Вы находитесь на странице: 1из 61

Annex the Government Decision nr.

763 from October 11, 2012Anex

STANDARD DOCUMENTATION to achieve the procurement of goods and services

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 Moldova

Authority:Public

National

Broadcaster

Compay

Teleradio-

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

INVITATION TO TENDER Public National Broadcaster Company Teleradio-Moldova Open auction TV Equipment
Cod 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 amount needed. Public National Broadcaster Company "Teleradio-Moldova" invite interested economic operators that can meet the needs of the Purchaser to tender for the supply of the following goods and services:
LOT NO 1
Nr. d/o Goods Technical Specifications Quantity Delivery terms: CIP, DDP Incoterms 2010 5 Delivery time Minimum of 30 calendar days or within 45 days after signing the contract

PAL:HD / SD- SDI SDI.HIGHPERFORMANCE CAMERA : Pickup device 3chip 2/3 C-MOS (1920X1080 Full HD Resolution. Included : Viewfinder. Microphone. Auto Focus Lens (16x2) Signal Format: Selectable from 1080/50i,720/50P Aspect ratio : 4:3/16:9 Effective Picture Elements : 1920x1080 Gain Selection : -3,0,+3,+6,+9,+12db Horizontal Resolution : 1,000 TV lines or more (in 1920 x 1080i mode) 920 TV lines (in SD mode) Lens Mount : Standard 2/3" B4 Bayonett mount Focal Length 8 - 128 mm (35 mm equivalent: 31.5 - 503 mm)

Iris : f/1.9-16, close, auto/manual Zoom Ratio 16x, servo/manual Focus 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 selectable Filter Diameter : 82 mm (0.75 mm pitch) Optical System : F1.4 Prism system Pickup Device : 3-chip 2/3-inch type Exmor FullHD CMOS S/N Ratio : HD -59db, SD -65db (Y=Typical) Input/Output Audio Input :XLR 3-pin (x2, front and rear) Prompter Output/Genlock Input : BNC, 1 Vp-p, 75 DC Input :XLR 4-pin DC Output : 4-pin. Test Output: BNC SDI Input :BNC. SDI Output : BNC CCU : Input/Output 26 multi pin connecter CZ 26-pin Intercom :XLR 5-pin, female . Remote :8-pin Power Requirement : 12 V AC (10.5 17 V)

CAMERA CONTROL UNIT (CCU HD/SD ) Product Highlights : Control Iris, Master/Black Levels Control White Levels, AWB, ABB Connects via 26-Pin Multi-Core Cable Ethernet Port for IP Control Return Video Input 4x HD-SDI Output HDMI, S-Video, Component Output Tally, Intercom & Remote Control Camera Connector :1x CCZ 26-pin Intercom/Tally/PGM: 1x female D-sub 25-pin Intercom (PROD and ENG): 4W/RTS/CC, 0 dBu Tally: red, green PGM: 1x system, -20/0/+4 dBu Trunk (RS-232C): 1x D-sub 9-pin female SDI Output: 4x BNC, HD/SD-selectable at each pair of two outputs Analog Video Output: 3x BNC, selectable from HD (YPbPr or RGB) or SD (YCbCr or RGB) S-Video (Y/C) Output: 1x mini-DIN 4-pin VBS (Composite Video) Output: 2x BNC Input/Outputs : HDMI Monitor Output: 1x Type A 19-pin HDMI Version: HDMI 1.3 PIX (Monitor, VBS) Output: 1x BNC Audio Output: 2x XLR 3-pin Return Video Input (VBS): 2x BNC with 2x BNC loop-through output Prompter Input (VBS): 1x BNC with 1x BNC loop-through output Reference Input: 1x BNC with 1x BNC loopthrough output

4 HD: SMPTE 274M, tri-level sync, 0.6Vp-p, 75 SD: Black burst (NTSC: 0.286Vp-p, 75; PAL: 0.3Vp-p, 75) Intercom Headset: 1x XLR 5-pin Power Requirement :100-240V AC, 50 Hz Simple Remote Control Panel Programmable Menu Joystick Tension Adjustment Network Capability RCP Camera Assignment Input and Output Connectors : CCU/CNU: Multiconnector 8-pin (female) x1 EXT I/O: 9-pin D-Sub (female) x1 Included 8-Pin/8-Pin Remote Control Cable 10m (CCA510) WIDE ANGLE 2/3inch HD ZOOM LENS. Camera Format : 2/3-inch Focal length ( 1X ) : 4.5 59mm. Zoom ratio : 13X. Extender : 2X. Maximum relative aperture (FNo.) : 1 : 1.8 ( 4.5 39.2mm ), 1 : 2.6 ( 59mm ). Minimum object distance(M.O.D.)- from front lens : 0.3m, from image plane : 0.59m. Object dimensions at M.O.D. 16 : 9 Aspect ratio : ( 1X ) 4.5mm 750 x 422mm, 59mm 55x31mm, ( 2X ) : 9mm 369 x 207mm, 118mm 28x16mm. Angular field of view 16 : 9 Aspect ratio : ( 1X ) 4.5mm 93deg 38 x 61deg 50, 59mm 9deg 18 x 5deg 14. ( 2X ) : 9mm 56deg 06 x 33deg 20, 118mm 4deg 39 x 2deg 37. FULL SERVO HD & BROADCAST LENSES. ZOOM RATIO : 16x2 : CFC-12-990- flexible cable, CFH-3- focus grip, FMM-X1- focus man. mod. only for XA16sx8BRAM, SRD-92B- zoom demand DIGITAL ZOOM/FOCUS REAR CONTROL KIT for HD and Broadcast RM/ZM Type ENG/EFP Lenses. Zoom ratio : 13X. ERD-10A-D01 Digital Zoom Demand CFH-11 Manual Focus Handle FMM-6B Manual Focus Module CFC-12-990 Flexible Cable MCA-6B Saw Tooth Mounting Clamp MCA-7 Mounting Clamp Cable Muiti Core 26-pin/26/pin, 50m length PEDESTAL SYSTEM WITH PANORAMIC HEAD FOR YOUR STUDIO. Lightweight Camera Platform Fluid Head Payload - 22-55 lbs (10-25kg) 7 (plus zero) Pan/Tilt Drag Positions 4 Counterbalance Positions 100mm Sliding Range Adjustable Air System Maximum Height - 55.6" (1412mm)

7 8

3 1

Steering Wheel and 100mm Bowl Mount Miller Studio Dolly Included. Arrow 55 Fluid Head Included Pedestal System Safe air charging with pump or compressor Large height range and silent dolly movement Smooth-running lifting column for vibration-free ?on the air? movement Column can be locked in place by brake at any height Optimally adjustable air pressure to balance any camera configuration Fast, tool-free set-up Incl. pressure gauge Convenient eccentric clamp Weight 16.5 kg / 36.4 lbs Payload 55 kg / 121 lbs Height range 71.5 - 157 cm / 28.1 - 61.8 in Lift 42 cm / 16.5 in Clearance 99 cm / 39 in Head fitting flat bas On-shot stroke42 cm/16.5 Included FB Adaptor FLUID HEAD Weight 4.5 kg / 9.9 lbs Payload : 8 - 35 kg / 18 - 77 lbs Sliding range plate :100 mm / 3.9 in Counterbalance : in 18 steps Grades of drag : 7 each horizontal and vertical + 0 Tilt range +90/-75 Temperature range :-40 to +60 C / -40 to +140 F Camera fitting Touch & Go Plate 35 Tripod/Pedestal fitting : Flat base Pan bar(s) : 2, telescopic, Type Plus Level self-illuminating Touch Bubble Batteries Level : 3 x 625U or LR9 Adapter viewfinder extension : 5-INCH MONOCHROME STUDIO VIEWFINDER. High horizontal resolution of 650 TV lines Stable video image Bright and clear colour image Under Scanning capability Can operate either on EIA and CCIR signals systems with automatic selection 16:9/4:3 Automatic Aspect Ratio Selection Camera connector 20-pin or DIN 8-pin connector Power requirements DC 12V +5.0/-1.5V (supplied from a camera) MULTI-FORMAT HD LCD MONITOR(HD/SD SDI)

