Sunteți pe pagina 1din 21

Programul Operaional Sectorial Creterea Competitivitii Economice -co-finanat prin Fondul European de Dezvoltare Regional Investiii pentru viitorul

dumneavoastr Sectoral Operational Programme Increase of Economic Competitiveness co-financed by European Regional Development Fund investments for your future Nr. 30 / 10.03.2014

ANUNT DE INTENTIE privind realizarea achizitiei de echipamente in cadrul proiectului: Dotarea firmei S.C. NIC & M IMPEX S.R.L. cu echipamente specializate, in vederea cresterii competitivitatii, SMIS 43747 NOTICE OF INTENT On equipment purchasing under the project: To fit out S.C. Nic & M Impex S.R.L. with technical equipment in order to increase its competitiveness, SMIS 43747

Proiect cofinantat prin: Fondul European de Dezvoltare Regionala (FEDR) si Bugetul de Stat prin: Programul Operaional Sectorial Creterea Competitivitii Economice Project Co-financed by: European Regional Development Found (ERDF) and State Budget by: Sectoral Operational Programme Increase of Economic Competitiveness Domeniul major de intervenie: DM1.1 - Investiii productive i pregtirea pentru competiia pe pia a ntreprinderilor, n special a IMM Key area of intervention: DM1.1 - productive investment and putting in readiness for competition in enterprise market, especially for the small business. Operaiunea a) Sprijin pentru consolidarea i modernizarea sectorului productiv prin investiii tangibile i intangibile Operation a) support for consolidation and modernization of productive sector thru tangible and intangible investments

A2 Sprijin financiar n valoare de pn la 1.065.000 lei acordat pentru investiii pentru ntreprinderile mici i mijlocii A2 Financial aid up to 1.065.000 RON awarded for small and medium-sized enterprises investments Valoarea alocarii financiare nerambursabile: 926.404,00 lei (din care 86% FEDR si 14% Buget de stat) Grant value: 926.404,00 RON (86 % ERDF, 14% State Budget) Anul alocarii: 2013 Allocation year: 2013

Prezenta documentatie cuprinde: I. INSTRUCTIUNI LA PROCEDURA DE ATRIBUIRE A CONTRACTELOR DE FURNIZARE BUNURI II. CAIET DE SARCINI (SPECIFICATII TEHNICE) III. FORMULARE Present Documentation covers: I. PROCEDURE INSTRUCTIONS FOR AWARDING GOODS SUPPLY CONTRACT / CONTRACTS II.TENDER BOOK (TECHNICAL SPECIFICATIONS) III. FORMS

I. INSTRUCTIUNI LA PROCEDURA DE ATRIBUIRE A CONTRACTELOR DE FURNIZARE ECHIPAMENTE (BUNURI) I.Procedure instructions for awarding goods supply contracts 1. Informatii generale / General information A. Persoana juridica achizitoare / Legal person purchaser Denumire / Name: S.C NIC & M IMPEX SRL Adresa postala / Address: Cristian, str. VIII, nr 34A , jud. Sibiu Localitate / Town: Cristian Persoana de contact / Contact person: Finica Elena E-mail: nic_impex@yahoo.com Cod postal / Zip Code: 557085 Tara / Country: Romania

Telefon / Phone: 0742072807 Fax: 0269579320

Modalitate de comunicare (solicitare informatii) / Communication means: fax, e-mail / fax, email B. Sursa de finantare / Financial resources Proiect finantat din fonduri structurale / Project financed from structural founds: Proiect / Project: Dotarea firmei S.C. Nic & M Impex S.R.L cu echipamente specializate, in vederea cresterii competitivitatii / To fit out S.C. Nic & M Impex S.R.L with technical equipment in order to increase its competitiveness. Program / Program : Surse proprii si fonduri structurale / Private and structural founds Programul Operational Sectorial Cresterea Competitivitatii Economice 2007 - 2013 Axa Prioritara 1 - un sistem inovativ si ecoeficient de productie; Main Axis 1 an innovative and eco efficient production system Domeniul de Interventie 1.1 - Investitii productive si pregatirea pentru competitia pe piata a intreprinderilor, in special IMM; Key Area of Intervention 1.1: productive investment and putting in readiness for competition in enterprise market, especially for the small business. Operatiunea a) Sprijin pentru consolidarea si modernizarea sectorului productiv prin investitii tangibile si intangibile Operation a) support for consolidation and modernization of productive sector thru tangible and intangible investments. 2

C. INTRODUCERE / INTRODUCTION In vederea realizarii activitatilor proiectului Dotarea firmei S.C. Nic & M Impex S.R.L. cu echipamente specializate, in vederea cresterii competitivitatii, in baza contractului de finantare, incheiat de S.C. NIC & M IMPEX S.R.L. cu Ministerul Economiei si Agentia de Dezvoltare Regionala Centru, se organizeaza prezenta procedura de atribuire a contractelor de achizitie. In order to realize the activities of the project "To fit out S.C. Nic & M Impex S.R.L with technical equipment in order to increase its competitiveness.", according to the financing contract, concluded between S.C. NIC & M IMPEX S.R.L., Ministry of Economy and Central Development Agency, it is organized the present procedure for awarding a procurement contracts. D. OBIECTUL CONTRACTELOR DE ACHIZITIE Obiectul contractelor de achizitie il reprezinta furnizarea urmatoarelor echipamente, impartite pe loturi astfel / Object of the acquisition contracts is the supply of the following equipments, divided into batches as follows: Echipament / Equipment Lotul 1/ Batch no 1: Centru vertical de frezare in 5 axe cu suprafata utila de prindere minim 600 x 600 mm. / CNC vertical machine for milling with 5 axis and bin feed of minimum 600 x 600 mm Lotul 2/ Batch no 2: Strung CNC cu axa C / CNC Turning mill with C axe Lotul 3/ Batch no 3: Robot de sudura / Welding robot Nr. Buc / pieces 1

