FMR Janusz Lisicki

Contact

LISICKI SP. Z O.O.

ul. Wałowska 2,
96-200 Rawa Mazowiecka

+48 (46) 814 66 58

NIP: 835-161-62-39
REGON: 521349512
Rejestr: Sąd Rejonowy dla Łodzi-Śródmieścia w Łodzi, XX Wydział Gospodarczy KRS pod numerem KRS 0000957391, wysokość kapitału zakładowego: 1.000.000,00 zł.

  • Deutsch
  • English
  • Русский
  • Polski

REQUEST FOR QUOTATION NO: RAWA MAZOWIECKA/02/2016

REQUEST Offerenr:
Rawa Mazowiecka/02/2016R
awa Mazowiecka, 22.11.2016 R.

"Forklift Delivery"

With a view to preserving the principles of competitiveness and equal treatment of contractors (tenderers) in a proceeding carried out under the project entitled "Implementation of the R & B's own results guarantee the implementation of the new product" within the framework of the regional Operational programme of Lodz Voivodeship for the period 2014-2020, sub-measure 2.3.1 Innovation in SMES, co-financed by the European Union in the framework of European Regional Development Fund (hereinafter referred to as the project), we invite you to submit an offer.

1. Determination of the contracting authority

FMR LISICKI Janusz Lisicki

UL. From Wałowska 2

96-200 Rawa Mazowiecka

D & C 8351005317

2. Specifying the order mode

This procedure is carried out in accordance with the principle of competitiveness as set out in the guidelines on eligibility of expenditure under the European Regional Development Fund, the European Social Fund and the Cohesion Fund for The years 2014-2020 and the regional Operational programme of Lodz Voivodeship for the years 2014-2020.

After the submission of tenders and their verification by the purchaser, the contractor shall be selected as a result of the evaluation of tenders made in accordance with the assessment criteria adopted in this inquiry.

This inquiry has been made public in the following ways:

  1. Send a request for quotation to at least three potential contractors.
  2. Inclusion on the applicant's website: www.lisickirawa.pl/aktualności

3. Determination of the subject of the order

3.1 Name and code of order item according to the Common Procurement vocabulary (CPV)

CPV CodeName
42415110-2Forklifts

3.2 Order Subject

Forklift delivery to the plant in the village: 96-200 Rawa Mazowiecka, ul. From Wałowska 2.

3.3 Description of the order item 

The subject of the contract is the delivery of forklift with basic technical parameters:

  • Minimum load capacity: 2.000 kg
  • Minimum lifting height 3 m
  • Mast with partial free jump
  • wided forks: 1,200 x40 mm
  • Fork Side Shift Integrated
  • Automatic Fork Levelling
  • Additional hydraulic function
  • Electro-magnetic parking brake with automatic braking on the hill and bend
  • Electric Drive-750 battery Ah with central distilled water refill system
  • Four wheels
  • Minimum driving motor power: 2×4, 4 kW
  • Control of the trolley with the help of mechanical-hydraulic or electro-hydraulic lever
  • Superior operator seat
  • Charging rectifier

The offer price must include:

  • Forklift delivery.
  • Technical and motor documentation in English
  • CE Declaration of conformity in English
  • Preparing to receive UDT

4. Date of performance of the contract

Maximum term: 15.02.2017 R.

5. Conditions for participation in the proceedings and a description of how to assess compliance with these conditions.

ConditionHow to assess the fulfilment of the condition
The tenderer shall not be excluded as referred to in point 13 of this inquiryThe tenderer's statement forming part of the tender form.
The subject of the offer fulfils all the basic technical parameters referred to in paragraph 3.3 of this enquiry, which will be confirmed in point. 3 Complex offersThe tenderer's statement forming part of the tender form.
The tenderer shall comply with the conditions concerning: possession of powers to perform a particular activity or activities, if the law imposes an obligation to possess them, possess knowledge and experience in carrying out tasks of a similar scale and scope, To have the appropriate technical capacity and the persons capable of performing the contract, the appropriate economic and financial situation allowing for timely implementation of the contract.The tenderer's statement forming part of the tender form.

The assessment of the fulfilment of the above conditions shall be effected in accordance with the zero-one method, i.e. The formula ' satisfies-does not meet ' on the basis of the statement contained in the tender form in Appendix 1 to this request for quotation. Any offer that fails to comply with any of the above conditions will be refused from the participation in the proceeding.

6. Information about the deposit

The purchaser does not provide for payment by tenderers 

7. Criteria for assessing tenders and their relevance

7.1 Offer evaluation criteria

  1. Price – Flat rate in PLN for delivery of the item of inquiry referred to in point. 3.3. If an offer is submitted in a different currency, it will be converted to LCY at the average rate of NBP preceding the opening day of tenders.
  2. Technical solutions – The value listed in point. 7.3 The technical solutions, exceeding the basic parameters of the subject-matter of the contract referred to in point 3.3.
  3. Warranty Period – The period of warranty calculated in years from the date of signature of the acceptance protocol.
  4. Service response time – the period of time to take service actions to eliminate the failure, counted in hours from its notification (weekdays).

7.2 Information on point or percentage weights assigned to each tender evaluation criteria

Criterion Maximum number of points. Criterion
Price 60 points.
Technical Solutions20 pts.
Warranty Period10 pts.
Service time10 pts.