10

11

12

Display Type : 17" LCD Display Aspect Ratio: 16:9 Pixel number: 1920 (H) x 1080(V) Panel surface: Glare

Viewing Angle : H:160deg V:140deg Contrast Ratio : 600:1 Display color : 16.7M colors Backlight : LED
Video IN/OUT

Composite Video IN: BNC x 1 Composite Video OUT: BNC x1 Loop through HDMI In : HDMI Connector x 1 HD/SD-SDI : IN: BNC x2. OUT: BNC x1 (Switched / reclocked out) Audio : IN: RCA x 2 (L/R) 3.5mm Stereo mini jack x 1. OUT: RCA x 2 (L/R). Monitor Aut Remote : RS-232C: D-sub (9-pin) x 1
13 INSTALAREA CAMERELOR (COMPLET ) N STUDIOUL NR.1. LOT NO.2 video and audio equipment Nr. d/o Goods Technical Specifications Quantity Condiiile livrrii: CIP, DDP Incoterms 2010 5 Delivery time Minimum of 30 calendar days or within 45 days after signing the contract 1

DOUBLE-EAR HEADSET Double Ear Headset: Open or Enclosed Ear Phone: Enclosed High-quality dynamic hyper-cardioid microphone High ambient-noise attenuation headphones 40Hz - 20kHz frequency response Boom rotation On/Off switch for quick microphone muting Ear socks and storage bag included Impedance Mic/Earpiece: 200ohms/400ohms 32X32 COMPACT HD/SD- SDI ROUTERS Included Control Panel Supports 32 3G SDI inputs and outputs Video Formats 525i 29.97 720P 50, 59.94, 60 1080i 25, 29.97, 30 1080PsF 23.98, 24, 25, 29.97, 30 1080p 23.98, 24, 25, 29.97, 30, 50, 59.94, 60 Video Input Digital SD/HD/3G SDI, SMPTE-259/292/296, 8- or 10bits Single Link 4:2:2 (1 x BNC per input) Video Output Digital SD/HD/3G SDI, SMPTE-259/292/296, 8- or 10bits Single Link 4:2:2 (1 x BNC per output) Audio Input Digital 8-channel, 24-bit SMPTE-259 SDI embedded audio, 48kHz sample rate, Synchronous Timecode SDI RP188 preserved from inputs to outputs

Reference Input Analog Color Black (1V) or Composite Sync (2 or 4V) Looping, non-terminating. Network Interface 10/100/1000 Ethernet (RJ-45) Embedded web server for remote control Machine Control RS-422 3 MIXER AUDIO Total of Inputs: 40 Mic/Line Inputs : 40 Line - Balanced 1/4" TRS Phone 40 Mic - Balanced 3-pin XLR AUX Sends : 8 - 1/4" TRS Phone AUX Returns 8 - Stereo L/R 1/4" TRS Phone Inserts 40 Channel Inserts - 1/4" TRS Phone input channels 1 - 40 8 Aux Send Inserts - 1/4" TRS Phone 8 Group Send Inserts - 1/4" TRS Phone Main Insert - Stereo L/R 1/4" Phone BUS (Group) Outputs : 8 - 1/4" TRS Phone 2 Trk Master I/O :Main Out Balanced L/R Stereo 3-pin XLR Unbalanced L/R Stereo 1/4" Phone Mono 3-pin XLR ALT I/O : 40 Direct Outputs - DB-25 pin Connectors Monitor Outputs : L/R Stereo 1/4" Phone EQ Section : Mono Channel EQ: High: +/-15dB @ 12kHz High Mid: +/-15dB, sweepable from 400Hz to 8kHz Low Mid: +/-15dB, sweepable from 100Hz to 2kHz Low: +/-15dB @ 80Hz Stereo AUX Channel: High: +/- 15dB @ 12kHz High Mid: +/- 15dB @ 2.5kHz Low Mid: +/- 15dB @ 400Hz Low: +/- 15dB @ 80Hz Solo/Mute Channel inputs, group outputs, aux sends Channel Level Control: Channel Fader Control Trim/Gain Control : Sealed Rotary Controls Phantom Power : +48V Phantom Power Metering : 12 - Segment stereo and solo stereo LED indicators Frequency Response Mic Input to Main Output (Gain @ Unity) +0, -1dB, < 10Hz to 80kHz +0, -3dB, < 10Hz to 130kHz Dynamic Range: >105dB, 24 channels assigned >115dB, one-channel assigned Signal-to-Noise Ratio: -87 dBu (ref. +4 dBu, Mic In to Main Out, 48 channels and Main Mix levels 1

@ Unity) -90 dBu (ref. +4 dBu, Mic In to Main Out, 24 channels and Main Mix levels @ Unity) Total Harmonic Distortion (THD) Mic Input to Main Output (@ +4dBu) THD: < 0.007% max, 0.005% typical, 20Hz to 20kHz SMPTE IMD: < 0.005% (7kHz/60Hz, 4:1) Power Supply Power Consumption: 180 Watts AC Power Supply: 100VAC - 240VAC, 50Hz FRAME COVERTER HD/SD-SDI DISTRIBUTION AMPLIFIER Input : SD/HD-SDI x 1, reclocked and equalized, 143 to 1.485Mbps, on a BNC connector Output:SD/HD-SDI x 8, SMPTE 259M/292M/296M, on BNC connectors Input SMPTE 259M/292M/296M, BNC Outputs SMPTE 259M/292M/296M, 8 x BNC reclocked and equalized, 143 to 1.485Mbps, on a BNC connector. FRAME RACKMOUNT 10 In. Capacity :10 Slots, Inputs : RJ 45 Communications Port/Power Supply Monitoring. Reference Input, BNC Cooling : Multiple-Fan Forced Air Compatible pozition 15 (HD/SD-SDI Distribution Amplifier) AUDIO DISTRIBUTION AMPLIFIER Front panel gain controls and output monitoring test points for each channel (optional gain potentiometers with knobs) 5 balanced outputs per channel of which up to three per channel can be transformercoupled (a link can be moved to configure the unit to a single channel 10 output distribution amplifier) Electronic or optionally transformer balanced inputs (user selectable high or 600 Ohm impedance) Low impedance outputs (optional 600 Ohm impedance) Novel circuitry around the input and output transformers ensures wide frequency response and low distortion even at low frequencies when transformers traditionally perform poorly Moving a link provides a mono output on the last output for each channel A link can be moved to bypass the roll-off filter for time-code distribution HD/SD 4-CHANNEL ANALOG AUDIO EMBEDDER/DISEMBEDDER Formats :HD SMPTE 292/296M SD SMPTE 259M Dual rate HD-SDI/SDI Embedder/Disembedder 4-Channel Balanced Analog Audio I/O Video Input : HD-SDI or SDI BNC

Video Outputs : HD-SDI or SDI BNC x2 Audio Inputs : 4 x Balanced Analog Audio, XLR Audio Outputs : 4 x Balanced Analog Audio, XLR Audio Levels : See "Output Level Selection Matrix" below Conversion : This unit can embed or disembed analog balanced audio on HD or SD SDI video Audio Converters : 24 bit Embedded Audio : SMPTE 272M/299M, 24 bit, 48KHz synchronous Control : Slide Switches: Embedder On/Off Channel Pairs 1/2-3/4 Input group select 1-4 Output group select 1-4 Audio Level Pro/Consumer Supplied XLR breakout cable 8 APC Smart UPS 3000 VA. UPS Technology Line interactive . Input Voltage AC 120 V Input Voltage Range AC 82 - 144 V Input Voltage Range (Adjustable) AC 75 - 154 V Frequency Required 50/60 Hz Input Connector(s)1 x power NEMA 5-15 Output Voltage 120 V( 57 - 63 Hz ) SDI/OPTICAL FIBER CONVERTERS Audio-video signal transmission over optical fiber :Transport of SDI, HD-SDI, and 3G HD-SDI over single mode optical fiber Auto-detection of video format All SDI Ancillary data including embedded audio is passed LC, ST OR SC fiber connectors Simplex or Duplex models available All inputs, either SDI or fiber, are equalized and re-clocked ASI compatible Formats : 3Gb, 1.5Gb, 270Mb, Auto Select Video Inputs and Outputs SDI (SMPTE 259/292/296/424), 2x BNC 1x Single mode optical fiber, LC connector 1x Single mode optical fiber, ST connector (FiDO-TST, 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) 1

