Invitation to Quote (ITQ) - Shopping For Goods

advertisement
Unitatea de Implementare a
Proiectului Băncii Mondiale
de Ameliorare a
Competitivităţii
Project Implementation Unit
of the World Bank
Competitiveness Enhancement
Project
Ministerul Economiei
al Republicii Moldova
Ministry of Economy
of the Republic of Moldova
MD-2004, Chişinău, Bd. Stefan cel mare, 180, bir.
815
Tel. +373-22-296-723, Fax +373-22-296-724
180, Stefan cel Mare ave., off. 815
MD-2004, Chişinău
Tel. +373-22-296-723, Fax +373-22-296-724
E-mail: piu@mec.gov.md
E-mail: piu@mec.gov.md
Invitation to Quote
“Financial Sector Reform Project”
SHOPPING
FSRP/G-4/S-6
Procurement of Video and Audio Conference
System
for National Commission for Financial Market
Invitation to Quote (ITQ) - Shopping For Goods
PROCUREMENT OF VIDEO AND AUDIO CONFERENCE SYSTEM FOR NATIONAL
COMMISSION OF FINANCIAL MARKET
Date: April 26, 2011
Project Title:
Source of Funding:
Contract Ref:
Moldova Dutch TA-TF Financial Sector Reform
Dutch Grant TF 093288
FSRP/G-4/S-6
To: According to the list
Dear Supplier,
1.
You are invited to submit your price quotation(s) for the supply and installation of the following
equipment:
Video and Audio conference system
Information on technical specifications and required quantities are indicated in Annex A to Terms and
Conditions of Supply.
2.
The Republic of Moldova has received a grant from the International Development Association, and
intends to apply the proceeds of these funds to eligible payments under the contract for which this
invitation for quotation is issued.
3.
You must quote for all the items under this Invitation. Price quotations will be evaluated for all the
items together and contract awarded to the firm offering the lowest evaluated total cost of all the items.
Incomplete or partial Quotes will not be considered. Alternative quotations/options are not
allowed.
4.
You shall submit by fax or by e-mail the Price Quotation with the Form of Quotation the following
address:
Project Implementation Unit
of the World Bank Competitiveness Enhancement Project
180, Stefan cel Mare Ave., office 815
MD-2004, Chisinau, Republic of Moldova
Fax: + 373 22 296-724
E-mail: piu@mec.gov.md
5.
Your quotation in English language should be accompanied by adequate technical documentation and
catalogue(s) and other printed material or pertinent information (in Moldovan or Russian language) for
each quoted item, including names and addresses of firms providing service facilities in Moldova.
6.
The deadline for receipt of your quotation (s) by the Purchaser at the addressed indicated in Paragraph 3
is: May 06, 2011, 15-00, Chisinau time. Late quotations will be declared late and rejected.
7.
The evaluation of the price quotations will be conducted through shopping procedures set out in the
World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, May 2004 revised
October 2006, Para. 3.5 “Shopping”.
2
8.
Quotations by fax or by electronic means are acceptable.
9.
Your quotation(s) should be submitted as per the following instructions and in accordance with the
attached Contract. The attached Terms and Conditions of Supply is an integral part of the Contract.
Incomplete or partial Quotations will not be considered. Alternative quotations/options are not allowed.
Please sign the Terms and Conditions of supply attachment to the Contract and fill in the table as
per Annex to the Terms and Conditions demonstrating substantial responsiveness of the
equipment proposed to the technical specification required, and return them to the Purchaser.
(i)
PRICES: The prices should be quoted for delivery CIP (Chisinau, 77, Stefan cel Mare ave.,
MD-2012) for imported goods or EXW for domestically supplied goods plus the price of
delivery to the place of destination (Chisinau, 77, Stefan cel Mare ave., MD-2012), according
to INCOTERMS, 2000. Prices can be quoted in any Bank member country currency, including
Euro, but no more than three currencies.
(ii)
The price should not include custom duties, excise-duty, custom procedures tax and Value
Added Tax (VAT) in Moldova due to the fact that the services under this contract are subject to
Value Added Tax at zero rate (Government Decisions No. 246 as of April 08, 2010 and art. 104
c1) of Fiscal Code as of April 24, 1997). This Decision exempt from paying these taxes and