7.3 Description of how to award scoring for the fulfilment of a given offer evaluation criterion

Criterion How the criterion is assessed 
Price (C)C Lowest/C tested * 60 points. 
Technical Solutions (R1, R2, R3 and R4)R1 = Lifting Capacity: 2.000 kg – 0 pts; 2.500 kg – 5 pts R2 = lifting Height: up to 3 m – 0 points; Above 3 m to 3.5 – 2 points; Over 3.5 m to 4m – 3 points; Above 4 m to 4.5 – 4 points; Above 4.5 m – 5 points. R3 = Driving Motor power: 2×4, 4 kW – 0 points; 2×6, 6 kW – 5 points R4 = Trolley control with mechanical-hydraulic lever – 0 points; Control of the trolley with the help of electro-hydraulic lever – 5 pts.
Warranty period (G)G = 1 year-0 points. G = 2 years-5 pts. G = 3 years-10 pts. 
Service response Time (S)S = 24 hours – 0 points. S = 12 hours – 2 points. S = 8 Hours-5 pts. S = 4 hours – 10 points.

Maximum number of points to be obtained: 100 points.

Maximum time of contract: 15.02.2017 R

Minimum required warranty Period: 1 year.

Minimum required service response time: 24 hours.

Points calculated in a given criterion are added to each other.

P = C + R1 + R2 + R3 + R4 + G + S

The resulting results will be rounded to the nearest two decimal places.

The purchaser will award the contract to the tenderer whose offer meets all the conditions and technical requirements and receives the highest number of points.

8. Place and deadline for submitting tenders

The offer must be submitted: in person or by courier or by post to the company address given in section 1 of this inquiry, on working days.

The offer must be affected by 01.12.2016 until 15:00.

Tenders submitted after that date shall not be considered.

9. Place and date of opening of tenders

The opening of tenders will take place at the company's premises to the address given in paragraph 1 of this inquiry.

Tenders will be opened on 02.12.2016. At 1pm. 9:00.

The contracting authority does not provide for public opening of tenders.

10. Deadline for offering

Minimum term: 15.12.2016 R.

11. Information on anticipated supplementary orders.

The purchaser does not provide supplementary contracts.

12. How to prepare and submit an offer

The offer must be submitted in English on the form accompanying appendix 1 to this inquiry.

Other bids will be declined.

The offer must be completed and signed by persons authorized to represent the entity submitting the offer and stamped with the company stamp. Unfilled bids will be declined. Each page of the offer should be initiate.

The tenderer shall bear all costs relating to the preparation and submission of the tender.

The offer must be filed in a closed and open envelope, guaranteeing the confidentiality of its contents until the opening of tenders.

The envelope must be described:

(a). Name and address of the tenderer (contractor)

(c). "OFFER" annotation

(d). The name of the order item

(e). "DO NOT OPEN BEFORE the OPENING DATE of TENDERS" 

13. Information on the scope of the exclusion (in relation to affiliated entities).

13.1. Tenderers who are not affiliated with the purchaser, either separately or in capital, are admitted to participate in the proceedings.

13.2. The relationship between a beneficiary or a person authorized to enter into commitments on behalf of the beneficiary or persons performing on behalf of the beneficiary shall be understood as being the relationship between the beneficiaries or persons involved in the preparation and The procedure for selecting the contractor and the contractor, consisting in particular of:

(a). Participation in a company as a partner of a civil partnership or partnership,

(b). Possession of at least 10% of the shares or shares,

(c). Acting as a member of the supervisory or management body, the Prosecutor, the representative, the

(d). Marriage, relationship or affinity in a straight line, relationship or affinity in the sidelines to the second degree or in relation to adoption, custody or guardianship. ';

The tenderer shall document the fulfilment of the abovementioned condition of the statement in the tender.

14. Determination of the conditions for amendment of the contract concluded by the procurement procedure.

14.1. The amendment of the contract shall be subject to the agreement of both parties, expressed in writing under pain of nullity, without prejudice to paragraph 14.2.

14.2. Amendments to the relevant provisions of the concluded Agreement shall be admissible in cases:

A) Amend or introduce new rules or standards, if in accordance with them it will be necessary to adapt the content of the contract to the current legal status,

b) If after the conclusion of the contract the contracting authority establishes or the contractor notifies the purchaser that there were circumstances that could hinder the orderly execution of the contract,

(c) Where, as a result of circumstances which could not have been foreseen at the time of conclusion of the contract, an extension of the time-limit for implementation of the contract.

15. Other information

15.1. In connection with the obligation arising from the European Union Funds ' project grant agreement under the European Regional Development Fund, the contracting authority is obliged to reserve the right to inspect the contract with the selected contractor Documents, including financial documents related to the project.

15.2. Person entitled to contact the tenderers and provide explanations concerning the proceedings: Krzysztof Starczewski, tel. 505-151-570 Email Address: kstarczewski@lisickirawa.pl

15.3. Submitting an offer does not constitute a contract.

15.4. Bids not filled in and those that do not meet the requirements of the request for quotation will not be considered.

15.5. The presentation of false information affecting the outcome of the award of this order will result in the exclusion of the tenderer from the conduct.

15.6. The purchaser does not allow partial tenders. The ordering party does not allow variant tenders. Partial or variant offers will not be considered.

15.7. Where the present question uses own names, it must be assumed that these are the example names, the tenderer shall have the possibility to use materials or components with equivalent technical parameters, i.e. Worse or better.

15.8. The purchaser reserves the possibility to cancel the request for quotation at any stage of the proceeding and not to select any of the tenders submitted without stating a reason. In the event of these circumstances, tenderers shall not be entitled to any claim against the purchaser.

15.9. The procedure is not conducted on the basis of the law of 29 January 2004. – Public procurement law, therefore, it is not possible to apply the remedies set out in that law. 

16. Attachments

Appendix 1 – Offer Form

More

Krzysztof Starczewski

Chief Executive Officer Development