Sunteți pe pagina 1din 6

LOT ACHIZITIE ECHIPAMENTE PRODUCTIE LOT PURCHASE EQUIPMENT PRODUCTION

SPECIFICATII TEHNICE: TECHNICAL SPECIFICATIONS:

DENUMIREA PROIECTULUI : NAME OF THE PROJECT:


"Imbunatatirea competitivitatii economice a societatii CLAZIANA „Improving the economic competitiveness of CLAZIANA SRL
SRL prin achizitia de echipamente" through the acquisition of equipments”

LOCATIA PROIECTULUI: ROMANIA LOCATION OF THE PROJECT: ROMANIA


REGIUNEA: SUD EST REGION: SOUTH EAST
JUDETUL: GALATI COUNTY: GALATI
LOCALITATEA: GALATI LOCALITY: GALATI

BENEFICIAR: CLAZIANA S.R.L. BENEFICIARY: CLAZIANA S.R.L.


REPREZENTANT LEGAL: IVANOV PAUL LEGAL REPRESENTATIVE: IVANOV PAUL

24.04.2020 April 24, 2020

I.a Contractant: I.a. Contracting authority


Denumire: CLAZIANA S.R.L. Name: CLAZIANA S.R.L.

Adresa sediului social: Galați, Str. Oltului Nr. 13 Bl. D8a, Ap 9, Headquarters address: Str. Oltului Nr. 13 Bl. D8a, Ap 9,
800424, Judet Galati 800424, Galati County
Telefon mobil: 0751 22 55 77 Mobile Phone: +40 751 22 55 77
E-mail: office@claziana.ro E-mail: office@claziana.ro
Persoana de contact: In atentia: d-lui IVANOV PAUL Contact person: In the attention of: Mr. IVANOV PAUL
- administrator – administrator

I.b Principala activitate sau activităţi ale autorităţii contractante I.b The main activity or activities of the contracting authority
Activitatea principala The main activity
4778 - Comerţ cu amănuntul al altor bunuri noi, în magazine 4778 - Retail sale of other new goods in specialized stores
specializate
Alte activitati autorizate Other authorized activities
1812- Alte activităţi de tipărire n.c.a. 1812 - Other printing activities

I.2.Sursa de finanţare: I.2.Source of funding:


Proiect “Imbunatatirea competitivitatii economice a societatii Project „Improving the economic competitiveness of CLAZIANA
CLAZIANA SRL prin achizitia de echipamente", cod SMIS SRL through the acquisition of equipments”, SMIS code
117092, finantat prin Programul Operaţional Regional 2014- 117092, financed by Regional Operational Program 2014-2020
2020

Axa prioritară 2 - Îmbunătăţirea competitivităţii întreprinderilor Priority Axis 2: "Improving the Competitiveness of Small and
mici şi mijlocii Medium Enterprises"
Prioritatea de investiții 2.2 – Sprijinirea creării și extinderea Investment Priority 2.2: "Supporting the creation and expansion
capacităților avansate de producție și dezvoltarea serviciilor of advanced production capacities and service development"

II.OBIECTUL CONTRACTULUI II.OBJECT OF THE CONTRACT


II.1) Descriere II.1) Description
II.1.1) Denumire contract: Contract de furnizare II.1.1) Name of the contract: Supply contract
II.1.2) Locaţia lucrării, locul de livrare sau prestare II.1.2) Location of the work, place of delivery or supply
Locatia de livrare: judetul Galati, Municipiul Galati, strada Pictor Delivery location: Galati County, Galati Municipality, Pictor iosif
iosif Iser nr. 8bis Isser Street no. 8bis

II.1.3) Procedura se finalizează prin: Contract de achiziţie II.1.3) The procedure is completed by: Procurement contract

1
II.1.4) Durata contractului de achiziţie publică: 75 zile de la data II.1.4) Duration of the public procurement contract : 75 days
semnarii contractului from the date of the contract is signed
II.2) Cantitatea sau scopul contractului II.2) Quantity or purpose of the contract
II.2.1) Total cantităţi II.2.1) Total quantities