impose the Value Added Tax at zero rate to all the Services procured under the “Moldova
Dutch TA-TF Financial Sector Reform” Project. Therefore, quotations should not include the
above mentioned local taxes, and bidders should confirm this in their quotations (see also
clause "Fixed Price" in "Terms and Conditions of Supply" section of this ITQ).
(iii)
EVALUATION OF QUOTATIONS: Offers determined to be substantially responsive to the
technical specifications will be evaluated by comparing their prices converting CIP/EXW price
to Moldavian Lei based on the selling exchange rate offered by the Commercial Bank
“Moldindconbank” (as published by the bank on http://www.moldindconbank.com/news_ro/)
on the date specified in Paragraph 5 of this invitation for submission of quotations.
In evaluating the quotations, the Purchaser will determine for each offer the evaluated price by
adjusting the price quotation by making any correction for any arithmetical errors as follows:
(a) Where there is a discrepancy between amounts in figures and in words, the amount
in words will govern;
(b) Where is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern;
(c) If a Supplier refuses to accept the correction, his quotation will be rejected.
10.
(iv)
AWARD OF CONTRACT: The award will be made to the participant offering the lowest
evaluated price and that meets the required standards of technical and financial capabilities. The
successful participant will sign a Contract as per attached form of contract and terms and
conditions of supply.
(v)
VALIDITY OF THE OFFER: Your quotation(s) should be valid for a period of forty five (45)
days from the deadline for receipt of quotation(s) indicated in Paragraph 5 of this Invitation to
Quote.
Further information can be obtained from:
Mr. Aureliu Casian, Executive Director
Project Implementation Unit
3
of the World Bank Competitiveness Enhancement Project
180, Stefan cel Mare Ave., office 815,
MD-2004, Chisinau, Republic of Moldova
Fax: + 373 22 296-724
E-mail: piu@mec.gov.md
11.
The Bidder is expected to examine all instructions, forms, terms, and specifications in the Invitation to
Quote. Failure to furnish all information or documentation required by the Invitation to Quote may
result in the rejection of the quote.
12.
A prospective bidder requiring any clarification of the Invitation to Quote shall contact the Purchaser in
writing at the Purchaser’s address specified in the Paragraph 10. The Purchaser will respond in writing
to any request for clarification, provided that such request is received no later than two (2) calendar
days prior to the deadline for receiving of quotes.
13.
At any time prior to the deadline for receiving of quotes, the Purchaser may amend the Invitation to
Quote by issuing addendum. Any addendum issued shall be part of the Invitation to Quote and shall be
communicated in writing to all who have obtained the Invitation to Quote directly from the Purchaser.
14.
The bidder shall bear all costs associated with the preparation and submission of its quote, and the
Purchaser shall not be responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
15.
The Purchaser reserves the right to accept or reject any quote, and to annul the bidding process and
reject all quotes at any time prior to contract award, without thereby incurring any liability to bidders.
16.
At the time the Contract is awarded, the Purchaser reserves the right to increase or decrease the quantity
of goods, provided this does not exceed fifteen (15) percentage per item, and without any change in the
unit prices or other terms and conditions of the quote and the Invitation to Quote.
17.
Please confirm by fax/e-mail the receipt of this invitation and whether or not you will submit the price
quotation(s).
Yours sincerely,
Aureliu Casian
Executive Director
Project Implementation Unit of the World Bank Competitiveness Enhancement Project
4
FORM OF CONTRACT
THIS AGREEMENT number FSRP/G-4/S-6 made on May__, 2011, between Project Implementation Unit
of the Competitiveness Enhancement Project (PIU), having its principal place of business at: 180, Stefan cel
Mare Ave., office 815, MD-2004, Chisinau, Republic of Moldova office 815, Chisinau, Tel/Fax: + 373 22 296724 (hereinafter called “the Purchaser”) on the one part and ______________________________________