2. REGULI APLICABILE / APPLICABLE RULES: 2.1 Procedura de achiziie aplicat: Procedura simplificata prevazuta de Ordinul nr. 1120/15.10.2013 privind aprobarea Procedurii simplificate aplicate de beneficiarii privai n cadrul proiectelor finanate din instrumente structurale, obiectivul Convergen, precum i n cadrul proiectelor finanate prin mecanismele financiare SEE i norvegian pentru atribuirea contractelor de furnizare, servicii sau lucrri. 2.1 Applied Purchasing Procedure: Simplified procedure specified by MFE Order 1120/15.10.2013 regarding the simplified procedure applied by private beneficiaries for projects financed from structural instruments, objective Convergence, as well as for projects financed from the SEE and Norwegian Grants for granting supply, services, and works contracts. Pe parcursul intregului proces de achizitii se vor respecta urmatoarele principii: I. Economicitatea se va urmari minimizarea costului resurselor alocate pentru atingerea rezultatelor estimate ale unei activitati, cu mentinerea calitatii corespunzatoare a acestor rezultate. II. Eficienta se va urmari asigurarea unui raport optim intre rezultatul obtinut (calitate) si resursele financiare alocate. III. Eficacitatea se va urmari indeplinirea obiectivelor specifice stabilite pentru fiecare activitate in sensul obtinerii rezultatelor asteptate. 3

IV. Transparenta vor fi aduse la cunostiinta publicului toate informatiile referitoare la aplicarea procedurii de atribuire. V. Evitarea conflictului de interese se aplica art. 14 si 15 din OUG 66/2011 aprobata prin Legea 142/2012, coroborat cu art. 8 din anexa la HG 875/2011. Throughout the contract award process the following principles will be followed: I. Economy the minimization of the costs of the allocated resources in order to obtain the estimated results of an activity, while maintaining an adequate quality of those results. II. Efficiency insuring the optimum ratio between achieved results (quality) and financial allocated resources. III. Effectiveness achieving the specific objectives set for each activity with the scope of obtaining the estimated results IV. Transparency all information regarding the contract award procedure will be brought to the publics attention V. Avoiding conflict of interest art. 14 and 15 of the OUG 66/2011 approved by Law 142/2012, corroborated with art. 8 of the annex to HG 875/2011 apply. 2.2 Valoarea estimata valoarea estimata a loturilor este urmatoarea: 2.2 The estimated value - the estimated value of the batches is as it fallows: Echipament / Equipment Nr. Buc / pieces Pret estimat (lei) / Estimated Price (RON) 712.931,8 lei

Lotul 1/ Batch no 1: Centru vertical de frezare in 5 axe cu suprafata utila de prindere minim 600 x 600 mm. / CNC vertical machine for milling with 5 axis and bin feed of minimum 600 x 600 mm Lotul 2/ Batch no 2: Strung CNC cu axa C / CNC Turning mill with C axe Lotul 3/ Batch no 3: Robot de sudura / Welding robot

546.242,4 lei

458.753,3 lei

2.3 Divizare pe loturi / Batch splitting Pot fi depuse oferte pentru / Offers may be presented for: I. un singur lot / single batch II. unul sau mai multe loturi / one or more batches III. toate loturile / all batches Firmele care oferteaza mai multe loturi, vor trebui sa prezinte cate un set al documentelor de calificare pentru fiecare lot ofertat. Fiecare set al documentelor de calificare, asa cum este prezentat mai jos, va cuprinde urmatoarele documente: - Certificatul constatator (sau document similar pentru ofertanii strini) original sau copie legalizata - Copia certificatului de inregistrare (sau document similar pentru ofertantii strain), 4

Declaratia privind conflictul de interese (F1) original Declaratia privind gradul de inovare al echipamentelor - original

The suppliers who offer more batches will have to submit one set of qualification documents for every offered batch. Each set of qualification documents, as described below, will include the following documents: - The confirmation of company details (or similar document for foreign bidders) - original or certified copy - Copy of registration certificate (or similar document for foreign bidders) - Declaration of Conflict of Interest (F1) - Original - Declaration on the degree of innovation of equipment - original Documentele emise de autoriti publice strine (certificate constatator/ document similar; copia certificatului de inregistrare// document similar pentru ofertantii straini) trebuie s fie traduse de ctre un traductor autorizat a crui semntur trebuie autentificat de un Notar Public. Documents issued by foreign public authorities (The confirmation of company details/ similar document for foreign bidders, Copy of registration certificate / similar document for foreign bidders) must be translated by a certified translator whose signature must be authenticated by a Notary Public. Se va semna cate un contract de furnizare pentru fiecare lot de echipamente. / It will be signed a different supply contract for each batch of equipments. 3. CRITERII DE CALIFICARE documente solicitate 3. Criteria for Qualification required documents 3.1 Ofertantii vor demonstra ca au domeniul de activitate principal sau secundar inscris in documentele constitutive care raspunde cererii de oferte, si anume producia i/sau comertul masinilor conform unuia si / sau mai multora dintre urmatoarele coduri CAEN : 3.1 Offerer will prove that their main or secondary activity domain registered in constitutive documents is fit for offer request namely production and / or trading of equipment according to one or more of the following NACE codes: 2790 Fabricarea altor echipamente electrice / other electrical equipment manufacturing si/sau and / or 2841 Fabricarea utilajelor si a masinilor - unelte pentru prelucrarea metalului / equipment or tool machines for metal processing si/sau and / or 4662 Comert cu ridicata al masinilor-unelte / Wholesale of tool machines si / sau and / or 4669 Comert cu ridicata al altor masini si echipamente / Wholesale of other machines and equipment 5

