul echipamentului dinstudioul nr.5 n studioul nr.1

    1 working PNBC TRM 10 15

    Signed:_______________ Name, surname:_____________________ As:________________

    Bidder: _______________________ Address: _______________________

  • 7/28/2019 Documentatia Echipament Tv Engleza

    52/61

    52

    SPECIFICATIONS AND PRICE (F4.3)

    [This table will be completed by the bidder in columns 3, 4, 5, 9, 10, 11, 12 and 13, and the contracting authority - in columns 1,

    2, 6, 7, 8 and 14]

    Number of the tender: Date: Alternative nr.Title of the tender: Lot: Page __of __

    CodeCPV

    Name ofgoods

    Themodelof thearticle

    Provenance

    Producer Unit Quantity Full technicalspecification required

    Full technical specificationproposed by the bidder

    [to be completed along withall requirements with column

    8]

    Unitprice(exclud

    ingVAT)

    Unitprice(withVAT)

    Amount

    (without)

    VTA

    Amount

    withVTA

    ReferenceStandards

    1 2 3 4 5 6 7 8 9 10 11 12 13 14

    Lot nr.1

    2240000-7 PAL:HD / SD-SDISDI.HIGH-PERFORMANCE CAMERA

    piece 5 according to theinvitation to tender pp.2-13

    ISO9001

    2324300-3 CAMERACONTROL

    UNIT (CCUHD/SD )

    piece 5 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 Simple RemoteControl Panel

    piece 5 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 WIDE ANGLE2/3inch HDZOOM LENS.

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 FULL SERVOHD &BROADCASTLENSES

    piece 4 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 DIGITALZOOM/FOCUSREARCONTROL

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

  • 7/28/2019 Documentatia Echipament Tv Engleza

    53/61

    53KIT

    2324300-3 Cable MuitiCore

    piece 3 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 PEDESTALSYSTEMWITHPANORAMICHEAD FORYOURSTUDIO.

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 PedestalSystem

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 FLUID HEAD piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 5-INCHMONOCHROME STUDIOVIEWFINDER

    piece 4 according to the invitation totender pp. 2-13

    ISO9001

    2323100-4 MULTI-FORMAT HDLCDMONITOR

    8 according to the invitation totender pp. 2-13

    ISO9001

    1312000-2 INSTALAREACAMERILOR(COMPLECT )N STUDIOUL

    NR.1

    working 1 according to the invitation totender pp. 2-13

    ISO9001

    Lotul nr.2 Echipament video i audio

    2342100-3 DOUBLE-EARHEADSET

    piece 5 according to the invitation totender pp. 2-13

    ISO9001

    1214000-9 32X32COMPACTHD/SD- SDIROUTERS

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2342420-2 MIXERAUDIO

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2343000-9 FRAMECOVERTER

    piece 8 according to the invitation to ISO

  • 7/28/2019 Documentatia Echipament Tv Engleza

    54/61

    54HD/SD-SDIDISTRIBUTIO

    N AMPLIFIER

    tender pp. 2-13 9001

    2351000-8 FRAMERACKMOUNT

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2343100-0 AUDIODISTRIBUTIO

    N AMPLIFIER

    piece 3 according to the invitation totender pp. 2-13

    ISO9001

    2351300-1 HD/SD 4-CHANNELANALOGAUDIO

    EMBEDDER/DISEMBEDDER

    piece 6 according to the invitation totender pp. 2-13

    ISO9001

    1154000-0 APC SmartUPS 3000 VA.UPSTechnology

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    8621000-4 SDI/OPTICALFIBERCONVERTERS

    piece 6 according to the invitation totender pp. 2-13

    ISO9001

    0210000-4 WORKSTATION FORCAPTUREVIDEO-AUDIO

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    1330000-8 SDI VIDEOCABLE

    m 1500 according to the invitation totender pp. 2-13

    ISO9001

    1224200-4 BNCCONNECTOR

    piece 275 according to the invitation totender pp. 2-13

    ISO9001

    2572000-3 PROFESSIONALMICROPHONE CABLES

    m 500 according to the invitation totender pp. 2-13

    ISO9001

    2350000-1 XLR-MALECONNECTORFOR CABLE

    piece 60 according to the invitation totender pp. 2-13

    ISO9001

    2350000-1 XLR-FEMALECONNECTORFOR CABLE

    piece 70 according to the invitation totender pp. 2-13

    ISO9001

    2350000-1 XLR-MALECHASSIS

    piece 75 according to the invitation to ISO

  • 7/28/2019 Documentatia Echipament Tv Engleza

    55/61

    55CONNECTOR tender pp. 2-13 9001

    2350000-1 XLR-FEMALECHASSISCONNECTOR

    piece 40 according to the invitation totender pp. 2-13

    ISO9001

    2350000-1 JACK PLUG6.35 MMCONNECTOR

    piece 30 according to the invitation totender pp. 2-13

    ISO9001

    1214000-9 SMARTVIDEOHUB16x16.CONTROL

    PANELINCLUDED

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 VIDEOPROMTER

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 FOOTCONTROLTELEPROMTER

    piece 1 according to the invitation totender pp. 2-13

    ISO9001

    2324300-3 HIROSEPOWERSUPPLY

    piece 2 according to the invitation totender pp. 2-13

    ISO9001

    1310000-8 Drawing SDIvideo cables,analog audio,transferringequipment fromstudio No.5tostudio No.1

    working 1 according to the invitation totender pp. 2-13

    TOTAL

    Signed:_______________ Name, surname:_____________________ As: ________________Bidder: _______________________ Address: _______________________

  • 7/28/2019 Documentatia Echipament Tv Engleza

    56/61

    56

    Section 5-A. Form of the Contract

    CONTRACT-MODEL (F5.1)

    _______________

    CONTRACT nr. _____________Of acquisition of TV EquipmentCode CPV

    ___ _________ 2013 mun. Chiinu

    Supplier of goods Contracting authority____________represented by Director ________operating under Statutehereinafter Salesc / f: ________

    recorded at_on the one hand,

    PNB Company Teleradio-Moldovareprezented by President ConstantinMARIN operating under the Statute,hereinafter Buyerc / f: 1004600050558on the other hand,

    hereinafter both Parties have signed this Agreement on the following:

    1. Audio acquisition equipment, referred to as Goods, as Public Tender no. the decision of theworking group of buyers2. The following documents will be considered and integral parts of the Contract:a) Contract Form;

    b) Technical specification and price;c) List of goods and delivery schedule;d) Form of supply;3. This Contract shall prevail over all other documents components. In case of any discrepancyor inconsistency between the components of the contract documents, the documents will have

    precedence above.

    PUBLIC ACQUISITIONS

  • 7/28/2019 Documentatia Echipament Tv Engleza

    57/61

    57

    4. As consideration for the payments to be made by the Purchaser hereby undertakes to deliverthe purchaser of the goods and to remove their defects in accordance with the Contract in allrespects.5. The buyer hereby undertakes to pay the Seller, as the consideration for the supply of goodsand services and the removal of their faults, the contract price or any other amount which may

    become payable under the Contract wi