6 set

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;

10

69 W of Cores :4 of Threads: 4 Clock Speed :3.1 GHz Max Turbo Frequency :3.5 GHz Intel Smart Cache :8 MB Bus/Core Ratio : 31 DMI: 5 GT/s Instruction Set :64-bit Instruction Set Extensions: SSE4.1/4.2, AVX Lithography : 22 nm Max TDP : 69 W RAM: 8GB (2x4GB) 1600MHz DDR3 ECC UDIMM 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 host controller and supports host based RAID 0, 1, 5, 10 DVD : 16x DVD+/-RW Drive Video Card: 800 MHz engine clock; 1GB GDDR5 memory; 1000 MHz memory clock; 64 GB/s memory bandwidth; 768 GFLOPS Single Precision compute power; 128-bit GDDR5 memory interface; PCI Express 2.1 x16 bus interface; DirectX 11 support; OpenGL 4.1 support; DVI, HDMI USB Keyboard Black same production as Workstation En/Ro/Ru USB Optical Scroll Mouse Black same production as Workstation 2x Monitors: 21 inch, IPS LED, rezoluia:1920x1080, 300 cd/m, Dinamic contrast Ratio : 2000000:1, Viewing Angle (178 vertical / 178 horizontal), Response rate (typical) 8 ms, Pivot, 1xDisplayPort, (DP) , DVI, USB 2,0Hub, 1 xVideo Graphics Array (VGA) UPS: Smart UPS 500W, 230V Monitor Speakers: two-way desktop reference speaker, low-frequency: 4" diameter, polypropylenecoated, magnetically, shielded with hightemperature voice coil,

11

high-frequency: 1" diameter, magnetically shielded silk cone tweeter, frequency response - 85 Hz 20 kHz, crossover frequency: 2.7 kHz, dynamic power: 20 watts continuous, per channel into 4 , input impedance: 10 k unbalanced, 20 k balanced, RF interference, output current limiting, over temperature, turn on/off transient, subsonic filter, Cabinet: vinyl-laminated MDF Converter for Ingest: SDI2DV DV-to-SDI Bi-Directional Video Converter 1394 bus powered 6-pin and 4-pin 1394 ports 12V XLR Battery Input Dual BNC's for 10 bit SDI I/O Dual BNC's for VITC I/O RS-422 Machine Control via 9 pin D Sub Low Profile, lightweight design for portability Bi-directional conversion Embedded Digital Stereo Audio at 48 KHz SMPTE time code support Analog VITC Support DVITC Support Seamless operation with Betacam SX equivalents to the Sony BVW-55, such as the DNW-A25 SDI VIDEO CABLE Series: SDI Video. Structure: 1x0, 80 mm. Conductor: copper wire. Insulation: FRNC, non-flammable. Screen: double: Aluminum + twisted braided, tinned copper.Ext. dia., mm: 6.1.Weight g / m: 56.0. Color: Green, wite, black Impedance (Ohm)75 Nom. Capacitance Conductor to Shield: Capacitance (pF/m) 53.1522 Nominal Velocity of Propagation: VP (%) 82 Nominal Delay: Delay (ns/m) 4.06844 Nom. Conductor DC Resistance: DCR @ 20C (Ohm/km) 20.9984 Support HD distance: 140 m BNC CONNECTOR for SDI VIDEO CABLE (poz.23). Ring ,Material: Brass, Nickel Plated

11

1500m

12

275

12

13

14 15 16 17 18

19

PROFESSIONAL MICROPHONE CABLES Conductor : stranded bare copper, 28 x 0.10 mm Cross-section : 0.22-0.25 mm2 Core Arrangement : 2 cores + cotton tracers twisted Shielding : bare copper spiral shield Outer Jacket : PVC, matt Overall Diameter: 6.5 mm Min. Bending Radius : 30 mm Working Temperature : -20 C / +70 C Conductor Resistance : < 85 /km Capacitance : Cond./Cond. 60 pF/m, Cond./Shield 110 pF/m Insulation Resistance > 100 M x km XLR-MALE CONNECTOR FOR CABLE XLR-FEMALE CONNECTOR FOR CABLE XLR-MALE CHASSIS CONNECTOR XLR-FEMALE CHASSIS CONNECTOR JACK PLUG 6.35 MM CONNECTOR Gender : Male Number of Positions / Contacts : 3 (TRS, Stereo) Material : Metal, gold plated Temperature range : -20 - +70 C Plug construction : Plug, Cable Mount External diameter: 6,35 mm Number of pins : 3 / Stereo Connection : Soldering SMART VIDEOHUB 16x16. CONTROL PANEL INCLUDED Compact - 1U Size 3 GB/s SDI Auto-switching SD / HD Full SDI Re-clocking 32 Attractive Crystal Look Buttons Illuminated Buttons Ethernet Direct Network Connection SDI Video Input: 16 x 10 bit SD-SDI, HDSDI, 3 Gb/s HD and 2K switchable SDI Video Output: 16 x 10 bit SD-SDI, HDSDI, 3 Gb/s HD and 2K switchable Multi Rate Support: Auto detection of SD, HD or 3 Gb/s SDI Simultaneous routing of 2K, HD, SD video and DVB-ASI SD Format Support: 625/25 PAL HD Format Support:1080p25, 1080PsF25, 720p50, SDI Video Sampling: 4:2:2 and 4:4:4 SDI Color Precision: 4:2:2 and 4:4:4 10 bit

500 m

60 70 75 40 30

13

20

SDI Audio Sampling: Television standard sample rate of 48 kHz and 24 bit Software Control : Router control included free for Windows and Mac OS X Power Supply : 1 x Universal power supply Power Fail Protection : Router connections preserved and restored instantly at power on independently of host computer 20.1 VIDEOPROMTER The set will include : Tube with a translucent mirror 480 x 480mm Two-Way Glass Mounting Platform 19-inch Color TFT Monitor with resolution 1400x900 10m RGB Monitor Cable 20.2 FOOT CONTROL TELEPROMTER Combined Power : consumption 85mA (1W) 12V DC Size : 206mm x 256mm x 73mm (W x L x H) 133mm x 124mm x 53mm (W x L x H)12V PSU cu conectare Hirose 12V PSU with Hirose connection (supplied) Control : Din 9-mod sub-D tip Male Control Net BNC MFC to MDP 6/4 RJ11 (2m and 5m link cables supplied) 20.3 HIROSE POWER SUPPLY Universal Input 100V-240V and 47-63Hz, 0.4 Amps Output: 11-13V, 15W Max 1.25 Amps @ 12V Regulated 12V HIROSE (12-Pin) power supply with universal voltage and detachable wall cord (not shown).
Trasarea cablurilor Video SDI, Audio analog, Transferul echipamentului din studioul nr.5 n studioul nr.1

21

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 the Participant; 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;