sau echivalent pentru ofertantii straini. Se va anexa, n acest sens, Certificat constatator emis de Oficiul National al Registrului Comertului sau document echivalent pentru ofertantii straini, cu o vechime de maxim 30 de zile la data depunerii ofertelor original sau copie legalizata. or equivalent for the foreign offerer. In this sense, it will be subjoined the confirmation of company details issued by The National Trade Register Office or equivalent document for the foreign offerer, with an oldness of maximum 30 days from the date of submission of offers in original or a certified copy. 3.2 Se va anexa copie dupa certificatul de inregistrare (sau document similar pentru ofertantii straini). It will be subjoined a copy of the Certificate of Incorporation / Registration certificate (or a similar document for the foreign offerer) 3.3 Ofertanii trebuie s demonstreze c nu se ncadreaz n situaia conflictului de interese descris de OUG 66/2011, art. 14 i 15. n acest sens Oferta va contine i o Declaraie de tipul celei din Formularul F1 de mai jos. Membrii Comisiei de Evaluare a Ofertelor ce vor fi naintate Achizitorului sunt: The offerers must demonstrate that they are not in the position of conflict of interest described by OUG 66/2011, articles 14 and 15. In this sense, the offer will contain a statement simillar with that from the form number one, presented below. The members of the Evaluation Committee of the offers that will be presented to the acquirer are:

Nr. crt. / No.

Nume, Prenume / Name, First Name

Functia / Position

Calitatea in cadrul Comisiei de evaluare / Position in the Evaluation Committee Presedinte al comisiei evaluare / President Evaluation Committee Membru in comisia evaluare / Member Evaluation Committee Membru in comisia evaluare / Member Evaluation Committee de of de in de in

Marginean Nicolae

Pop Toader

Finica Elena

3.4 Ofertanii vor prezenta o declaraie pe proprie rspundere cu privire la gradul de inovare al echipamentelor ofertate, specificnd dac acestea sunt de ultima generatie (aparute in ultimii 3 ani) si /sau sunt certificate conform standardelor de calitate internationale specifice cu o vechime de maximum 3 ani. Neprezentarea acestei declaraii este motiv de excludere de la procedura de achiziii. 3.4 Offerer will provide a statutory declaration regarding offered equipments innovation degree, specifying if these are state of the art (released in the last 3 years) and / or are certified according to international quality standards with a release of maximum 3 years. Failure of providing this declaration will result in exclusion from the purchase procedure. Certificatul constatator (sau document similar pentru ofertanii strini), Copia certificatului de inregistrare (sau document similar pentru ofertantii strain), Declaratia privind conflictul de interese (F1) si Declaratia privind gradul de inovare al echipamentelor reprezint documente de calificare. Neprezentarea unuia din aceste documente determin exluderea ofertantului de la procedur. 6

The confirmation of company details (or similar document for foreign offerer), copy of the Certificate of Incorporation / Registration certificate (or similar document for foreign offerer), Conflict of Interest Statement (F1), Statement of innovation degree of equipment represent qualification documents. Failure of providing one of these documents will result in the exclusion of the offerer from the procedure. 4. MODUL DE PREZENTARE / INTOCMIRE A OFERTELOR / Method of presentation /

Offer preparation
4.1 Oferta se va prezenta n limba romn. Ofertele elaborate in alte limbi vor fi insotite de traducerere autorizata. Orice document prezentat si care este realizat intr-o limba straina va fi insotit obligatoriu de o traducerea (in limba romana) realizata de un traducator autorizat. Documentele emise de autoriti publice strine trebuie s fie traduse de ctre un traductor autorizat a crui semntur trebuie autentificat de un Notar Public. 4.1 The offer will be presented in Romanian. Offers made in other languages will be accompanied by a certfied translation. Any document presented and is in a foreign language will be accompanied by a legal translation (in Romanian) made by an certified translator. Documents issued by foreign public authorities must be translated by a certified translator whose signature must be authenticated by a Notary Public. 4.2 Ofertele vor fi nregistrate, semnate i tampilate de ofertant pe fiecare pagina (de catre reprezentantul imputernicit al ofertantului). 4.2 Offers will be registered, signed, and stamped by the offerer on every page (by offerer appointee) 4.3 Propunerea tehnica va fi prezentata astfel incat sa se asigure posibilitatea verificarii conformitatii propunerii tehnice cu specificatiile tehnice prevazute in caietul de sarcini. 4.3 Technical proposal will be presented with the possibility to check on the compliance of technical proposal with technical specification specified in Tender Book. 4.4 Ofertele ce prezinta o perioada de garantie mai mica decat cea minim solicitata (12 luni ) vor fi respinse (a se vedea punctul 5.2 din prezenta documentatie). 4.4 Offers with a warranty period lower than the minimum admitted (12months) will be dismissed. (see section 5.2 of the present document) 4.5 Pretul va fi exprimat in lei sau euro, fara TVA, si va ramane ferm pe toata perioada de valabilitate a ofertei si de executie a contractului. Preturile se vor exprima pe fiecare echipament (lot) ofertat. Pentru echivalarea ofertelor se va utiliza cursul BNR publicat in 10.03.2014, respectiv 1 euro = 4.4996 lei. 4.5 Price will be set in RON or Euro, without VAT and it will remain unchanged on the entire period of the offer and execution of the contract. Price will be presented on every equipment (batch) offered. For validation of offers it will be used BNR exchange rate released on 10.03.2014, respectively 1 euro = 4.4996 RON. 4.6 Propunerea financiar va fi elaborat astfel nct aceasta s furnizeze informaii cu privire la pre, modalitate si termenii de plat, garanie, precum i la alte condiii financiare i comerciale legate de obiectul contractului de furnizare bunuri (propuse de ofertant). Propunerea financiar are caracter ferm i obligatoriu, din punctul de vedere al coninutului pe toat perioada de valabilitate a ofertei. 4.6 Financial proposal will be elaborated to confer information regarding price, payment method, warranty, as well as financial and economic conditions regarding the supplyment of 7