Nr. Denumire Nr. Pret in lei / euro Valoare totala lei / No. Name No. of Price in lei /euro Total value in lei /
crt buc. fara TVA euro fara tva pieces without VAT euro without VAT
1. Imprimanta 3D de 2 670804.2 / 1341608.4 / 1. Large production 3D 2 670804.2 / 1341608.4 / 277123.11
productie mare 138561.55 277123.11 printer 138561.55
2 Imprimanta 3D de 2 365893.2 / 731786.4 / 151158.06 2 Very high resolution 3D 2 365893.2 / 731786.4 / 151158.06
rezolutie foarte mare 75579.03 printer 75579.03
3 Imprimanta 3D de 2 396384.3 / 792768.6 / 163754.56 3 High speed and high 2 396384.3 / 792768.6 / 163754.56
viteza si rezolutie mare 81877.28 resolution 3D printer 81877.28
4 Imprimanta 3D de 1 457366.49 / 457366.49 / 94473.79 4 High resolution and high 1 457366.49 / 457366.49 / 94473.79
rezolutie si volum mare 94473.79 volume 3D printer 94473.79
5 Sistem laser pentru 1 399433.41 / 399433.41 / 82507.11
5 Laser system for 1 399433.41 / 399433.41 / 82507.11
marcare in diverse 82507.11
marking in different 82507.11
culori
colors
6 Sistem laser pentru 1 481759.38 / 481759.38 / 99512.39
6 Laser marking system 1 481759.38 / 481759.38 / 99512.39
marcaremarcare 99512.39
for deep 3D marking 99512.39
adanca 3Dtaiere
7 Sistem laser pentru 1 561036.23 / 561036.23 / 7 Laser marking system 1 561036.23 / 561036.23 / 115887.84
marcaremarcare 115887.84 115887.84 for deep marking 3D 115887.84
adanca 3Dtaiere cu cutting with high
productivitate ridicata production
8 Scanner 3D 1 317107.44 / 317107.44 / 65501.83 8 3D scanner 1 317107.44 / 317107.44 / 65501.83
65501.83 65501.83
9 Statie Grafică 3 82325.97 / 246977.91 / 51015.85 9 Graphic station 3 82325.97 / 246977.91 / 51015.85
17005.28 17005.28
10 Software Design 3D cu 2 84155.44 / 168310.88 / 34766.36 10 3D Design Software 2 84155.44 / 168310.88 / 34766.36
modul randare integrat 17383.18 with integrated 17383.18
rendering mode
11 Software Design 3D cu 2 74398.28 / 148796.56 / 30735.47 11 3D design software with 2 74398.28 / 148796.56 / 30735.47
tehnologie "Advanced 15367.74 "Advanced parametric" 15367.74
parametric" technology
12 Software creare suporti 1 145137.64 / 145137.64 / 29979.68 12 Software creation 1 145137.64 / 145137.64 / 29979.68
obiecte printare 3D 29979.68 supports 3D printing 29979.68
13 Licenta Software CAD 3 4512.68 / 13538.04 / 2796.42 objects
932.14 13 CAD Software License 3 4512.68 / 13538.04 / 2796.42
Valoare totala lei / 5805627.38/ 932.14
euro fara tva 1199212.46 Value in lei / euro 5805627.38/
without VAT 1199212.46

Valoare totala estimata fara TVA in lei / euro: 5805627.38 lei / Estimated total value without VAT: 5805627.38 lei / 1199212.46
1199212.46 euro euro

II.2.2. Ajustarea pretului contractului – NU II.2.2. Contract price adjustment – NO


Pretul contractului nu se modifica si nu se actualizeaza. The price of the contract does not change and does not update

II.3) Condiţii specifice contractului II.3) Specific conditions of the contract


Livrarea, transportul, asigurarea, instalarea, punerea in The delivery, transport, insurance, installation, start-up of the
functiune a utilajelor precum si instruirea personalului se vor equipments, as well as the staff training will be made
face exclusiv pe cheltuiala furnizorului. exclusively at the expense of the supplier.
La livrarea echipamentelor furnizorii vor trebui sa prezinte At the delivering of the equipments, suppliers will have to
certificate de conformitate CE pentru fiecare echipament din submit EC certificates of conformity for each piece of equipment
contract. in the contract.