14

e) Certificate of Compliance or other equivalent certificate confirming the quality of goods / services - released by the National Body of Products Conformity Verification - 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 participant Operators 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.com and familiar with the requirements of the bidding documents at the address given below "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.com from 9.00-17.00. The set of documents may be obtained at the same address after filing the notice (indicating clearly the name, address, contact telephone number and name of the person authorized by the Participant) and confirmation of payment of nonrefundable 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 those proceedings. Participant documents put in an envelope, sealed and stamped, to be presented before 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 National Broadcaster Company "Teleradio-Moldova" and representatives of the tenderer 10:00, 19.08.2013 address Public National Broadcaster Company "TeleradioMoldova" mountains . Chisinau street Mioria 1 et. 5 antechamber. All bids must be accompanied by bid guarantee in the form of bank guarantee in the amount of 1% of the total offered Address reference in the text above:

15

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

16

Section 1. Instructions to Bidders (IB) GENERAL PROVISIONS 1. The goal tender 1.1. 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 the DA 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, resident or 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 any combination of their legal form of agreement of intent, or an existing one, the formation of the Association, which was invited to participate in the procurement procedure or would like to participate, or tendered the invitation to tender. All members of the Association shall be liable to the contracting authority jointly and individually. 4.3. State-owned enterprises of the Republic of Moldova can participate in bidding only if they demonstrate that they are legally autonomous and operate under commercial 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 in the past, directly or indirectly, with any consultant or other entity that has prepared the specifications and other documents related to this call, and (ii) submit only one bid, except for alternative under Article IPO20 (this restrict the participation of subcontractors in more offers).

17

4.5. Bidder shall be permitted to tender if it is included in the list of prohibited suppliers, in accordance with Article IPO36. Prohibition list can be found at the address indicated in the DA. May. Tender costs 5.1. The bidder shall bear all costs associated with the preparation and submission of the tender and the contracting authority does not bear any responsibility for 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 read in 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 the contracting authority in writing at the address specified in the DA. The contracting authority 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 response to 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 contracting authority 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 all participants who have obtained the tender documents directly from the contracting authority and the Public Procurement Agency. 8. Corrupt Practices and other prohibited practices 8.1. Government calls for contracting authorities and participants in public tenders to meet the highest ethical standards of conduct in carrying out and implementing procurement processes, and performance of contracts financed from public funds. 8.2. In accordance with paragraph IB8.1, where agency procurement or contracting authority will determine that bidder has been engaged in practices

18

described in point IB8.3 in the process of competition for public procurement contract 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 of 13 April 2007 on public procurement. 8.3. In order to apply the provisions of this section, the following actions are not allowed in procedures for acquisition and execution of the contract: a) The promise, offering or giving a person a responsible, either personally or through an intermediary, for goods or services, or any other thing of value to influence 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 avoid an obligation; c) understanding prohibited by law, between two or more parties, made in order to coordinate their behavior in public procurement; d) damage or harm, directly or indirectly, any party or the property of the party to influence improperly the actions it; e) deliberate destruction, falsification, counterfeiting or concealing of evidence material to the investigation, or giving false information to investigators, essential to prevent an investigation conducted by the competent bodies to identify the practices described above, as well as threats, harassment or intimidating any party to prevent it from disclosing information about issues relevant investigation or pursue the investigation. 8.4. Contracting authority staff will be equal obligations on the exclusion practices of coercion to obtain personal benefits in connection with the procurement.

19

A. Criteria for qualification 9. General criteria 9.1. Bidder shall have experience, good reputation, technical equipment and expertise 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 necessary skills 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 goods and / or services to qualify for fulfilling the requirements of the contract: a) specific experience in the delivery of goods and / or related services specified in the FDA, with the Association at least one of the partners will meet this condition, and b) minimum production capacity or equipment specified by FDA. 11. Affordability criteria 11.1. Bidder shall have a minimum level of financial capacity to qualify to fulfill the contract requirements: a) achieving a satisfactory supply of similar goods within a period specified in 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 at least one member of the Association will meet the requirement. Other partners will meet 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.

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 and documents 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 forms may 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 the tender 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). To demonstrate the technical compliance of the goods, the bidder shall complete Form specifications 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 more bids will be rejected (this refers to the participation of subcontractors in more offers). 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), as specified in the FDA.

21

15.2. Guarantee for the offer will be in the amount specified in the FDA, in MDL, issued by a licensed bank and will be: a) in the form of bank guarantee from a banking institution, valid for the period of validity of the tender or other extended period, as applicable, in accordance with paragraph IB17.2., or b) 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 the contracting authority rejected as inadequate. 15.4. Guarantee to offer unearned bidders will be returned as quickly as possible, but not later than 5 days from the time: a) signing of the contract by the winning bidder, after submission of performance 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 bid validity specified by the bidder in the bid form, except as provided in paragraph IB17.2, or b) if the winning bidder refuses: - Accept the correction of arithmetic errors in accordance with paragraph IB29; - 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 tendered on 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 technical specifications and price (F4.3) shall comply with the requirements specified below. 16.2. All lots and items must be listed and valued separately in the Specifications and price (F4.3).

22

16.3. Price to be specified in the tender form will be the total amount of the offer. 16.4. Terms Incoterms, such as EXW, CIP, DDP and other similar terms shall be 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 of the contract by the bidder and will not change for any reason, except as provided in the FDA. 16.7 The contracting authority shall make payment according to the methodology and the conditions in the FDA. 7. The validity of tenders 17.1 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 a shorter period shall be rejected by the contracting authority as unfit. 17.2. In exceptional cases, before the expiry of the tender validity period, the Contracting Authority may ask tenderers to extend the validity of their tenders, with a maximum of 60 days from the original deadline. The request and the responses shall be made in writing. If a guarantee is required to bid in the auction, according to 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 granting the request for extension will not be required and will not be allowed to modify their offers. 18. The language of communication 18.1 The documents related to tender and all correspondence between the tenderer and the contracting authority will be established in the state. Supporting documents and printed literature that are part of the tender may be in another language 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, except where otherwise FDA.

23

20. Format and Signing of Bid 20.1. Bidder shall prepare the original documents comprising offer, as described in point IB12. 20.2. The tender shall be printed or written in ink which can not be erased and will be signed by the person authorized to sign on behalf of the bidder. This authorization will be made in the form of a letter of delegation / empowerment that attaches to information on the offer form (F3.3). Name and title of each person signing the letter of delegation / empowerment that will be printed under the signature. All pages of bid, except the general conditions remain unchanged, will be numbered sequentially and signed / initialed by the person denoted by signing the offer. 20.3. Any additional entries, erasures or overwriting shall be valid only if they 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 a separate 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, if specified in the FDA; d) a warning not to open before the time and date of bid opening, in accordance with paragraph IB25.1. 21.3. If the envelopes are not sealed and marked as required above, the Contracting Authority will assume responsibility for their improper placement or early 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 date and time the FDA. The contracting authority may, at its discretion, extend the

24

deadline for submission of tenders by amending the tender documents in accordance with paragraph IB7, in which case all rights and obligations of the contracting authority and tenderers shall be submitted after the deadline extended. 23. Offers delayed 23.1. The Contracting Authority will not consider any bid submitted after the deadline for submission of bids, in accordance with paragraph IB18. Any bid received by the Contracting Authority after the deadline for submission of tenders will be recorded accordingly and returned to the bidder without being opened, to enter 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 written notice in accordance with section IB21, duly signed by an authorized representative and include an copy of the letter of delegation / authorization in accordance with paragraph IB20.2. Corresponding substitution or modification of the bid must be accompanied by a written notice. In case of withdrawal of offer, it will be done by a certified letter from the bidder. 24.2. Bids requested to be withdrawn in accordance with paragraph IB24.1 when 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 validity period 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, in accordance with paragraph IB23.1.