goods contract. Financial proposal has a firm and mandatory characteristic in terms of content on the entire valability period of the offer. 4.7 Pretul pe echipament ofertat va cuprinde valoarea tuturor componentelor si accesoriilor echipamentului necesare pentru a indeplini specificatia tehnica solicitata. Furnizorul va asigura, de asemenea instalarea si punerea in functiune a echipamentului la locatia cumparatorului fara costuri suplimentare pentru cumparator. Acest aspect se va mentiona distinct in cadrul ofertei. Pretul ofertat nu include transport, taxe, costul altor servicii aditionale, aspect care se va mentiona clar in cadrul ofertei. 4.7 The offered price per equipment will include the value of all equipment components and accessories necessary to realize the required technical specification. Supplier shall ensure installation and commissioning of the equipment at the beneficiarys site with no additional cost on beneficiarys charge. This issue will be specifically mentioned in the offer. The offered price does not include transportation, taxes, other additional services costs, issue which will be specifically mentioned in the offer. 4.8 Oferta trebuie sa fie valabila minim 60 de zile 4.8 Offer must be available for minimum 60 days. 4.9 Ofertele vor fi transmise pe suport de hartie intr-un exemplar original, in plic inchis prin posta, curierat sau depuse personal la sediul social din Sat Cristian, Comuna Cristian, Str. VIII, nr. 34A, Judetul Sibiu, Romania. Pe plic se va inscrie (pe langa datele expeditorului si destinatarului) Oferta pentru achizitia de echipamente, A NU SE DESCHIDE INAINTE DE DATA DE 19.03.2014 ORA 14,00. 4.9 Offers will be sent on paper in an original specimen, in a closed envelope by mail, courier or personaly submitted to head office in Cristian village, Cristian commune, Street VIII, no. 34A, Sibiu county, Romania. On the evelope will be written (except the sender and recipients details) Offer for purchase of equipments, NOT TO BE OPENED BEFORE 19.03.2014, 14,00 oclock. 4.10 Termenul de depunere a ofertelor este data de 19.03.2014 ora 12,00. 4.10 Submission period is 19.03.2014, 12,00 oclock. Orice oferta primita dupa termenul limita de depunere a ofertelor stabilit in prezenta documentatie sau depusa la o alta adresa decat cea indicata mai sus nu va fi evaluata de achizitor. Any offer received after the submission period set by the present document or submitted to another address other than the one indicated above, will not be evaluated by the acquirer. 4.11 Informatii si clarificari se pot solicita in scris pana la data de 14.03.2014, ora.12,00. Solicitarea de clarificari se va transmite in forma scrisa prin fax, e-mail sau posta/curier la sediul social din Sat Cristian, Comuna Cristian, Str. VIII, nr. 34A, Judetul Sibiu, Romania. 4.11 Informations may be requested in writing until 14.03.2014, 12,00 oclock. The request will be sent by fax, e-mail or mail/courier to head office in Cristian village, Cristian commune, Street VIII, no. 34A, Sibiu County, Romania.

4.12 Deschiderea ofertelor va avea loc la sediul social al firmei, la data de 19.03.2014, ora 14,00. Participarea eventualilor delegati ai Ofertantilor este posibila doar in baza prezentarii unei mputerniciri din partea Ofertantului conform Formular 2. 4.12 The offers opening will take place at head office on 19.03.2014, 14,00 oclock. Participating of prospective delegates is possible only under the presentation of empowerment from the offerer according to form no. 2. Fiecare Ofertant va fi notificat in scris cu privire la rezultatul achizitiei (evalurii ofertelor). Every offerer will be notified in writing regarding the purchase result (offers evaluation)

