JUDE?UL BAC?U has floated a tender for Contract notice: Apples. The project location is Romania and the tender is closing on 07 Nov 2018. The tender notice number is 450297-2018, while the TOT Ref Number is 27693013. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Romania

Summary : Contract notice: Apples

Deadline : 07 Nov 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27693013

Document Ref. No. : 450297-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : JUDE?UL BAC?U
Office Name: Jude?ul Bac?u
Address: Str. M?r??e?ti nr. 2
Town: Bac?u
Postal Code: 600017
Contact Point: Mariana Mitru?i

Phone: +40 234537200
Fax: +40 234535012
Romania
Email :achizitii.publice@csjbacau.ro
URL :www.csjbacau.ro

Tender Details

Object of the contract
Apples

Description: Contract notice: Apples

Authority Type: Regional or local authority
Contact Nature: Supplies
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 03222321, 15511000, 60000000, 03222321, 15511000, 60000000, 15811000, 15500000
CPV Description: (Apples), milk, dairy products and bakery products for preschool children in kindergartens with a normal program of education. 4 hours of state [...] details on www.e-licitatie.ro

Reference Number: 5057580_2018_PAAPD1027525

Free donation to kindergarten preschoolnormal hours of 4 hours of accredited and accredited private accredited state, and for students in primary and middle school primary and private fresh fruit, milk, dairy products and bakery products up to a daily / preschool / student, respecting the distribution mode set out in art. 3 par. (3) of GD no. 640 / 2017.

Main Site: School Units-State and private educated / accredited by the Ministry of National Education in the municipality and the county of Bacau (according to the Annex no. 3 to the booklet) ... details on www.e-licitatie.ro

LOT 20: Dairy products - Route 7

Estimations of minimum quantities and maximums that may be required throughout the entire framework agreement minimum quantities = 4, 230, 144 pieces and maximum quantities = 4, 547, 405 pieces

Acord-frame: Minimum value: 3.384.115, 20 RON; Maximum amount: 3.637.924, 00 lei

Estimates of the minimum and maximum quantities that could be the subject of a single subsequent contract to be awarded during the framework agreement:

- for the school year 2018-2019: minimum quantities: 2, 155, 072 pieces and maximum quantities: 2, 220, 826 pieces

- for the school year 2019-2020: minime: 2.115.072 pieces and maximum quantities: 2.326.579 pieces

Value for the largest subcategory contract: 1.861.263, 20 lei

Secondary CPV codes: 15500000-3 Dairy products (Rev.2)

60000000-8 Transport services (except for shipments of waste) (Rev.2)

For each lot separately The sole bidder // Associate Bidder / Subcontractor / Supporting Party Participants in the Procedure must not be-find in the situations provided in art. 164, art. 165 and art. 167 of Law no. 98/2016, as amended and supplemented.

Information and formalities necessary for evaluating if the requirements are met:

1. Failure to comply with the provisions of art. 164 of Law no. 98/2016 on Public Procurement, with the subsequent amendments and completions will be completed by the DUAE - Part III "Reasons to excludeRe Section A Reasons Concerning Criminal Offenses.

2. Failure to comply with the provisions of art. 165 of Law no. 98/2016 on public procurement, with the subsequent amendments and completions, the DUAE - Part III "Exclusion reasons" Section B "Reasons for the payment of taxes or social security contributions" will be filled in.

3. Failure to comply with the provisions of art. 167 of the Lawno. 98/2016 on public procurement, with the subsequent amendments and completions will be completed DUAE - Part III "Exclusion Grounds" Section C "Insolvency, conflict of interest, or professional misconduct reasons."

Way of fulfillment:

For each lot in all participants - the sole contractor / Associate Bidder / Subcontractor / Supportive Tertiary will complete the DUAE-Art. III "Exclusion Reasons" with the information that characterizes their capacity.

At the request of the contracting authority, only the bidders placed on the first three places in the intermediate rankings drawn up after the evaluation of the tenders, after applying the award criterion, respectively after the application of the electronic auction stage, present the following information and justifiable documentsin which it proves the fulfillment of the assumed ones by completing the DUAE:

a) Certificate of absence of debts regarding the payment of taxes, duties or contributions to the consolidated general budget (local budget, state budget, etc.) at the moment of presentation; judiciary of that economic operator or those having the power of representation, decision or control in c(c) where applicable, documents demonstrating that the economic operator may benefit from the derogations provided for in Art. 166 par. (2), art. 167 par. (2), art. 171 of Law no. 98/2016, as subsequently amended and supplemented; d) other editorial documents, as appropriate. Non-complianceart. 60 of Law no. 98/2016 on Public Procurement, as amended and supplemented, will be completed by DUAE. For each lot, all participants - the Tender / Tenderer / Subcontractor / Tenderer with the submission of the DUAE, will submit the "Non- in the provisions of Article 60 paragraph (1) of Law 98/2016 "in complianceis with the model presented in the "Templates and Forms" section - Form no. 2 "which will be submitted with the DUAE via SEAP and will be signed with an extended electronic signature, based on a qualified certificate, issued by an accredited certification service provider under the terms of the law. art.60 of the Law no. 98/2016, as amendedand the subsequent completion of the contract, entails the exclusion of the bidder from the procedure for awarding the framework agreement.

