| Notice Type | Tender Announcement |
|---|---|
| Notice Number | 130306124 |
| Description |
Project Name: Procurement of Road Marking Machine Contract Nature: Supply of Goods Main CPV Code: 34922000-6 (Road Marking Equipment) Procedure Type: Open Tender (inferred from documents) Procurement Object: 1 Road Marking Machine for longitudinal marking works Estimated Value (excluding VAT): 2,500,000.00 Moldovan Lei Technical Specification Requirements (Core): Equipment Type: Compact, narrow-width, highly maneuverable universal road marking machine Drive System: Hydraulic drive, continuously variable speed, synchronized with service brake, including wheel hub motors, speed range 0-18 km/h Fuel Tank: With indicator, capacity 40-60 liters Hydraulic Oil Tank: Capacity 35-50 liters Parking Brake: Electro-hydraulic multi-disc brake Driver's Position: Steering wheel and seat installable on left or right side Glass Bead Tank: Pressurized tank, capacity ≥100 liters (gross weight), with shut-off valve Engine: Water-cooled diesel engine, power ≥30 kW @ 3000 rpm Applicable Paint Types: Capable of applying three types of paint: acrylic, water-based, two-component Power Take-Off (PTO): Capable of connecting up to 3 hydraulic pumps for driving material dosing pumps, agitators, etc. Generator: 50-60 A Compressor: Screw compressor, flow rate 1000-1200 liters/min, maximum pressure 8-10 bar Paint Tank: Pressurized design, capacity 350-450 liters (gross weight) Cleaning Fluid Container: Capacity ≥20 liters Marking Control: Capable of performing line-gap cycles manually, semi-automatically, and fully automatically Marking Width: 10-60 cm Control System: Color TFT display, resolution ≥800x480 pixels ≥12 line-gap programs Capable of executing country-specific marking patterns, applying up to two parallel lines simultaneously Capable of controlling up to two consecutive marking units (e.g., spray gun and bead gun) Keyboard for quick selection of ≥12 saved programs (gun/cycle) Safety and Lighting Equipment: Equipped with rotating warning light Reverse beeper LED warning light board Sun awning Training and Service: Training of operators and commissioning of equipment at the buyer's location by authorized personnel Provision of consumables necessary for technical maintenance during the warranty period Origin Requirement: Equipment must be manufactured in the EU or USA Certification Requirement: Provision of CE marking certificate/declaration of conformity Document Language: Operating manuals and instructions must be provided in Romanian or accompanied by a certified translation Warranty Period: ≥12 months, calculated from the date of equipment commissioning, with capability for post-warranty maintenance Bid Language: Romanian (national language) Bid Currency: Moldovan Lei (MDL) Bid Validity: 60 days Delivery Terms: Delivery within 120 days to address: Str. Varnița 22, Chișinău city, according to buyer's request Contract Validity: Until December 31, 2026 Qualification and Selection Criteria: Bid Security: 1% of the total bid price (excluding VAT) Bid Bond Requirement: Bank guarantee or cash transfer to designated account Bank Guarantee Account (Moldindconbank): BC "Moldindconbank" SA, Ștefan cel Mare Branch SWIFT: MOLDMD2X Tax Code: 1003600162002 IBAN: MD28ML00000002251734227 Performance Bond: 5% of the total contract value Experience Requirement: Minimum 3 years of specific experience in the relevant field (supply of similar goods) Reference Requirement: At least 3 references from economic operators who have procured equipment of the offered brand Financial Capacity: Submission of the latest financial report Bank Credibility Proof: Submission of bank account opening certificate issued by a bank Proof of Technical Capacity: Submission of manufacturer's product technical data sheet Submission of CE conformity certificate/declaration Submission of declaration regarding specific equipment, machinery, and devices Submission of declaration regarding expert personnel to be assigned to the contract Proof of Similar Experience: Submission of a declaration listing main supplies/services over the past 3 years; the cumulative value of all executed contracts must be equal to or greater than the value of the future contract, accompanied by supporting documents (tax invoices and/or settlement reconciliation statements) Authorized Service Center: Presence of an authorized equipment repair service center within the territory of the Republic of Moldova, submission of supporting documents required Consortium Requirement: If a consortium, each member must meet the qualification and selection criteria related to professional activity capacity and personal status Subcontractor Requirement: If using subcontractors, submission of the list of subcontractors and the parts of the contract to be subcontracted Third-Party Support: Permitted to use third-party resources to meet selection criteria; submission of written commitment and declaration from the third party required Evaluation Criteria: Lowest price, while meeting all technical requirements
Electronic Procurement Tools: Electronic Bid Submission: Mandatory (via SIA RSAP) Electronic Ordering System: Not accepted Electronic Invoicing: Mandatory
Dispute Resolution Body: National Agency for Settlement of Complaints (Agenția Națională pentru Soluționarea Contestațiilor) Address: mun. Chișinău, bd. Ștefan cel Mare și Sfânt nr.124 (et.4), MD 2001 Phone/Fax/Email: 022-820 652, 022 820-651, contestatii@ansc.md
Conflict of Interest Declaration: The winning operator must submit, within 5 days of receiving notification of the working group's decision result, a declaration via email to the Public Procurement Agency regarding confirmation of the identity of the actual beneficiary and their non-involvement in criminal organizations, corruption, fraud, and/or money laundering activities. |
| Documents |