(hereinafter called “the Supplier”) on the other part.
WHEREAS the Purchaser has invited quotation for procurement of the Video and Audio Conference System
for National Commission of Financial Market (NCFM) to be supplied by Supplier, viz. Contract FSRP/G-4/S6, (hereinafter called “Contract”) and has accepted the Quotation by the Supplier for the supply of goods under
Contract at the sum of __________ (___________________________) hereinafter called “the Contract Price”.
NOW THIS AGREEMENT WITNESSETHES as follows:
1. The following documents shall be deemed to form and be read and construed as part of this agreement, viz:
a) Supplier Quotation; Term and Conditions of Supply, Technical Specification;
b) Addendum (if applicable);
2. Taking into account payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the
Supplier hereby concludes an Agreement with the Purchaser to execute and complete the supply of Contract
and remedy any defects therein in conformity with the provisions of Contract.
3. The Purchaser hereby covenants to pay in consideration of the goods supply and acceptance of Contract and
remedying of defects therein, the Contract Price in accordance with Payment Conditions prescribed by
Contract.
Signature and seal of the Purchaser:
FOR AND ON BEHALF OF
Signature and seal of the Suppler:
FOR AND ON BEHALF OF
the Project Implementation Unit of
the Competitiveness Enhancement Project
____________________________
Name of Authorized Representative
_______________________
Mr. Aureliu Casian
Executive Director
5
Terms and Conditions of Supply
Project Name: Moldova Dutch TA-TF Financial Sector Reform TF093288
Purchaser:
Project Implementation Unit of the World Bank Competitiveness Enhancement Project
Consignee:
National Commission for Financial Market
Package No: FSRP/G-4/S-6
1.
Prices and Schedules for Supply
The description of proposed equipment is in indicated in the paragraph 13 of this Terms and Conditions
of supply.
The Supplier acknowledges that he will also be responsible for:
a) Delivery of the Video and Audio Conference System equipment to the following address: 77,
Stefan cel Mare Avenue, 2nd floor, Chisinau, Republic of Moldova;
b) Verification and testing of the installation;
c) Installation and configuration of the goods should be done according to the Government
Decision Nr. 1274 dated 23 November 2007 on Technical requirements for "Radio equipment,
telecommunication equipment and their conformity";
d) Training of the 2 (two) staff administrators in using the video and audio conference system.
2.
Fixed Price: The prices indicated above are firm and fixed and not subject to any adjustment during
contract performance. We are confirming that the prices do not include the custom duties, excise-duty,
custom procedures tax and Value Added Tax (VAT) in Moldova.
3.
Country of Origin: The goods offered should have their origin in World Bank member countries, and
you will be required to furnish a certificate of origin for each item.
4.
Delivery Schedule: The delivery and installation should be completed within thirty (30) calendar days
from the date of signing of contract.
5.
Applicable Law: The Contract shall be interpreted in accordance with the laws of the Purchaser's
country.
6.
Resolution of Disputes: The Purchaser and the Supplier shall make every effort to resolve amicably by
direct informal negotiation any disagreement or dispute between them under or in connection with the
Contract. In the case of a dispute between the Purchaser and the Supplier, the dispute shall be settled in
accordance with the provisions of the laws of the Purchaser's country.
7.
Delivery and Documents: Upon shipment, the Supplier shall notify the Purchaser by cable of fax the
full details of shipment, including contract number, description of goods, quantity, the vessel, etc. The
Supplier shall mail the following documents to the Purchaser:
(i)
copy of the Supplier’s invoice showing goods’ description, quantity, unit price, and total
amount;
(ii)
delivery document (‘factura de expeditie’) duly filled in, signed and sealed.
8.
Payment for your invoice will be made 100% against delivery of goods in Moldavian Lei according to
the official exchange rate of national bank of Moldova prevailing on the date of payment. The Payment