III. PROCEDURA III. PROCEDURE


Procedura de atribuire aplicata: Ordinul nr. 1284/2016 privind The applying procedure: Order no. 1284/2016 on the approval
aprobarea Procedurii competitive aplicabile of the Procedure competitive applications for applicants /
solicitanţilor/beneficiarilor privaţi pentru atribuirea contractelor beneficiaries private entities for the award of supply contracts,
de furnizare, servicii sau lucrări finanţate din fonduri europene. services or works funded by European funds.

IV. CRITERII DE CALIFICARE ŞI/SAU SELECTIE IV. QUALIFICATION AND/OR SELECTION CRITERIA
IV.1. Situaţia personală a candidatului/ofertantului IV.1. Personal situation of the candidate/tenderer
- Declaraţie de eligibilitate – F1 (Formularul Declaratie privind - Declaration of eligibility – F1 (Form with the Declaration
eligibilitatea) regarding the eligibility)

2
- Declaraţie privind neincadrarea in prevederile din OUG - Declaration on the failure to comply with the dispositions of the
98/2016. – F2 (Formularul Declaratie privind neincadrarea in Government Emergency Ordinance (GEO) 98/2016. – F2 (Form
prevederile din OUG 98/2016.) with the Declaration on the failure to comply with the
- Declaraţie privind evitarea conflictul de interese – F3 dispositions of GEO 98/2016.)
(Formularul Declaratie privind evitarea conflictul de interese) - Declaration on avoiding the conflict of interest – F3
- Formular de oferta - F4 (Form with the Declaration on avoiding the conflict of interest)
- Tender offer - F4

IV.2. Capacitatea de exercitare a activităţii profesionale IV.2. Ability to conduct business (registration)
(inregistrare) Romanian legal entities/natural persons
Persoane juridice/fizice romane - Confirmation of company details issued by the Trade Register
- Certificat constatator in original / online /, emis de Oficiul Office, in original / online, indicating the object of activity
Registrului Comerţului din care sa rezulte obiectul de activitate afferent to supplying the equipments which represent the object
aferent furnizarii utilajelor ce fac obiectul prezentei Documentatii of this Award documentation, the modifications related to the
de atribuire, modificarile in legatura cu obiectul de activitate, object of activity, the tenderer’s headquarters, as well as the
sediul ofertantului precum si faptul ca nu sunt inscrise mentiuni fact that there are no registered references according to art. 21
conform art. 21 din Legea nr. 26/1990, în original sau copie of the Law no. 26/1990, in original or certified copy, valid on the
legalizată, valabil la data depunerii ofertelor. date of submitting the tenders.

Persoane juridice/fizice straine Foreign legal entities/natural persons

- Documente care dovedesc o forma de inregistrare /atestare ori - Documents which professionally prove a form of registration
apartenenta din punct de vedere profesional din tara de origine /certification or membership, from the country of origin of the
a ofertantului. tenderer.
- Reprezentatul firmei are obligatia de a prezenta un document - The company’s representative has the obligation to submit a
emis de catre firma ofertanta, semnata si stampilata in original, document issued by the tenderer company, which is signed and
din care sa rezulte ca poate sa incheie contracte in numele stamped in original, indicating that they can conclude contracts
acestei firme. De asemenea, in documentul mentionat anterior on behalf of this company. Also, the previously mentioned
sa fie precizata si durata de valabilitate a acestuia. document should include its validity.

V. PREZENTAREA OFERTEI V. SUBMITTING THE TENDER


V.1) Limba de redactare a ofertei - Limba de redactare a V.1) Language for preparing the tender– The language for
ofertelor este limba română sau engleza. preparing the tender is Romanian or English.