5. INFORMATII CU PRIVIRE LA CONTRACT / INFORMATIONS REGARDING THE CONTRACT 5.1 Durata contractului este de 7 luni de la data semnarii. 5.1 Contract period is 7 months from the date of signing. 5.2 Perioada de garantie acordata echipamentelor va fi de minimum 12 luni pentru parti mecanice si comanda numerica / Minimum 12 months for mechanical parts and CNC 5.2 Ofertele ce prezinta o perioada de garantie mai mica decat cea minim solicitata vor fi respinse. Offers that have a a warranty period lower than the minimum admitted will be dismissed. 5.3 Semnarea contractului va avea loc in termen de 20 de zile calendaristice de la data primirii instiintarii. 5.3 Signing will take place in 20 calendar days from the date of receiving the notification. 5.4 Termen de livrare / Delivery period a. Lot nr. 1 - Centru de frezat - va fi primul utilaj achizitionat. Perioda de livrare, pana la sfarsitul lunii mai. / Batch 1 - CNC Vertical machine for milling - will be the first machine purchased. The delivery term will be until the end of May.
b. Lot nr. 2 - Strungul CNC - va fi cel de-al doilea utilaj achizitionat. Perioada de livrare, pana la

sfarsitul lunii iulie. / Batch 2 CNC Lathe machine - will be the second machine purchased. The delivery term will be until the end of July. c. Lot nr. 3 - Robot de sudura - va fi cel de-al treilea utilaj achizitionat. Perioada de livrare, pana la sfarsitul lunii septembrie. / Batch 3 Welding robot - will be the third machine purchased. The delivery term will be until the end of September. 5.5 Receptia produselor / Acceptance of products Receptia preliminara calitativa a produsului se va face prin executarea unei piese test pentru dovedirea specificatiilor tehnice ofertate. Receptia finala a produsului se face la sediul beneficiarului si se incheie odata cu instalarea si punerea in functiune a utilajului si livrarea documentelor insotitoare: - factura - aviz de insotire (lista coletaj) - certificat de garantie - declaratie de conformitate CE - manuale de operare, programare si intretinere Preliminary qualitative reception of product will be done by executing a test part in order to prove the offered technical specifications. 9

Final reception of product will be done on beneficiarys site and it will be concluded with the installation and commissioning of the product and delivery of the accompanying documents: - Invoice - Delivery note (packing list) - Warranty certificate - CE declaration of conformity - Operation, programming, maintenance manuals 5.6 Documentatie tehnica / Technical documentation Echipamentele vor fi livrate cu manualele de operare/programare si intretinere The equipment will be delivered together with the operation/programming and maintenance manuals 5.7 Alte clauze contractuale se vor stabili de comun acord cu ofertantul declarat castigator si vor cuprinde cel puntin urmatoarele prevederi: a. Se vor preciza in mod explicit bunurile care vor fi furnizate de catre ofertant (prevazute in oferta acestuia); b. Obligatiile ofertantului; c. Obligatiile beneficiarului; d. Confidentialitate: se vor prezenta in mod explicit obligatiile partilor privind confidentialitatea informatiilor vehiculate in indeplinirea contractului; e. Valoarea contractului si modalitatile de plata: se va prezenta valoarea contractului si detalierea modalitatilor de plata; f. Durata contractului: durata contractului trebuie sa permita indeplinirea obligatiilor proiectului, urmand a fi prelungit, daca va fi cazul; g. Conditii referitoare la livrare, instalare, receptie, garantie. Partile pot include in contractul de furnizare orice alte clauze pe care le considera necesare in vederea executarii contractului de furnizare. Caietul de sarcini si Oferta ofertantului declarat castigator se constituie in Anexe la contractul de furnizare ce va fi incheiat cu ofertantul declarat castigator si fac parte integranta din acesta. Other contract terms will be established with the winning offerer and shall include at minimum the following provisions: a. b. c. d. It will explicitly specify the goods to be supplied by the offerer (provided in the offer); The obligations of the offerer; Obligations of the beneficiary; Confidentiality: it will explicitly specify the obligations of the parties regarding the confidentiality of the information exchanged in execution of the contract; e. The contract value and payment terms: the value of the contract will be specified and the details of payment options will be stipulated; f. Contract duration: duration of the contract should enable the execution of the project obligations and it will be extended, if necessary; g. Conditions regarding delivery, installation, reception, warranty. Parties may established and include in the procurement contract any other terms as deemed necessary for the execution of the procurement contract. The present Conditions and the Offer from the winning offerer are established as Annexes to the supply contract that will be signed with the winning offerer and are part of it. 10

II. CAIET DE SARCINI (SPECIFICATII TEHNICE) / II. TENDER BOOK (TECHNICAL SPECIFICATION) Prezentul caiet de sarcini face parte integranta din documentatia de atribuire si constituie ansamblul criteriilor pe baza carora se elaboreaza oferta de catre fiecare operator economic ofertant in cadrul prezentei proceduri de atribuire. These technical specifications are part of the tender documentation and represent all the criteria on which the bid is prepared by each economic operator who will participate under this tender procedure.

Nr. crt. Lot1

DENUMIREA PRODUSULUI / PRODUCT NAME Centru vertical de frezare in 5 axe cu suprafata utila de prindere minim 600 x 600 mm. / CNC vertical machine for milling with 5 axis and bin feed of minimum 600 x 600 mm Strung CNC cu axa C / CNC Turning mill with C axe

U.M Buc / Pcs. Buc. / Pcs. Buc. / Pcs.

Cant. / Qty. 1

Lot 2

Lot 3

Robot de sudura / Welding robot

Specificatiile tehnice sunt determinate pe baza necesitatilor S.C NIC & M IMPEX S.R.L. si in concordanta cu datele tehnico-economice din proiectul co-finantat prin POS CCE. Technical specifications are determined based on the needs of S.C NIC & M IMPEX S.R.L. and in accordance with the technical and economic data from the project co-financed by POS CCE.
Lot 1 Centru de frezat in 5 axe / CNC Vertical milling center in 5 axis - 1 buc / pcs.

