CONSILIUL JUDE?EAN CONSTAN?A has floated a tender for Contract notice: Bread products. The project location is Romania and the tender is closing on 05 Nov 2018. The tender notice number is 400680-2018, while the TOT Ref Number is 26757686. 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: Bread products

Deadline : 05 Nov 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 26757686

Document Ref. No. : 400680-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : CONSILIUL JUDE?EAN CONSTAN?A
Office Name: Consiliul Jude?ean Constan?a
Address: Bulevardul Tomis nr. 51
Town: Constan?a
Postal Code: 900725
Contact Point: Florina Cristache

Phone: +40 241488413
Fax: +40 241488411
Romania
Email :licitatii@cjc.ro
URL :www.cjc.ro

Tender Details

Object of the contract
Bread products

Description: Contract notice: Bread products

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: 15811000, 03220000, 60000000, 15811000, 03220000, 60000000, 15500000
CPV Description: The Framework Agreement for the supply and distribution of fruit, vegetables, milk and dairy products and bakery products to pupils in primary and secondary school education. Gymnaz ... details on www.e-licitatie.ro

Reference Number: 2981739/2018 / I.7

Framework agreement for the supply and distribution of fruit, vegetablesmilk and dairy products and bakery products for pupils in primary and secondary education, state and private, as well as preschools from state and private kindergartens with a normal 4-hour program for the years 2018 2022, according to GD no. 640/2017 for the approval of the program for schools of Romania in the period 2017-2023 and for establishing the budget for the implementationin the school year 2017 2018. The products are divided into 3 lots: lot 1, fruits and vegetables; Lot 2, milk and dairy products; lot 3, bakery products, these products being provided on the basis of subsequent contracts that will be concluded annually. The framework agreement will include 3 consecutive contracts per year for each type of product (bakery, dairy and vegetables / fruit)over the entire 4-year framework agreement, as described in the specifications. Frequency and ... details on www.e-licitatie.ro

Main Site: School schools for state and private education authorized / accredited by the Ministry of National Education of Constanta County, according to Annex 2 of the specifications.

Fruits and vegetables which can be distributed are: apples, pears, grapesmeat, prunes, carrot, pasturage, radish celery, red beet, pepper, fresh cucumbers, according to the quantities and technical specifications published in the published specifications

Minimum / maximum frame rate: 19 283 440 porters pre-school / 23 140 128

Minimum / maximum frame rate: 10 614 737, 61 RON / 12 737 685, 14 RON.

Minimum / maximum contract amountt: 4 820 860 servings / 5 785 032 servings

Minimum / maximum contract value: 2 653 684, 40 RON / 3 184 421, 28 RON

Note:

Estimates of the minimum and maximum quantities that may be requested throughout period of the framework agreement and those that may be the subject of a single subsequent contract, of those to be awarded during the duration of the framework agreement, can be found in the Annexes to thetaskbars. These will be updated according to the attendance of the beneficiaries of the courses by categories of students in schools and kindergartens.

Tenderers, associate bidders, supportive third parties and subcontractors must not find themselves in the situations provided by art. 164, 165, 167 of Law no. 98/2016 on Public Procurement.

Mode of accomplishment: DUAE will be filled in-according to the provisions of art. 193 par. (1) of the Law no. 98/2016 on public procurement, as subsequently amended and supplemented, by the economic operators participating in the award procedure with the information related to their situation. The DUAE will include information on: supporting third parties, associates and subcontractors, in accordance with the provisions of art. 183, 170 para. (3) and 193-195of Law no. 98/2016. • The supporting documents, updated, proving the fulfillment of the assumed by completing the DUAE, shall be submitted at the request of the contracting authority, by the bidders placed on the first three places, as a result of the result obtained after the completion of the electronic auction . These documents may be: a) Certification(b) The judicial record of the respective economic operator and of the members of the management body of the company, as well as of the members of the administrative body, management or supervision of that economic operator or those having the power to represent themhas the decision or control within it, as it results from the certifying certificate issued by the ONRC / constitutive act, in accordance with art. 164 par. (2) of the Law no. C) where appropriate, 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, with modifications sd) Other editing documents, as appropriate.