The persons holding decision-making positions within the contracting authority are:

- Brasoveanu Sorin - President,

- Palea Valentin - Public Administrator of the County

- Popescu Adrian - Vice-President,

- Pravat Silviu Ionel Vice-President,

- Zara Elena Catalina - State Secretary,

- BMarius Ciprian Executive Director - Juridical Division and Local Public Administration

- Mitrea Gabriela Executive Director - Economic and Quality Management Division

- Mitruti Mariana Executive Director ... details on www.e-licitatie.ro

Requirement no. 1 Average global turnover targeting activity over the past 3 years, 2015, 2016, 2017 respectively, according to information and documentsavailable to economic operators must be at least equal to: LLOT 1 Route 1 Apples 250, 000 RON LOT2 Dairy route 1: 600, 000 RON LOT3 Route 1 bakery products: 650, 000 RON LOT4 - Route 2 Apples 300, 000 RON LOT5 - Route 2 products Dairy: 650, 000 RON LOT6 - Route 2 bakery products: 700, 000 RON LOT 7 - Route 3 Apples 550, 000 RON LOT8 - Route 3 prodairy dairy: 1, 200, 000 RON LOT9 - Route 3 bakery products: 1, 350, 000 RON LOT10 - Tray 4 Apples 150, 000 RON LOT11 - Dairy route 4: 350, 000 RON LOT12 - Route 4 bakery products: 350, 000 RON LOT 13 - Apples 200, 000 RON LOT14 - Dairy route 5: 450, 000 RON LOT15 - 5th bakery products: 500, 000 RON LOT 16 - Trail 6 Apples 300, 000 RON LOT17 - TrailSeafood 6 dairy products: 650, 000 RON LOT18 - Route 6 bakery products: 700, 000 RON LOT 19 - Route 7 Apples 800, 000 RON LOT20 - Dairy route 7: 1, 800, 000 RON LOT21 - Route 7 bakery products: 1, 950, 000 lei

Document The DUAE is available electronically through the online service, made available free of charge by the European Commission, available at the internal addresse kttps: //ec.europa.eu/growth/toolsdatabases/espd/filter. Considering that the contracting authority will sign the framework agreement only with economic operators placed on the 1st, 2nd and 3rd place, as the case may be, the way of bidding with equal prices will be as follows:

1. If the commission finds that more than 2 admissible tenders with equal prices have been deposited / introduced in SEAPon the 1st place, the contracting authority will request the submission of new improved financial proposals (with 2 decimal places) and the economic operators will send their answer in closed envelope, in which case the framework agreement will be awarded to the first three bidders with the lowest price .

2. If the commission finds that more than 2 admissible offers with equal prices have been submitted bybidders placed in the second place, the way of their classification will be made by applying for enclosed in closed envelopes new improved financial proposals (with 2 decimal places) and the economic operators will send their answer so that the bidder ranked first is not affected, respectively the new financial proposal is not equal to or less than the ranked first placewhich the new financial proposal improved as a result of the request of the contracting authority will influence the rankings of the higher places, this will not be taken into account, keeping the initial bid submitted in SEAP to the procedure. If the commission finds that more than 2 admissible tenders have been submitted with equal prices by the third-placed bidders, will be made by requesting the filing of a new improved financial proposal (with 2 decimal places) in closed envelope, and the economic operators will send their reply, so that the first and second place bidders will not be affected, ie the new financial proposal the improved submission as requested by the contracting authority will influence the rankings of the I and II placesand II, this will not be taken into account, keeping the initial offer submitted to SEAP in the procedure. Deadlines / dates for submission of new financial proposals will be communicated in the request submitted by the contracting authority.

To access the DUAE the following link will be used: https://ec.europa.eu/growth/tools-databases/espd/filter

DUAE WILL BE LOADED IN SEAP WITH THE ELECTRONIC SIGNATUREXTINSA BASED ON A QUALIFIED CERTIFICATE ISSUED BY AN ACCREDITED CERTIFICATE SUPPLIER

CAUTION: The failure of the DUAE for the sole offeror / affiliate / third party / subcontractor together with the bid leads to the rejection of the offer as unacceptable.- Without prejudice to the provisions of the Law no. 182/2002 on the protection of classified information, as amended and supplemented-the economic operator shall specify in the tender submitted the information contained in the technical proposal and in the financial proposal considered to be confidential, classified, protected by an intellectual property right insofar as the disclosure of such information would objectively prejudice the legitimate interests of economic operator, particularly with regard to secrecycommercial and intellectual property.

The Contracting Authority reserves the right to make subsequent changes to the contract, without organizing a new award procedure, under the conditions provided by art. 221 of the Law 98/2016, and of the provisions of Instructions no.3 / 2017 issued by ANAP,


Internet address (URL): www.csjbacau.ro

Documents

 Tender Notice