Nr. Crt.

Caractertistica / Characteristics

Valoarea impusa / required value

Caracteristici tehnice si functionale / Technical and functional characteristics Caracteristici de versatilitate si productivitate / Versatility and productivity characteristics Dimensiuni ale maselor si capacitate de incarcare care sa asigure prelucrare de repere la dimensiuni si gabarite diverse; prelucrare in 5 axe/ Sizes of tables and loading capacity to ensure machining of parts at different sizes and weights; Machining on 5 axis Cursa axa X / X axis travel 1 Min. 650 mm 2 3 4 5 6 Cursa axa Y / Y axis travel Cursa axa Z / Z axis travel Inclinatia axei B / Tilting range (degree) Rotatia axului C / Rotating range C - axis Distanta minima arbore masa / Minimum distance spindle nose table 11 Min. 550 mm Min. 500 mm +/- 100 grade 0 - 360 grade 150 mm

7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28

Dimensiune masa / table size Incarcatura maxima / maximum load Avans rapid axa X / X axis rapid traverse Avans rapid axa Y /Y axis rapid traverse Avans rapid axa Z / Z axis rapid traverse Vinteza arbore / Spindel speed Viteza de rotatie axa B / rotation speed for B axis Precizia de pozitionare axa B (inclinare cu encoder pe motor) / Position accuracy B axis (tilting with motor encoder) Viteza de rotatie axa C / rotation speed for C axis Precizia de pozitionare axa C (inclinare cu encoder pe motor) / Position accuracy C axis (tilting with motor encoder) Magazie automata de scule cu brat / Automatic tool magazine with changing arm number of tool stations Timp schimbare scula / Tool changing time Puterea arborelui / Spindle power Tip coada port scula / Tool shank type Diametrul maxim al sculei / Max. tool diameter Lungimea maxima a sculei / Tool maximum length Greutatea maxima a sculei / Maximum tool weight Forta avans axa X / Y / Z / Feed force X / Y / Z axis Inaltime totatala / Total height Diametru rulment ax principal (interior / exterior) / bearing diameter (inside / outside ) Diametru surub cu bile / Ball screw diameter Spindle

Min. 600 x 600 mm Min. 250 kg. Min. 30 m/min Min. 30 m/min Min. 30 m/min 10 000 r/m 25 rpm Min. +/- 20 sec. 25 rpm Min. +/- 10 sec. Min. 30 1,6 sec. 11 kw ISO 40 125 mm Min. 250 mm Min. 8 kg. 5000 N Max. 3000 mm Min. 65 mm / 100 mm Min. 40 mm

Ghidaje lineare axa X dimensiuni / tip / Linear guide way X Min. 45 mm / Cu axis dimension / type role / Min. 45 mm / Roller Gidaje lineare axa Y/Z dimensiuni/tip / Linear guide way Y/Zaxis - dimension/type Tip control CNC / CNC Control type Min. 35 mm/ Cu role /Min. 35 mm/ Roller Siemens 840 D Solution Line incl. Shop Mill 12

29

30

31 32 33 34 35 36

Transfer date necesar / Required Data transfer Presiune pompa lichid racire / Coolant pressure pump Capacitate minima rezervor lichid racire / Min. Tank capacity Furnizare lichid racire necesar / Required Coolant supply Iluminare zona de lucru / Work area lightning Optiune reglare / Adjustment option

Ethernet and USB interface Min. 20 bar 250 l Prin ax /Through spindle LED Manivela electronica /Electronic Handwheel

Lot 2 Strung CNC cu axa C / CNC Turning mill with C axe- 1 buc / pcs. Nr. Crt. Caractertistica / Characteristics Valoarea impusa / required value

Caracteristici tehnice si functionale / Technical and functional characteristics Caracteristici de versatilitate si productivitate / Versatility and productivity characteristics Dimensiuni ale meselor si capacitate de incarcare care sa asigure prelucrarea de repere la dimensiuni si gabarite diverse; prelucrare in 3 axe comandate numeric si posibilitate de frezare / Sizes of tables and loading capacity to ensure machining of parts at different sizes and weights; Machining on 3 axis with numeric command and milling capability. 1. 2. 3. 4. 5. Capacitate de prelucrare / Capacity Universal / Chuck size Diametrul piesei de prelucrat / max diameter Diametrul de prelucrare / machining diameter Diam. prelucrare bara/ bar work capacity Lungimea piesei de prelucrat / machining lenght Arborele principal / Spindel 6. 7. 8. 9. 10. 11. 12. Gama de turatii / Spindel speed Alezajul arborelui principal / Spindel bore Incrementul minim de indexare pentru axa C / minimum indexing increment for C axis Puterea motorului pentru regim de 30 min / cont / Max. spindel power (30 min / cont. rating) Cuplul maxim la arborele principal / max. torque Turela / Turret Numarul de scule in turela / number of tools Timp de indexare cu o pozitie / turret indexing time 13 Min. 12 buc. / pcs. Max 0,30 sec. Min.35-5000 rpm Min. 76 mm 0, 0001 grade Kw 18,5 / 15 Min. 358 N/m 8" Min. 660 mm Min. 360 mm Min. 65 mm Min. 1050 mm

13.