25

25.3. The contracting authority shall prepare a report for opening tenders and operators at the request of the representatives present at the opening session, we will forward 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 of the 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 and post-qualification bids will not be disclosed to bidders or other persons who are not officially 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 award decisions may result in rejection of its tender. 27. Clarification of Bids 27.1. The contracting authority may, at its discretion, ask any of the bidders for clarification of their offer to facilitate the examination, evaluation, comparison and post-qualification bids. There will be requested, offered or permitted changes in prices or offer content, except for the correction of arithmetic errors discovered by the contracting authority during the evaluation of tenders in accordance with section IB29. 27.2. If the tenderer does not provide the requested clarifications during the contracting authority established in the request for clarification (provided that this request has been confirmed receipt by the bidder), this offer may be rejected. 26.2. Orice aciuni ale unui ofertant de a influena autoritatea contractant n examinarea, 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 be based on the contents of the offer. 28.2. It is considered that offer complies with the requirements to all the terms, conditions and specifications of the tender documents, having no essential

26

deviations or having only minor deviations, errors or omissions which may be removed 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 bidders presenting offers required. 28.3. If an offer does not comply with the requirements of the tender documents, it will be rejected by the contracting authority and may not subsequently be made relevant by the bidder by correction of deviations, errors or omissions essential. 29. Nonconformities, errors and omissions 29.1. The contracting authority has the right to consider offer complies with the requirements if it contains minor deviations from the provisions of the tender documents, errors or omissions which may be removed without affecting its essence. 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 the correction of arithmetic errors, his offer is rejected. 30. Preliminary examination of bids 30.1. The contracting authority will examine the bids to confirm that all documents and technical documentation requested in point IB12 were presented to determine the completeness of each document submitted. 30.2. The contracting authority will confirm that the following documents and 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 section 1.9 of this. f) Statement of Ethics and lack of involvement in fraudulent practices and corruption (F.3.4)

27

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

31. Technical Assessment 31.1. Bids have been rejected in the preliminary examination in accordance with paragraph IB30 will be admitted to the technical evaluation. 31.2. The contracting authority will examine the bids to confirm that all terms and conditions specified in the contract has been accepted by the Seller no major deviations or reservations. 31.3. The contracting authority shall evaluate the technical aspects of the offer made to verify that all requirements specified in Section 4 - Table requirements of the bidding documents without deviations, errors or omissions essential. 31.4. If, after examining the terms and conditions and the technical evaluation, the contracting authority establishes that the offer complies with the requirements 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 paragraph IB31 will be accepted for financial evaluation. 32.2. In order to assess the financial and comparison of bids, all bid prices expressed in different currencies (where permitted under paragraph IB19.1) will be converted 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 taxes applicable 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, in addition to the lowest price offered, one or more criteria relating to the characteristics,

28

performance and terms and conditions of purchase of goods and / or services, if specified in the FDA. 32.5. If not applying one or more criteria in point IB32.4, use the lowest price criterion. 33. Comparison of bids 33.1. The contracting authority shall compare all offers conform to the requirements to determine the most economically advantageous tender in accordance with section IB32. 34. Post qualification of the bidder 34.1. The contracting authority will determine whether the tenderer that is selected 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 in assessing the full qualification. 34.3. An affirmative judgment will be as a precondition for awarding the contract bidder. A negative assessment will result in disqualification, in which case the contracting authority may proceed to the next most economically advantageous tender to make a similar assessment capabilities to perform the contract to the tenderer. 35. Exclusion negotiations 35.1. Do not accept any negotiations with the winning bidder or other bidders. Bidders will not be required as a condition of awarding the contract, to assume responsibilities that were not provided in the tender documents and to increase the price offered or amend the offer. 36. Disqualification of the bidder 36.1. The contracting authority shall disqualify the bidder submitting documents containing false information in order to qualify, or confuse or make false representations to demonstrate that he meets the qualification requirements. If this is proven, the contracting authority may declare that bidder as ineligible for further participation in procurement contracts by inclusion in the list of prohibited suppliers for a period of 3 years.

29

36.2. List of prohibited suppliers is an official document and is issued by the Public Procurement Agency in order to limit the economic operators' participation in public procurement procedures. It is written, updated and maintained by the Agency 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 seizure proceedings were initiated heritage is in bankruptcy or liquidation, or if activities are suspended or there is a full trial on any of those listed. 36.4. The bidder is disqualified for administrative sanctions or criminal, in the past three years, leading people to the economic operator in connection with their professional activities or submitting false data to the conclusion of the public. Bidders shall submit the appropriate information in section 3.3 of Form information on the offer of Section 3 (F 3.3). 36.5. The bidder is disqualified for failure to pay taxes and other obligatory payments in accordance with the laws of the country in which he is resident. The contracting authority shall require tenderers to demonstrate authority to conclude contracts and procurement of founders and affiliated persons. 36.6. The contracting authority if it finds that disqualifies bidder is included in the list of prohibited suppliers. 36.7 The contracting authority does not accept the offer if the bidder does not meet 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 and reject all bids at any time prior to award of contract, if notifies the lack of effective competition is unable or where nonconformity financial coverage for the requirements of this documentation, without thereby create certain obligations to suppliers. The contracting authority shall communicate in writing to all participants in the public procurement procedure, within 3 days from the date of cancellation, termination obligations so that they and they have created by submitting offers, as well as the reason for cancellation.

30

A. Award of the contract 38. The award criteria 38.1. The contracting authority shall award the contract in accordance with criteria 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 lowest price or the most economically advantageous and which meets the requirements of documents 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 the right to decrease the amount of goods and / or services originally specified in Section 4 - Table needs to be able to fit into the financial means, but without making any change in unit price or other terms and conditions of the tender and tender documents. 40. Notification of award 40.1. Before expiry of the tender, the contracting authority shall notify in writing the winning bidder that acceptance of the bid and award of procurement contract. 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 will announce three days each tenderer of the reasons for not accepting their offer unearned 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 guarantee for the offer (if required), winning bidder will submit performance guarantee in the amount 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 the contracting authority but meets the conditions of form (F5.2). 41.2. Refusal winning bidder to submit performance bond or to sign the contract will be sufficient grounds for cancellation of the tender adjudication and forfeiture. In this case, the contracting authority may award the contract to the next bidder economically most advantageous tender, whose offer complies with the requirements and is appreciated by the contracting authority as qualified to perform the contract. In this case, the contracting authority will require all remaining bidders extend the period of validity of the Guarantee for the offer. However, the contracting authority has the right to reject all other offers.

31

42. Signature of the contract 42.1. Once the dispatch of the notice of award, the contracting authority will send the winning bidder the contract form (F5.1) and all other documents completed components of the contract may. 42.2. Winning bidder will sign the contract accordingly and we will refund the 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 and performance bond (F5.2), the contracting authority shall issue and transmit to guarantee 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 performance guarantees in point IB42 and signing the contract under paragraph IB43, within 3 calendar days of the decision group work, indicating the name and contact details of the trader with whom the contract was concluded and the contract price. 43.2. Upon receipt of notification of award, bidders may request in writing unearned contracting authority that it contains a brief explanation of why their bids were not selected. The contracting authority shall respond promptly in writing of any 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 procedure applied in violation of law, violated its right recognized by law, after which he actually 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 of 13 April 2007 on public procurement. 44.2 Complaints will be submitted directly to the Public Procurement Agency. 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 to submit 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 shall be deposited until the opening of the contracting authority offers packages.

32

Section 2. Safety data acquisition (SDA) The following particulars relating to the goods and the services required shall complement, 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 provisions herein 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 "TeleradioMoldova" 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

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 turnover of 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 a commercial bank) of the Form F3.2 Section 3 - Forms for submission, or b) b) guarantee for tender by the contracting authority transfer to the account according to the following bank details c) (a) the payee: Public National Broadcaster Company "TeleradioMoldova" d) (b) the data bank, the Savings Bank SA, fil. No.. 1 e) (c) Fiscal Code 1004600050558 f) (d) the settlement account; 22,242,014,981,776 g) (e) bank code; BECOMD2X609 h) Note "for the set of tender documents" or "guarantee public tender offer to nr.1158/13 din19.08.2013"

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 Government Decision 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 and receive 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: a copy

35

A. IB 21.2(c)

Submission and opening of tenders

Envelopes will contain the following information: Open the purchase of equipment 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 floor meeting room Date: 19.08.2013 Time: 10:00

B. IB 32.2

The evaluation and comparison of bids

Price of the bids submitted in other currencies will be converted: Moldovan leu Source for the exchange rate to convert: NBM Data for the rate applicable will be: tender opening day IB 32.3 Will be carried out: Lot No.1 - single evaluation, Lot no. 2 - evaluating positions.