will be made during 5 working days upon receipt and acceptance of your invoice(s) for delivered and
final acceptance document for installed equipment which has to be signed by Consignee.
6
9.
Warranty: Goods offered should be covered by manufacturer’s warranty as indicated in the Annex A to
Terms and Conditions of supply from the date of delivery and installation confirmed by Consignee.
Please specify warranty period and terms in detail according to the Annex A requirements. At the same
time during the warranty period the supplier should solve all technical issues during 4-hours after
calling the service center and replace the equipment under the warranty during 21 working days.
10.
Packaging and Marking Instructions: The Supplier shall provide standard packing of the Goods as
required to prevent their damage or deterioration during transit to their final destination, as indicated in
the Contract.
11.
Defects: All defects will be corrected by the Supplier without any cost to the Purchaser within 30 day
from the date of notice by Purchaser. Name and address of service facility which will correct the defects
that are to be corrected by the supplier within the warranty period:
77, Stefan cel Mare Avenue, 2nd floor, Chisinau, Republic of Moldova, or
any other place agreed in writing by the parties
12.
Force-Majeure: The supplier shall not be liable for penalties or termination for default if and to the
extent that its delay in performance or other failure to perform its obligations under the Contract is the
result of an event of Force-Majeure.
For purposes of this clause, “Force-Majeure” means an events beyond the control of the
Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such events
may include, but not restricted to, act of Purchaser in its sovereign capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.
If a Force-Majeure situation arises, the Supplier shall promptly notify the purchaser in writing
of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing,
the Supplier shall continue to perform its obligations under the Contract as far as is reasonably
practical, and shall seek all reasonable alternative means for performance not prevented by
Force-Majeure event.
13.
Required Technical Specifications
(i)
General Description
a. Equipment provider should be established in the local market at least three years, be an
official dealer (or representative, or reseller) of at least of one of the major brands, have
his own maintenance service and be able to provide a cost-effective solution.
b. All goods and materials to be incorporated in the goods must be new, unused, of the
most recent and current models, incorporating all recent improvements in design and
materials, unless otherwise provided for in these specifications.
(ii)
Specific details and technical standards - as per Annex A to Terms and Conditions of Supply
(iii)
Performance Parameters
The Equipment supplied should be suitable to work under Moldovan conditions. The outdoor
temperature varies from -250 C to +350 C and humidity varies from 5 to 100 percent.
Supplier confirms compliance with above specifications (In case of deviations supplier to list all
such deviations)
7
14.
Failure to Perform: The Purchaser may cancel the Agreement if the Supplier fails to deliver the Goods,
in accordance with the above terms and conditions, in spite of a 10 day notice given by the Purchaser,
without incurring any liability to the Supplier.
15.
Delays: If the Supplier fails to deliver any or all of the Goods by the date of delivery or perform the
related services within the period specified in the Contract (as provided by Delivery schedule above),
the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the
Contract Price, as liquidated damages, a sum equivalent to the percentage of 0.2% of the delivered price
of the delayed goods or unperformed services for each day or part thereof of delay until actual delivery
or performance, up to a maximum deduction of the percentage of ten (10)% of the contract price.
NAME OF SUPPLIER________________________________________________
Authorized Signature________________________________________
Place:
Date:
8
Annex A
to Terms and Conditions of supply
Specific details and technical standards
Video and Audio Conference System
Item
Minimum Technical
requirements
Type of equipment