Turatia maxima a sculei rotative / rotary tool spindle Curse / Travel

4500 rpm

14. 15. 16. 17.

Cursa pe axa X / X axis travel Cursa pe axa Z / Z axis travel Viteza de avans pe axele X / Z /feed rate for X / Z axis Viteza de avans axa C / feed rate for C axis Echipament general / General equipment

225 mm 1100 mm Min. 0 - 8000 mm/min Min. 1 - 2000 grade / min

18. 19. 20.

Papusa mobila comandata numeric / Numerical command footstock Palpator de scule automat / Auto. parts catcher Set de portscule standard / Standard tool - holder set Siguranta / Safety

21.

Sistem absolut de pozitionare / Absolute positioning system Optiuni pentru automatizare / Automatization options

22. 23.

Evacuator automat de piese finite / Auto. parts exit conveyer Interfata pentru alimentator cu semifabricat bara (cu magazie de bare) / Barfeeder interface kit Evacuarea spanului / Chip disposal

24.

Evacuator de span cu evacuare laterala / Chip conveyor side disposal

b. Lot 3 Robot de sudura / Welding robot - 1 buc / pcs. Nr. Crt. Caractertistica / Characteristics Valoarea impusa / required value

Caracteristici tehnice si functionale / Technical and functional characteristics Caracteristici de versatilitate si productivitate / Versatility and productivity characteristics Dimensiuni ale meselor si capacitate de incarcare care sa asigure prelucrarea de repere la dimensiuni si gabarite diverse. Numarul de mese de lucru: 2 / Sizes of tables and loading capacity to ensure welding of parts at different sizes and weights; number of tables: 2 Manipulator / Robot 1 2 3 4 Incarcarea maxima utila / Maximum load Numarul axelor / Number of axis Motorul / Motor Frane / Brake Min. 8 kg. Min. 6 axe simultan AC Servomotor Pe toate axele / On all axis 14

5 6 7 8

Sistemul de pozitionare / Positioning system Precizia repozitionarii / Repeatability Viteza maxima / Maximum speed Zona maxima de lucru / Maximum working zone Sursa de sudare / Welding source

Electronic resolver +/- 0,1 mm max. 180 m/min Min. 1550 mm

1 2 3 4 5 6 7 8

Puls MIG/MAG Racire / Cooling system Tensiunea de intrare / Input Voltage Puterea de intrare / Power input Durata activa / Duty Cycle Marja curentilor de iesire / Output current adjustable range Metode de sudare / Welding method Tipuri de sarma / Applicable welding wire Apa / water 400 v/50Hz Max. 28 kVA 500 A/100% 40-500 A MAG/MIG, Puls MIG/MAG Sarma normala / sarma otel inox Steel welding wire / Stainless welding wire

Posibilitatea materialului de sudat / possible welding material

10

Programarea parametrilor / Programming method of welding parameter

Aluminiu, Otel, Chrome, Nickel / Aluminum, Steel, stainless steel Prin interfata digitala si ecran tactil / By touch pendant of robot controller via digital interface

Masa Nr. 1 / Table Nr. 1 11 12 13 14 15 16 17 Doua axe automatizate / 2 computer controlled axis Greutatea piesei de sudat / Weight of the work piece Domeniul de functionare a inclinarii / Operating range tilting Viteza de inclinare / Titling speed Raza de rotatie / Operating range rotating Viteza de rotatie la 165 / Rotation speed Precizia de pozitionare / Repeatability 15 Max. 500 kg -135 to + 135 90/ Sec (15 rpm) -360 to +360 165/Sec (27 rpm) +/- 0,05 mm

Masa Nr. 2 / Table Nr. 2 18 19 20 21 O axa automatizata / 1 computer controlled axis Greutatea piesei de sudat / Weight of the work piece Domeniul de functionare a rotatiei / Operating range rotating Precizia de pozitionare / Repeatability Controller 22 23 24 25 26 27 28 Procesor / CPU Controlul axelor / Multiple Axis Control Sincronizarea robotilor / Robot synchronization Puncte de memorie / Storage memory Memorie externa / External memory Ethernet Afisarea parametrilor / Display of welding parameter Panou de comanda mobil cu ecran tactil / At touch pendant of robot controller 64 bits CPU Min. 27 de axe Min. 3 roboti Min, 40 000 SD card, 2 USB Max 500 kg. -360 to +360 +/- 0,05 mm

29

Ajustarea parametrilor in timpul procesului / Adjustment of Prin atingerea welding parameter during welding ecranului tacticl / By touch pendant of robot controller

Toate cerinele impuse aa cum apar mai sus - vor fi considerate ca fiind minimale. n acest sens orice ofert prezentat, care se abate de la prevederile Caietului de sarcini, va fi luata n considerare, dar numai n msura n care propunerea tehnic presupune asigurarea unui nivel calitativ superior cerinelor minimale din Caietul de sarcini. Ofertarea de echipamente cu caracteristici tehnice inferioare celor prevzute n caietul de sarcini atrage descalificarea ofertantului. Toate echipamentele trebuie s fie noi Nu se admit oferte alternative. All the imposed requirements as presented above will be considered minimal. In this sense any presented offer which is diverted from the tender book stipulations will be taken into consideration but only in the case in which the technical proposal implies the insurance of a qualitative superior level as the minimal requirements from the tender book. The offering of equipment with lower technical characteristics than those stipulated in the tender book shall disqualify the offerer. All equipment must be new. Alternative offers are not allowed.