V.2) Perioada de valabilitate a ofertei - 60 de zile V.2) Validity of the tender - 60 days

V.3) Modul de prezentare a propunerii tehnice V.3) Method of submitting the technical proposal
Se vor urmari intocmai prevederile din Specificatiile tehnice The dispositions of the technical specifications will be precisely
astfel incat sa se asigure posibilitatea verificarii corespondentei followed, so as to ensure the possibility to verify the conformity
propunerii tehnice cu specificatiile tehnice prevazute. of the technical proposal with the provided technical
specifications.
Ofertantul trebuie sa prezinte perioada de livrare a produselor, The tenderer has to submit the delivery period of the products,
pentru fiecare pozitie in parte. for each position.
Ofertantul trebuie sa prezinte perioada de garantie acordata The tenderer has to submit the warranty period given for each
pentru fiecare pozitie. position.

V.4) Modul de prezentare a propunerii financiare V.4) Method of submitting the financial proposal
Formularul de ofertă anexat documentaţiei – F4. The tender form attached to the documentation – F4.
Ofertantul va elabora propunerea financiara astfel încât aceasta The tenderer will elaborate the financial proposal so as to
sa furnizeze toate informatiile solicitate cu privire la pret precum provide all the requested information regardin the price, as well
şi la alte conditii financiare şi comerciale legate de obiectul as other financial and commercial conditions related to the
contractului de achizitie. object of the procurement contract.
Livrarea, transportul, asigurarea, instalarea, punerea in The delivery, transport, insurance, installation, start-up of the

3
functiune a utilajelor precum si instruirea personalului se vor tools, as well as the staff training will be made exclusively at the
face exclusiv pe cheltuiala furnizorului si nu vor face parte din expense of the supplier and they will be included in the costs of
costul utilajului. the equipments.
Furnizorii vor trebui sa prezinte certificate de conformitate CE Suppliers will be required to submit EC certificates of conformity
pentru fiecare echipament din oferta. for each piece of equipment on offer.

Conditii de plata: Payment terms:


Se poate acorda un avans de maxim 25% din valoarea It will may be granted an advance of up to 25% of the value of
echipamentelor. the equipments.

Ofertantul va evidentia propunerea financiara in cadrul The tenderer wil distinguish the financial proposal within the
Formularului de oferta, care se va completa in conformitate cu Form of tender, which will be filled in according to Form F4.
Formularul F4.

Propunerea financiara va fi exprimata in lei/euro. The financial proposal will be expressed in lei/euro.

Curs infoeuro 24 Aprilie 2020 = 4.8412 lei / euro InfoEuro Course 24 April 2020 = 4.8412 lei / euro

V.5) Modul de prezentare a ofertei V.5) Method of submitting the tender


Ofertele se depun la adresa: Municipiul Galati, Str. Pictor Iosif The tenders are submitted at the company’s headquarters on:
Iser, Nr.8bis, judet Galati Galati Municipality, Street Pictor Iosif Iser, No. 8bis, Galati
County

Ofertantul trebuie sa prezinte un exemplar al ofertei si al The tenderer must submit a copy of the tender and of the
documentelor care o insotesc, in original, in plic inchis, accompanying documents, in original, in a sealed, opaque
netransparent. envelope.

Plicul trebuie sa fie marcat cu adresa autoritatii contractante, cu The envelope has to be marked with the address of the
mentiunea „A nu se deschide pana la data de 05.05.2020, ora contracting authority, with the reference „Do not open until the
12:00” day of May 5, 2020, hour 12.00”

V.7) Data limită de depunere a ofertelor 05.05.2019, ora 12:00 V.7) Deadline for submitting the tenders May 5, hour 12.00
V.8) Evaluarea ofertelor
V.8) Evaluation of the tenders
Evaluarea ofertelor se va face incepand cu data: 05.05.2020 Evaluation of the tenders will be starting on
Ora:12:00 Date: May 5, 2020 Hour: 12.00