1
Conference System
Server

o
o
o
o
o
o
o
2
Chairman Unit,
tabletop


Proposed
Equipment
Specification
Digital Wireless
transmission technology
Functions: discussion
and 1+3 CH
interpretation
Audio video tracking
immunity to RF
interference from mobile
phones and comparable
devices
Indicators of maximum
active microphone
number
sound quality: Freq.
Response: 20 Hz ~ 20
kHz, S/N: >80 dBA
Interfaces:
USB interface
Ethernet interface
Video switcher
interface
Balanced LINE IN
interface for
connection to an
external audio device
Interpretation audio
input interfaces
mic. output interfaces
for recording speech
individually
mixed audio output
interface for recording
the meeting
Digital wireless
Functions: discussion
and 1+3 CH
9
Units
Required
Warr-ty
1
36 months
1
36 months
Proposed
Warr-ty
Price / Unit
TOTAL
PRICE












3
Dual Delegate Unit,
tabletop




interpretation
Vertical emission angle
selectable via LCD menu
Microphone On/Off
button
Channel selector and 2digit channel indicator
display
Battery: with micOn:
min 14hours
Sound quality: Freq.
Response: 20 Hz ~ 20
kHz, S/N: >80 dBA
Output: loudspeaker,
automatically mutes
when microphone is
active, stereo headphone
jacks for headphones
with controllable volume
independently
Lithium rechargeable
battery pack
2 x Headphones with
freq. range 20 Hz to 20
kHz
Digital wireless
Functions: discussion
and 1+3 CH
interpretation
Vertical emission angle
selectable via LCD menu
Two microphone On/Off
buttons, used for
individual delegate
identification and for
individual video tracking
Channel selector and 2digit channel indicator
display
Battery: with micOn:
min 14hours
Sound quality: Freq.
Response: 20 Hz ~ 20
kHz, S/N: >80 dBA
Output: loudspeaker,
3
10
36 months


4
Delegate unit’s
batteries charger



5
Wireless Signal
Transceiver






6
Wireless signal
Receiver




automatically mutes
when microphone is
active, stereo headphone
jacks for headphones
with controllable volume
independently
Lithium rechargeable
battery pack
2 x Headphones with
freq. range 20 Hz to 20
kHz
Used for charging
Lithium batteries
Charges 20 pcs of
batteries
Charging indicator
Ceiling mounting, easy
to install
Equipped with adjustable
angle bracket
Communication area
sector within a radius of
min 12 m from the unit
Channel selection via
up/down button, 4
channels available
LCD display with
channel number,
language name, battery
and signal status
indication
Adjustable volume
Audio signal
automatically muted
when signal is too low
Freedom of movement
within communication
area
Headphones with freq.
range 20 Hz to 20 kHz
Battery life: 2×AA
Rechargeable battery
pack 52 hours
Ni-MH rechargeable
battery pack
11
1
36 months
2
36 months
80
36 months

7
Wireless Signal
Receiver Charger
Suitcase








8
Simultaneous
Interpreter Unit










9
Audio amplifier
Used for charging
wireless receivers
Charges min 30 pcs
wireless receivers
Power switch
Charging indicator on the
receiver
Two alternating
interpreters can use one
interpretation unit in turn
Two Headsets earphone
with microphone for
monitoring and speaking
Adjustable volume
Auto relay interpretation
facility
Relay interpretation
switches
Floor channel switches
Adjustable headphone
volume
Numbering key
Output channel selectors
Microphone ON/OFF
keys
Mute facility prevents
constrained voice being
transmitted
Speak slowly facility to
alert the current speaker
to slow down
Output power: Max
180W, Rated 120W
Outputs: Speaker — 8 _,
70 V, 100 V; TAPE OUT
(RCA)— 1V
Inputs: Channel 1...3
(MIC 1...3) XLR
balanced 600_, 1mV;
TEL (terminal) 600_,
100mV; Channel 4 (MIC
4) XLR balanced, 600_,
0.5mV; AUX 1 (RCA)
unbalanced, 22k_, 100
1
12
36 months
1
36 months
1
12 months