36

IB 32.4 Economic factors will be applied to evaluate the following: compliance with all mandatory and lowest price without VAT

C. IB 38.1

C. Adjudication of the Contract

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 the adjudecation contract price . IB 42.2 The maximum number of days for the signing and submission of the contract by the contracting authority: 20 days

37

Section 3. Forms for submission The following tables and forms will be completed by the bidder and included in the offer.

Form F3.1 F3.2 F3.3 F3.4

Title Tender form Guarantee to offer - form of the bank guarantee Information form about bidder The declaration of ethic conducr and disengagement in fraudulent and corruption practices (F3.4)

38

TENDER FORM (F3.1) [Bidder 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: [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 have occurred]. b) [full name] is committed to provide / perform in accordance with the tender documents and conditions stipulated in the technical specifications and price, the following goods and / or services ___________________________________________________________________ ______________________ [insert a brief description of goods and / or services]. c) The total price of the bid is:_________________________________________________________________ __ [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 to tenderers, IB17.1 point, since the deadline for submission of tenders, in accordance with paragraph IB22.1 will remain binding and may be accepted at any time before the expiration of that period; e) In case of acceptance of this offer, [full name] is committed to obtain a performance guarantee in accordance with paragraph IB41 for proper execution of the public contract. f) We are not in any conflict of interest in accordance with section IB4.4.

39

g) The company signatory, its affiliates or subsidiaries, including any partner or subcontractor as part of the contract have not been declared ineligible under the provisions of existing legislation or regulations with implications for public procurement 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]

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 contracting authority] 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 tender no. from _________. 201_ [number and date of auction]. At the request of the bidder, we, [name of bank] hereby irrevocably committed 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 first application 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 offer after 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, errors detected 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 purchese contract. 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 of award of the contract and after issuing the performance bond issued to you at the request of the Bidder, or

41

b) The bidder does not become winning bidder or upon receipt by us of your copy of the notification of the name of another winning bidder, either at the end of the period of thirty days after the expiry of the offer submitted by the Bidder in the auction. Therefore, any claim or payment under this guarantee must be received by us at the office till date inclusive. This guarantee is valid until the date of ______________________. _____________________________ [Authorized signature of the bank]

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:__________________ A. Individual bidders 1. 1.1. 1.2. General Informations Legal Name of the tenderer Legal address of the bidder in the land registration Legal status of the tenderer property Legal form Other 1.4. 1.5. Registration year of the bidder Business status of the tenderer Producer Local Agent / Distributor of foreign manufacturers Intermediate Company warehouse Page __ of__

1.3.

43

Other 1.6. Information about the authorized representative of the bidder Name Work place and position Address Telefon / Fax E-mail 1.7. 1.8. VAT number Identity Number of full income tax (for foreign bidders) Bidder shall attach copies of the following documents: Documents Required: a) business registration certificate copy - issued by the State Registration Chamber (Ministry of Information), confirmed by signing and stamping the Participant; b) Certificate of Award bank account - copy - issued by the bank holding 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; e) Certificate of Compliance or

1.9.

44

other equivalent certificate confirming the quality of goods / services - issued by the National conformity of products - copy of the original, confirmed by the stamp and signature of participants; f) Statement of Ethics and lack of involvement in fraudulent practices and corruption (F3.4). g) List of founders (name, code. staff); h) Data about participant Optional documents submitted subsequent binding only upon request: a) Certificate confirming the failure of criminal sanctions (criminal record) to officials Participant issued by the Ministry of Interior, which provide information about non criminal sanctions over the past three years; b) Certificate confirming non administrative and disciplinary sanctions against officials Participant - original - issued by participants, failure to provide information about administrative and disciplinary sanctions in the past 3 years; c) Certificate confirming the arrangements and criteria for calculating the price - original released by the Participant; d) Copy of reference standards for goods and services offered,

45

confirmed by the signature and seal of the Participant; e) Recommendations - original;

2. 2.1.

Information for qualification Number of years of overall 5 year experience of the tenderer in respect of goods and services Number of years of specific 5 year experience of the tenderer in delivery / supply goods and / or services similar The monetary value of deliveries of "Not Applicable" similar goods during the period laid down in IB 11.1 (a) Availability of financial resources "Not Applicable" (cash or working capital or credit resources, bank account statement, etc..). List and attach copies of supporting documents Details of production capacity / "Not Applicable" equipment available financial Information 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 Name, address, telephone, telex and fax numbers of banks that may offer features about bidder in contacting the contracting authority Information on litigation in which the bidder is or has been involved:

2.1.

2.2.

2.3

2.4

3. 3.1.

3.2.

3.3.

46

a)

Any process in the last 3 years: Outcome or sentence and the amount involved

cause of dispute

b)

Current processes during the current fiscal year: Current status of process

cause of dispute

B. Individual partners of the Association 4.1. 4.2. Each partner of the Association shall submit all information requested in the form above in compartments 1-3. Attach attorney / power for each authorized signatory of the bid on behalf of the Association. Attach the signed agreement between all the partners of the Association (which will bear the legal binding for all partners).

4.3.

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 allow changes 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 be considered 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 that information 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 of the 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 who are 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: __________________________

48

Section 4-A. Table requirements

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

Form F4.1 F4.3

Title List of goods and delivery schedule Technical specifications and price

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

Nr. d/o

Code CPV

Required goods

Quantity

Unit

Place of final destination (according IB)

Earliest delivery date

Delivery date The late date of delivery

Delivery date of the tenderer [will be indicated by the bidder]


9

2 Loot no 1

1 2 3 4 5 6 7 8 9

32240000-7

PAL:HD / SDSDI SDI.HIGHPERFORMANCE CAMERA

5 5 5 1 4 1 3 1 1

piece piece piece piece piece piece piece piece piece

PNBC TRM

30 30 30 30 30 30 30 30 30

45 45 45 45 45 45 45 45 45

32324300-3 32324300-3 32324300-3 32324300-3 32324300-3 32324300-3 32324300-3

CAMERA CONTROL UNIT (CCU HD/SD ) Simple Remote Control Panel WIDE ANGLE 2/3inch HD ZOOM LENS. FULL SERVO HD & BROADCAST LENSES DIGITAL ZOOM/FOCUS CONTROL KIT Cable Muiti Core PEDESTAL SYSTEM WITH PANORAMIC HEAD FOR YOUR STUDIO. Pedestal System REAR

PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM

32324300-3

50

10 11 12 13

32324300-3 32324300-3 32323100-4 51312000-2

FLUID HEAD 5-INCH MONOCHROME VIEWFINDER STUDIO

1 4 8 1

piece piece piece working

PNBC TRM PNBC TRM PNBC TRM PNBC TRM

30 30 30 10

45 45 45 15

MULTI-FORMAT HD LCD MONITOR INSTALAREA CAMERELOR (COMPLET ) N STUDIOUL NR.1

Lotul nr. 2 Echipament video i audio

1 2 3 4 5 6 7 8 9 10

32342100-3 31214000-9 32342420-2 32343000-9 32351000-8 32343100-0 32351300-1 31154000-0 38621000-4

DOUBLE-EAR HEADSET 32X32 COMPACT HD/SD- SDI ROUTERS MIXER AUDIO FRAME COVERTER HD/SD-SDI DISTRIBUTION AMPLIFIER FRAME RACKMOUNT AUDIO DISTRIBUTION AMPLIFIER HD/SD 4-CHANNEL ANALOG AUDIO EMBEDDER/DISEMBEDDER APC Smart Technology UPS 3000 VA. UPS