16

III. FORMULARE

Formularul F1 (Denumirea companiei) DECLARAIE PRIVIND CONFLICTUL DE INTERESE Subscrisa ........................................, cu sediul n ....... ......................................., str. ......................, reprezentant legal prin ....................... ......................., n calitate de ofertant la procedura de achiziie bunuri a S.C. NIC & M IMPEX S.R.L., declar pe propria rspundere c societatea nu se afl n conflict de interese, aa cum este acesta definit la art. 14 din Ordonana de Urgen a Guvernului Romniei nr. 66/2011 privind prevenirea, constatarea i sancionarea neregulilor aprute n obinerea i utilizarea fondurilor europene i/sau a fondurilor publice naionale aferente acestora, i anume: - nu exist legturi ntre structurile acionariatului subscrisei i acionariatului Achizitorului; - nu exist legturi ntre subscrisa i membrii comisiei de evaluare nominalizai n documentaia de atribuire; - nu dein pachetul majoritar de aciuni n dou firme participante pentru acelai tip de achiziie organizat de Achizitor. Am luat cunotin de obligaia pe care o am de a notifica n scris Achizitorul de ndat ce apare o situaie de conflict de interese pe perioada derulrii procedurii de achiziie i de a lua msuri pentru nlturarea situaiei respective, n conformitate cu art. 14 si 15 alin. (2) din O.U.G. nr. 66/2011. Informaiile furnizate sunt complete i corecte n fiecare detaliu i neleg c Achizitorul are dreptul de a solicita, n scopul verificrii i confirmrii declaraiilor, orice documente doveditoare de care dispun. nteleg, de asemenea, c n cazul n care aceast declaraie nu este conform cu realitatea sunt pasibil de nclcarea prevederilor legislaiei penale, iar oferta va fi respins. Data completrii: . Operator economic: ......................................................................................... (semntur autorizat i stampila)

17

Form 1 (Companys name) Declaration regarding conflict interests The undersigned .. , with registered office in .., street , legally represented by ............... ., as offerer for the goods purchasing procedure by S.C. NIC & M IMPEX S.R.L., I (hereby) declare on my own liability that the company is not the object of conflict interests such as it is mentioned in the article 14 of Romanian Government Emergency Ordinance 66/2011 regarding the prevention, finding and sanction of irregularities occurred in the collection and use of European funds and / or national public funds related to them such as: - There are no links between the structures of the undersigned shareholder and the Acquirer shareholder; - There are no links between the undersigned and the evaluation committee nominated in the tender documentation; - I do not hold the major shareholding in two companies participating for the same purchase organized by the Acquirer; I take note of the responsibility of notifying in written form the Acquirer as soon as a situation of conflict interests emerges during the process of purchasing and to take action for the extrusion of that situation in conformity with article 14 and 15, paragraph (2) of O.U.G 66/2011. The information provided is comprehensive and correct in every detail and I understand that Acquirer reserves its right to demand, for verification and confirmation, any proving documents that I have. I also understand that if this statement does not comply with the reality, I am impeachable for violation of criminal law regarding false statements of Criminal Code, and the offer will be rejected. Date of completion: .. Business operator: . . (Firm signature and stamp)

18

Formularul F2 OPERATOR ECONOMIC _____________________ (denumirea/numele) Nr. . Data

IMPUTERNICIRE PENTRU REPREZENTAREA OFERTANTULUI LA SEDINTA DE DESCHIDERE Subsemnatul ./numele), posesor al actului de identitate (tipul actului) seria ..nr, emis de .(emitent) la data de , cod numeric personal , In calitate de (functia), reprezentant legal al (denumirea / numele Ofertantului), Imputernicesc persoanele de mai jos sa reprezinte Ofertantul . .(denumirea/numele Ofertantului) la sedinta de deschidere din cadrul procedurii de atribuire a contractului de furnizare de bunuri (echipamente) din data de 19.03.2014 ora 14,00 in cadrul proiectului POS CCE cu Titlul: Dotarea firmei S.C. NIC & M IMPEX S.R.L. cu echipamente specializate, in vederea cresterii competitivitatii, SMIS 43747: 1. Domnul/Doamna (numele), act de identitate (tipul actului) seria ..nr, emis de .(emitent) la data de , cod numeric personal ; 2. (se trec toate persoanele Imputernicite sa reprezinte Ofertantul la sedinta de deschidere) Data completrii: (ziua/luna/anul) Operator economic, _______________________ (numele si prenumele in clar) (semnatur autorizat si stampila)

19

Form F2 Business Operator _____________________ (name/first name) No. . Date

POWER OF ATTORNEY REGARDING THE REPRESENTATION OF THE OFFEROR AT THE OPENING MEETING The undersigned .. owner of the ID card.., series, number., issued by, at the date of., personal identification number, as, legal representative of.., I, hereby, authorize the following persons to represent the offeror.at the opening meeting during the procedure of ascription of the contract for the supply of goods (equipment) from the date 19.03.2014, at 2 PM in the project POS CCE with the title To fit out S.C. Nic & M Impex S.R.L. with technical equipment in order to increase its competitiveness SMIS 43747: 1.Mr. / Mrs..., owner of the ID card.., series, number., issued by, at the date of., personal identification number 2... (are mentioned all the persons authorized to represent the offerer at the opening meeting)

Date: Business operator: _______________________ (Name and first name) (Signature and stamp)

20

S-ar putea să vă placă și