10
Audio speakers







11
Radio microphone
handheld set





mV; Channel 5 (MIC 5)
balanced 600_, 100mV;
AUX 2 (RCA)
unbalanced, 22k_,
100mV; AUX 3 (RCA)
unbalanced, 22k_,
100mV
Frequency response 50
Hz – 20 kHz
Tone controls: Bass ±10
dB at 100 Hz; Treble ±10
dB at 10 Hz
Controls FRONT: Power
switch; Channel 1...5
volume; Bass, Treble
control; Indicators:
Power ON; Output level
Rated power: min 25 W
Transformer power taps
25W–15W–5W–8
Sensitivity (1 m /1 W )
92 dB
Maximum SPL 105 dB
Frequency response 55
Hz – 22 kHz
Dispersion at 1000 Hz,
degrees 90° conical
Carrie frequency range
785 MHz – 810 MHz or
795 MHz – 820 MHz
Modulation FM
Channels 100
Audio bandwidth 80 Hz
– 18 kHz
S/N ratio > 105 dB
Working range 100 m
Receiver way Two
frequency conversion
super-heterodynes
Intermediate frequency
110 MHz, 10,7 MHz
Sensitivity 12 dB V
13
4
12 months
2
12 months
12
Projection screen
wall mounted







13
Multimedia
Projector


14
DVD-player








15
Video conferencing
system



Dimension 240x 240 cm
Type – manual
Viewing angle 150°
Brightness -3500 ANSI
Lumens (Max.)
Contrast Ratio - 2100:1
Typical (Full On / Full
Off)
Resolution - WXGA
(1280 x 800)
Video Input - two 15-pin
D-sub, one composite
video RCA and one Svideo, one HDMI 1.3
(HDCP compliant)
Video Output - one 15pin D-sub
Audio input - one phone
jack 3.5mm, one pair of
RCA connector; one
microphone input
Ceiling mount
Video output – S-video
Audio output - one pair
of RCA connector
USB 2.0 interface
Video Standards and
Protocols H.264, H.263,
H239 (dual display)
Video resolution – up to
720p / 60 fps
Network protocol H.323/SIP up to 4Mbps
Multipoint integrated
server up to 4 sites
(Simultaneous
connections with 3
clients)
Video input – 1 x SVideo, 1 x DVI-I
Video output – 2 x DVI-I
HD video out, 1 x SVideo
Audio input – 1 x Line-
14
1
6 months
1
36 months
1
12 months
1
12 months
16
17
level stereo in (RCA), 1
x 3.5mm stereo mini (PC
Audio), 1 x VCR / DVD
stereo audio-in (RCA)
 Video camera with 1920
x 1080 CMOS imager ,
12X optical zoom
 System management –
web-based, SNMP
 Network protocol H.323/SIP up to 4Mbps
 Video Standards and
Protocols H.264, H.263,
Video conferencing
H239 (dual display)
soft client (installed
on PC with web People Video Resolution
camera)
- up to VGA (640x480)
 Content Video
Resolution up to XGA
(1024 x 768)
 To be considered all
Cable system for
connections between all
interconnecting of
all the systems
equipment
TOTAL (CIP or EXW conditions, please clarify and delete what is not appropriate)
10
12 months
1 set
N/A
We are confirming that the prices do not include the custom duties, excise-duty, custom procedures tax and Value Added Tax (VAT) in
Moldova
NAME OF SUPPLIER ___________________
Authorized Signature ____________________
15
FORM OF QUOTATION
_____________, 2011
To: Project Implementation Unit of the World Bank Competitiveness Enhancement Project
180, Stefan cel Mare Ave., office 815
MD-2004, Chisinau, Republic of Moldova
Fax: + 373 22 296-724
We offer to execute the Contract FSRP/G-4/S-6 for procurement of the Video and Audio Conference
system for National Commission of Financial Market (NCFM) in accordance with the Conditions of
Contract accompanying this Quotation for the Contract Price of _________________________(amount
in words and numbers) (______________) (name of currency)_____________. We propose to complete
the delivery of Goods described in the Contract within a period of ___________________months from
the Date of Signing of the Contract.
This Quotation and your written acceptance will constitute a binding Contract between us. We understand
that you are not bound to accept the lowest or any Quotation you receive.
We hereby confirm that this Quotation complies with the Validity of the Quotation required by the
proposal documents.
Authorized Signature:
_________________________________
Name and Title of Signatory_________________________________
_________________________________
Name of Supplier: _______________________________________
Address:
_______________________________________
_______________________________________
Phone Number
_______________________________________
Fax Number, if any _____________________________________
16
Download