Tender for Road Marking Machine by IM EXDRUPO, Moldova

Favorite
Organization IM EXDRUPO (ÎM EXDRUPO) Country Moldova
Contact Sergiu TOMIȚĂ Tel. Click to view
E-mail Click to view Address mun. Chișinău, str. Varnița 22
Release Date 2026-03-07 Validity 2026-04-03
Details
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 Attachment 3.pdf (685.48 K)Attachment 2.pdf (569.62 K)Attachment 1.pdf (1.43 M)
The tender information on this website is provided for reference only. If you intend to bid, please verify the authenticity and accuracy of the information with the tendering party. Our company reserves the right to adjust website content at any time and assumes no direct or indirect liability for it.Email: news@wedoany.com