V. 9) Clarificarile cu privire la prezenta documentatie se vor V. 9) The clarifications regarding this documentation will be
formula in scris si se transmit la urmatoarea adresa de e-mail: formulated in writing and sent to the following e-mail address:
office@claziana.ro office@claziana.ro
Date limită de primire a solicitărilor de clarificări Deadlines for receiving requests for clarifications
Data: 29.04.2020, ora limită 16:00 Date: 29.04.2020, deadline 16:00
Data limită de transmitere a răspunsului la clarificări: in termen Deadline for submitting the response to clarifications: within 1
de maxim 1 zi de la primirea solicitarilor de clarificari day from receiving clarification requests

Raspunsul la solicitarile de clarificari vor fi publicate pe site-ul The answer to the clarification requests will be published on the
www.fonduri-ue.ro in termenul mentionat mai sus. website www.fonduri-ue.ro within the term mentioned above.

V.10) Utilizarea cailor de atac - Precizari privind termenul V.10) Lodging of appeals – Specifications regarding the
(termenele) de exercitare a cailor de atac: 2 zile de la primirea deadline (deadlines) for lodging an appeal: 2 days after
notificarilor. Termenele de exercitare a caii de atac sunt cele receiving the notifications. The deadlines for lodging an appeal
prevazute in OUG 98/2016. are those provided at OUG no. 98/2016.
Serviciul de la care se pot obtine informatii privind utilizarea The service which provides information related to lodging an

4
cailor de atac: Sediul autoritatii contractante si apoi la instanta appeal: The headquarters of the contracting authority and then
competenta: Judecatoria Galati. the court of competent jurisdiction: Galati

VI. CRITERII DE ATRIBUIRE VI. AWARD CRITERIA

Oferta cea mai avantajoasa din punct de vedere tehnico- The most economically - technical advantageous offer in terms
economic in ceea ce priveste of

1. Pret total / Total price 1. The lowest price, of X lei, will receive 50 points
- Pretul cel mai mic, in valoare de X lei, va primi 50 puncte Price Y will receive X/Y points * 50 (X divided by Y multiplied
- Pretul Y va primi punctajul X/Y * 50 (X împartit la Y înmultit by 50) points
cu 50) puncte

2. Perioada de garantie 2. Warranty period


- peste 24 de luni 10 puncte - over 24 months 10 points
- Intre 12 si 24 de luni 5 puncte - Between 12 months and 24 months 5 points
- Mai putin de 12 de luni 1 puncte - Less than 12 months points

3. Termen de livrare 3. Delivery term


- Maxim 45 de zile 40 puncte - Up to 45 days 40 points
- Intre 45 si 90 de zile 10 puncte - Between 45 and 90 days 10 points
- Peste 90 de zile 1 points - Over 90 days 1 point

VII. Caracteristici tehnice minimale VII. Minimum technical characteristics

1. Imprimanta 3D de producție mare 1. Large production 3D printer


 Volum minim print (X*Y*Z): 200x150x150mm  Minimum print volume (X * Y * Z): 200x150x150mm
 Material obiect printat: ceara  Printed object material: wax
 Tehnologie: Printare multi strat  Technology: Multi-layer printing
 Rezolutie minima (X*Y*Z): 500x500x1000 DPI  Minimum resolution (X * Y * Z): 500x500x1000 DPI
 Conectivitate: Ethernet 10/100Mb  Connectivity: Ethernet 10 / 100Mb

2. Imprimanta 3D de rezoluție mare 2. Very high resolution 3D printer


 Volum minim print (X*Y*Z): 120x120x80mm  Minimum print volume (X * Y * Z): 120x120x80mm
 Material obiect printat: ceara  Printed object material: wax
 Tehnologie: Printare multi strat  Technology: Multi-layer printing
 Rezolutie minima (X*Y*Z): 2500x2500x5000 DPI  Minimum resolution (X * Y * Z): 2500x2500x5000 DPI
 Conectivitate: Ethernet 10/100Mb  Connectivity: Ethernet 10/100Mb