5 1 1 8 1 3 6 1 6 1

piece piece piece piece piece piece piece piece piece piece

PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM

30 30 30 30 30 30 30 30 30 30

45 45 45 45 45 45 45 45 45 45

SDI/OPTICAL FIBER CONVERTERS

30210000-4

WORKSTATION FOR CAPTURE VIDEO-AUDIO

11

31330000-8

SDI VIDEO CABLE

1500

PNBC TRM

30

45

51

12

31224200-4

BNC CONNECTOR

275

piece

PNBC TRM

30

45

13

32572000-3

PROFESSIONAL MICROPHONE CABLES

500

m
piece piece

PNBC TRM

30

45

14

32350000-1

XLR-MALE CONNECTOR FOR CABLE

60

PNBC TRM

30

45

15

32350000-1

XLR-FEMALE CONNECTOR FOR CABLE

70

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. CONTROL PANEL INCLUDED VIDEOPROMTER

1 1 1 2 1

piece piece piece piece working

PNBC TRM PNBC TRM PNBC TRM PNBC TRM PNBC TRM

30 30 30 30 10

45 45 45 45 15

32324300-3

32324300-3

FOOT CONTROL TELEPROMTER

20
32324300-3 HIROSE POWER SUPPLY

21

51310000-8

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

Signed:_______________ Name, surname:_____________________ As:________________ Bidder: _______________________ Address: _______________________

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: Title of the tender:
Code CPV Name of goods The model of the article Prove nance Producer Unit Quantity

Date: Lot:
Full technical specification required

Alternative nr. Page __of __


Full technical specification proposed by the bidder [to be completed along with all requirements with column 8] Unit price (exclud ing VAT) Unit price (with VAT) Amou nt (witho ut) VTA Amou nt with VTA Reference Standards

1
32240000-7

2 Lot nr.1
PAL:HD / SDSDI SDI.HIGHPERFORMAN CE CAMERA CAMERA CONTROL UNIT (CCU HD/SD ) Simple Remote Control Panel

6
piece

7
5

8 according to the invitation to tender pp. 2-13


according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13

10

11

12

13

14 ISO 9001

32324300-3

piece

ISO 9001 ISO 9001 ISO 9001 ISO 9001 ISO 9001

32324300-3

piece

32324300-3

WIDE ANGLE 2/3inch HD ZOOM LENS. FULL SERVO HD & BROADCAST LENSES DIGITAL ZOOM/FOCUS REAR CONTROL

piece

32324300-3

piece

32324300-3

piece

53
KIT 32324300-3 Cable Core Muiti piece

according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13

ISO 9001 ISO 9001

32324300-3

32324300-3

PEDESTAL SYSTEM WITH PANORAMIC HEAD FOR YOUR STUDIO. Pedestal System

piece

piece

according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13

ISO 9001 ISO 9001 ISO 9001 ISO 9001 ISO 9001

32324300-3

FLUID HEAD

piece

32324300-3

32323100-4

51312000-2

5-INCH MONOCHRO ME STUDIO VIEWFINDER MULTIFORMAT HD LCD MONITOR INSTALAREA CAMERILOR (COMPLECT ) N STUDIOUL NR.1

piece

working

according to the invitation to tender pp. 2-13

Lotul nr.2 Echipament video i audio 32342100-3 DOUBLE-EAR HEADSET 32X32 COMPACT HD/SD- SDI ROUTERS MIXER AUDIO piece

according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to

ISO 9001 ISO 9001 ISO 9001 ISO

31214000-9

piece

32342420-2

piece

32343000-9

FRAME COVERTER

piece

54
HD/SD-SDI DISTRIBUTIO N AMPLIFIER FRAME RACKMOUNT tender pp. 2-13 piece according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13

9001 ISO 9001 ISO 9001 ISO 9001

32351000-8

32343100-0

AUDIO DISTRIBUTIO N AMPLIFIER HD/SD 4CHANNEL ANALOG AUDIO EMBEDDER/D ISEMBEDDER APC Smart UPS 3000 VA. UPS Technology SDI/OPTICAL FIBER CONVERTER S WORKSTATI ON FOR CAPTURE VIDEOAUDIO SDI VIDEO CABLE

piece

32351300-1

piece

31154000-0

piece

according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13

ISO 9001 ISO 9001 ISO 9001 ISO 9001 ISO 9001 ISO 9001 ISO 9001 ISO 9001 ISO

38621000-4

piece

30210000-4

piece

31330000-8

1500

according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13

31224200-4

BNC CONNECTOR

piece

275

32572000-3

PROFESSION AL MICROPHON E CABLES XLR-MALE CONNECTOR FOR CABLE XLR-FEMALE CONNECTOR FOR CABLE XLR-MALE CHASSIS

500

32350000-1

piece

60

according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to

32350000-1

piece

70

32350000-1

piece

75

55
CONNECTOR
32350000-1

tender pp. 2-13 piece

9001 ISO 9001 ISO 9001 ISO 9001

XLR-FEMALE CHASSIS CONNECTOR JACK PLUG 6.35 MM CONNECTOR SMART VIDEOHUB 16x16. CONTROL PANEL INCLUDED VIDEOPROM TER

40

according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13

32350000-1

piece

30

31214000-9

piece

32324300-3

piece

according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13 according to the invitation to tender pp. 2-13

ISO 9001 ISO 9001 ISO 9001

32324300-3

32324300-3

FOOT CONTROL TELEPROMTE R HIROSE POWER SUPPLY Drawing SDI video cables, analog audio, transferring equipment from studio No.5to studio No.1

piece

piece

51310000-8

working

TOTAL

Signed:_______________ Name, surname:_____________________ As: ________________ Bidder: _______________________ Address: _______________________

56

Section 5-A. Form of the Contract CONTRACT-MODEL (F5.1)


_______________

PUBLIC ACQUISITIONS

CONTRACT nr. _____________ Of acquisition of TV Equipment Code CPV ___ _________ 2013 mun. Chiinu Contracting authority PNB Company Teleradio-Moldova reprezented by President Constantin MARIN operating under the Statute, hereinafter Buyer c / f: 1004600050558 on the other hand,

Supplier of goods ____________ represented by Director ________ operating under Statute hereinafter Sales c / f: ________ recorded at_ on the one 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 the working group of buyers 2. 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 discrepancy or inconsistency between the components of the contract documents, the documents will have precedence above.

57

4. As consideration for the payments to be made by the Purchaser hereby undertakes to deliver the purchaser of the goods and to remove their defects in accordance with the Contract in all respects. 5. The buyer hereby undertakes to pay the Seller, as the consideration for the supply of goods and services and the removal of their faults, the contract price or any other amount which may become payable under the Contract within the time and manner prescribed by the Contract. SPECIAL CONDITIONS 1. Object of the Contract 1.1. The seller undertakes to deliver the goods as specified, which is part of this Agreement. 1.2. Purchaser undertakes, in turn, pay and receive goods delivered by the seller. 1.3. Asset quality as evidenced by certificates listed in the specification. Goods supplied under the contract shall comply with the standards specified in the specification. When not mentioned any applicable standard or regulation, will shall be respected the standards or other regulations authorized in the country of origin. 1.4. Warranty periods are indicated in the specification of the Goods. 2.Terms and delivery conditions 2.1. Delivery of the Goods shall be made by Seller within the deadlines provided for the delivery. 2.2. Documentation accompanying the Goods and / or Services include: a) The original invoices; b) Certificate of Origin (copy); c) Quality Certificate (copy); d) The warranty; The originals of the above documents must be presented to the Buyer not later than upon delivery to the final destination. Delivery is considered complete when the above documents are set forth. 2.3. The delivery date of the Goods is the date of perfecting invoice and their receipt by the Buyer. 3. Contract Price and payment terms 3.1. Price of the goods supplied under this Contract is set in MDL being indicated the specification of this Contract. 3.2. The total amount of this contract, including VAT, is determined in MDL and is: 3.3. The payment for the goods shall be made in MDL. 3.4. The method and conditions of payment by the Buyer shall 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 and receive the accompanying documents; 20% - in the first quarter -2014 20% - second quarter 2014 3.5 Payments will be made via bank transfer on settlement account of the Seller specified in this Agreement. 4

58

4. Conditions of delivery and receiving 4.1. The property shall be deemed submitted by the Seller and received by Buyer if: a) corresponds to the quantity of goods specified in the list of goods and delivery schedule and supporting documents in Section 2.2 of this Agreement; b) quality of goods corresponds to the specification indicated; c) the packaging and integrity of goods corresponds to the specification indicated. 4.2. The seller is obliged to present to Buyer an original copy of the invoice with delivery of the Goods, for payment. For failure by Seller of this clausethe Buyer reserves the right to increase the payment limit set out in section 3.4 for the number of days of delay and be exempted from paying the penalty set out in section 9.9. 5. Standards 5.1 Goods supplied under the contract will be complied with the standards set by the supplier in its technical proposal. 5.2 When not mentioned any applicable standard or regulation will meet the standards or other regulations authorized in the country of origin.

6. Obligations of the Parties 6.1. Under this contract, the Seller is obliged: a) to deliver the goods in terms of this Contract; b) notify the the Buyer after signing the contract, within 5 calendar days by phone / fax or telegram authorized availability of supply of goods; c) ensure the corresponding conditions for receipt of the Goods by the Buyer, in due time, in accordance with the requirements of this Contract; d) ensuring the integrity and quality of goods throughout the period till their receipt by the Buyer. 6.2. Under this Contract the Buyer will: a) take all necessary measures to ensure receipt within the time limit of the Goods delivered in accordance with the requirements of this Contract; b) to ensure the payment of Goods delivered, respecting modalities and deadlines for specified in this Contract. 7. Force majeure 7.1. Parties are exempt from liability for failure or part of the obligations under this Agreement, if it is caused by the occurrence of force majeure (war, natural disasters: fires, floods, earthquakes, and other circumstances that do not depend on the will parties). 7.2. The party invoking the force majeure clause is obliged to inform immediately (but not later than 10 days) the other Party of the occurrence of force majeure circumstances. 7.3 The occurrence of force majeure circumstances, the onset of action and time must be confirmed by a certificate duly issued by competent authority of the country of the party invoking such circumstances. 8. Termination of the Contract 8.1. Termination of the Contract can be made by mutual agreement of the Parties. 8.2. The contract can be terminated unilaterally by: a) Buyer in the event of refusal of the Seller to deliver the Goods under this Contract; b) Buyer in the event of failure by the seller to delivery deadlines set; c) Sales for non-compliance of the terms of payment by the Buyer of the Goods;

59

d) Seller or Buyer fails to satisfy by one of the Party the submitted claims under this Agreement. 8.3. The originator of termination of the Agreement is bound to communicate within 5 working days the other Party about its intentions in a justified letter. 8.4. The notified Party is required to respond within 5 working days of receiving notification. If the dispute is not resolved within the time limits, the initiative Party aims to present appropriate documents to the Public Procurement Agency to registration statement of termination of the Contract. 9. Complaints and Sanctions 9.1. Complaints concerning quantity of delivered goods are forwarded to the Seller at the time of receipt, as confirmed by a document drawn up jointly with the representative seller. 9.2. The claims concerning the quality of the goods supplied are submitted by the Seller within 5 working days to detect quality deficiencies and must be confirmed by a certificate issued by a neutral and independent organization authorized to do so. 9.3. The seller is obliged to examine the claims submitted within 5 working days of receipt, and to inform the buyer about the decision. 9.4. In case of recognition of claims, the seller is obligated within a period of five days, to deliver additional to Buyer undelivered quantity of goods, and in case of finding poor quality - to replace or correct them in accordance with the requirements of the Contract. 9.5. The seller is responsible for the quality of goods within set limits, including the hidden flaws. 9.6. If deviations from quality confirmed by certificate of quality issued by neutral and independent organization authorized to do so, waiting or delay expenditures are borne by the guilty party. 9.7. For refusing to sell goods under this contract, the seller shall bear a penalty of 5% of the total contract. 9.8. For late delivery of the Goods, the seller bears materially liability amounting to 0.1% of the delivered Goods for each day of delay, but no more than 5% of the total amount of this Contract. 9.9. For delayed payment, the Buyer bears materially liability amounting to 0.1% of the outstanding Goods for each day of delay, but no more than 5% of the total amount of this contract.

10. Intellectual Property Rights 10.1. The supplier shall indemnify the purchaser against any: a) complaints and legal actions resulting from the infringement of some intellectual property rights (patents, names, trademarks, etc..), related equipment, materials, facilities or equipment used for or in connection with the purchased products, and b) damages, costs, charges and expenses of any nature, related, except where such infringement results from compliance with the specification issued by the purchaser.

11. Final provisions 11.1. The litigations that may arise under this Agreement shall be resolved amicably by the parties. Otherwise, they will be submitted for examination to the competent court under moldovan law. 11.2. From the date of this Contract, all prior negotiations and executed documents become invalid.

60

11.3 The Contracting Parties shall have the right, in the performance of the contract, agree to amend the terms of the contract, under additional document, only in the event of circumstances that affect their commercial interests and which could not be foreseen at the time of the agreement. Changes and additions to this Agreement shall be valid only if they were made in writing and signed by both Parties. 11.4. Neither party has the right to send its duties and rights under this contract to third parties without written consent of the other party. 11.5. This Agreement is drawn up in triplicate in the state language of the Republic of Moldova, one copy for the Seller, Buyer and the Public Procurement Agency. 11.6. This Contract is concluded upon signature and shall enter into force after its registration by the Public Procurement Agency and, where applicable, by the State Treasury or by one of the treasuries of Ministry of Finance, is valid until 31 December 2014. 11.7. This contract representing the will of both parties and signed today, "____" _________ 2013.

To confirm the above, the Parties have signed this Agreement in accordance with the laws of the Republic of Moldova, the day and year indicated above. Legal, postal and bank information of the Parties: The seller Mailing address:, MD, Chiinu Telefon: 022 The settlement account: 6 Chiinu, The buyer / beneficiary PNB Company Teleradio-Moldova mun. Mailing address: St. Mioria 1, mun. Chiinu Telefon: 022 721047, fax: 022 723352; 022 406963 The settlement account: c/d 22242014981776

Banca: Bank: Banca de Economii SA, fil.1 The mailing address of the bank: Chisinau, The mailing address of the bank: MDCode: Cod: BECOMD2X609 VAT Cod fiscal: 1004600050558 signatures of the parties Authorized Signature: Semntura autorizat: Director ___________ President Constantin Marin ____________

Performance guarantee (F5.2) [Commercial Bank at the request of the winning bidder will complete this form letterhead in accordance with the instructions below.] Date: ____________________

61

Number and title of the tenderl:____________ Bank Office: [insert complete name of Guarantor] Beneficiary: [insert full name of Contracting Authority] Performance guarantee nr. ________________________ We, [insert legal name and address of bank], we were informed that the company [insert complete name of Provider] (hereinafter called "the Provider") has been adjudicated public procurement contract delivery / provision ______________ [subject acquisition, describe the goods and services] in accordance with the invitation to tender no. _________. 201_ [number and auction date] (hereinafter called "the Contract"). Therefore, we understand that the provider must submit a performance guarantee in accordance with the tender documents. Following the request of Provider, we hereby irrevocably undertake to pay us any amount (s) not exceeding [insert amount (s) in figures and words] from receipt of the first written request from you, declaring that provider does not meet one or more obligations under the Contract, without discussion or clarification and no need to prove or show grounds or reasons for your demand or the sum specified therein. This guarantee shall expire no later than [insert number] from the date of [insert month] [insert year] and any demand for payment related to it must be received by us at the office until that date. [signatures of authorized representatives of the bank and the Provider]

Вам также может понравиться