3. Imprimanta 3D de viteza si rezolutie mare 3. High speed and high resolution 3D printer
 Volum minim print (X*Y*Z): 100x100x50mm  Minimum print volume (X * Y * Z): 100x100x50mm
 Material obiect printat: ceara  Printed object material: wax
 Tehnologie: Printare multi strat  Technology: Multi-layer printing
 Rezolutie minima (X*Y): 2500x2500 DPI  Minimum resolution (X * Y): 2500x2500 DPI
 Conectivitate: Ethernet 10/100Mb  Connectivity: Ethernet 10 / 100Mb
 Fisiere suportate: STL  Supported files: STL

4. Imprimanta 3D de rezolutie si volum mare 4. High resolution and high volume 3D printer
 Volum minim print (X*Y*Z): 120x120x100mm  Minimum print volume (X * Y * Z): 120x120x100mm
 Material obiect printat: ceara  Printed object material: wax
 Tehnologie: Printare multi strat  Technology: Multi-layer printing
 Rezolutie minima (X*Y): 2500x2500 DPI  Minimum resolution (X * Y): 2500x2500 DPI
 Grosime layer: 0.03  Thickness layer: 0.03

5
 Conectivitate: Ethernet 10/100Mb  Connectivity: Ethernet 10 / 100Mb
 Fisiere suportate: STL  Supported files: STL
5. Sistem laser pentru marcare in diverse culori 5. Laser system for marking in different colors
 Alimentare: 220V  Power supply: 220V
 Putere: 10W  Power: 10W
 Gravare culori: minim 3  Color engraving: minimum 3
 Tehnologie: Yb  Technology: Yb
 Laser: Clasa 2M  Laser: Class 2M

6. Sistem laser pentru marcare/marcare adanca 3D/taiere 6. Laser marking system for deep 3D marking
 Alimentare: 220V  Power supply: 220V
 Putere: 30W  Power: 30W
 Tehnologie: Yb  Technology: Yb
 Laser: Clasa 2M  Laser: Class 2M

7. Sistem laser pentru marcare/marcare adanca 3D/taiere cu 7. Laser marking system for deep marking 3D cutting with
productivitate ridicata high production
 Alimentare: 220V  Power supply: 220V
 Putere: 50W  Power: 30W
 Tehnologie: Yb  Technology: Yb
 Laser: Clasa 2M  Laser: Class 2M

8. Scanner 3D 8. 3D scanner
 Acuratete: 0.05mm  Accuracy: 0.05mm
 Laser: Clasa 2M  Laser: Class 2M

9. Statie Grafică 9. Graphic station


 Procesor: Minim Intel i7-7700 sau echivalent  Processor: Minimum Intel i7-7700 or equivalent
 RAM: Minim 64 GB  RAM: Minimum 64 GB
 Hard Disk: Minim 512 SSD  Hard Disk: Minimum 512 SSD
 Monitor: 24inch FHD  Monitor: 24inch FHD

10. Software Design 3D cu modul randare integrat 10. 3D Design Software with integrated rendering mode
 Compatibil sistem de operare pe 64 biti  Compatible 64 bit operating system
 Modul de randare integrat  Integrated rendering mode

11. Software Design 3D cu tehnologie "Advanced parametric" 11. 3D design software with "Advanced parametric" technology
 Compatibil sistem de operare pe 64 biti  Compatible 64 bit operating system
 Poate crea modele parametrizabile  Can create customizable templates

12. Software creare suporti obiecte printare 3D 12. Software creation supports 3D printing objects
 Genereaza automat suporti de printare  Automatically generates print media
 Verifica si repara fisierele de tip STL  Check and repair STL files

13. Licenta Software CAD 13. CAD Software License


 Compatibil sistem de operare pe 64 biti  Compatible 64 bit operating system

Peste tot unde se regasesc denumiri de marci, brand-uri sau Wherever will be found name of brands or another commercials
alte denumiri comerciale, se va citi si mentiunea “sau names, the reference "or equivalent" will be read.
echivalent”.

S-ar putea să vă placă și