If more than one economic operator participates in the award procedure, the fulfillment of the requirement is demonstrated by each individual economic operator.

Will be submitted with the filing of the DUAE the following documents: firm commitment of the supportive third party, which results in the actual manner in which it will materializeits subcontracting agreement and / or the association agreement, as the case may be. Failure to do so with the DUAE is a basis for requesting clarification of possible inaccuracies in the form of the information contained in the DUAE sections of both the bidder and the supporter / subcontractor, this being necessary to ensure the deployment of the coreof the award procedure.

Information for foreign legal persons: All economic operators participating in the award procedure (tenderers / associated tenderers / subcontractors / third-party supporters) will be added to the SOEs with the information that characterizes their situation. Foreign legal entities will present any enforceable documents on proof of eligibility. penthe non-resident bidders shall apply the provisions of art. 168 of Law no. 98/2016 on public acquisitions, with subsequent amendments and completions. The contracting authority reserves the right to request information directly from foreign competent authorities if it has uncertainty as to the existence or non-existence of a situation of exclusiondescribed above. Documents issued in a language other than the Roman language must be accompanied by authorized translations in the Romanian language. All documents submitted at the request of the contracting authority will be signed with an extended electronic signature and will be posted to the SEAP.

Requirement 2: Avoidance of conflict of interests

The tenderer / the associated tenderer / the subcontractor / the supporting party must not be presentis in a situation of conflict of interest and / or unfair competition, respectively situations referred to in art. 58 - 60 di ... details on www.e-licitatie.ro

The average bidder's global turnover is required for the last 3 years, namely: 2015, 2016, 2017. The global average turnover over the last 3 years, reported at the value of the largest subsequent VAT-free contract, must be at leastequal to: - for Lot 1 Fruit and Vegetables = 3, 184, 421.28 RON; - for Lot 2 Milk and dairy products = 7, 005, 726.83 RON; - for Lot 3 Bakery products = 7, 474, 024.07 RON;

The validity period of the offers 210 days (7 months) from the deadline for submission of tenders. Notes: a) The contracting authority has the right to request the bidders, in exceptional circumstances, beforehandthe expiration of the period of validity of the offer, the extension of this period. b) the tenderer has the obligation to communicate to the Contracting Entities if he or she does not agree to the extension of the period of validity of the offer. c) the bidder who disagrees with the extension of the offer's validity period is considered to have withdrawn its offer, without this losing the guaranteeparticipation. Language of the offer - Romanian. All certificates and documents issued in a language other than Romanian will be accompanied by their certified translation into Romanian. In case of notification or contestation, the provisions of Law no. 101 / 2016.

Considering that the contracting authority will sign the framework agreement only with economic operators andplaced in the 1st, 2nd, 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 the SEAP, the contracting authority will request the submission of new improved financial proposals (with 2 decimal places) and the economic operators will trsend their reply in a closed envelope, in which case the framework agreement will be awarded to the first three bidders who have the lowest price. If the commission finds that more than 2 admissible offers with equal prices have been submitted by the second rank bidders, the way they will be awarded will be by requesting enclosed enclosed new financial proposalse (with 2 decimal places) and the economic operators will send their answer, so that the bidder ranked first will not be affected, ie the new prop. financial position is not equal to or less than the ranked first place. If the new proposal. financial situation as a result of the request of the contracting authority, will influence the rankings of the higher places, it will not be takentaking into account the initial offer submitted in SEAP, to the procedure. If more than 2 admissible tenders with equal prices have been submitted by the third-placed bidders, the way they will be settled will be by requesting the filing in a closed envelope of a new improved financial proposal (with 2 decimal places), and op. economics will convey their response, astfthat the first and second place bidders are not affected, ie the new financial proposal will not be equal to or less than the first and second place bid. If the new prop. the improved financial burden presented as a result of the request of the contracting authority will influence the ranking of the I and II places, this will not be taken into account, keeping the initial offer-filed in SEAP, to the proceedings. Deadlines / dates for submission of new financial proposals will be communicated in the request submitted by the authority. Without prejudice to the provisions of Law no. 182/2002 on the information protection, classified and amended. ulter., op. economical. will specify in the submitted offer the information contained in the proposal. technical and financial proposal considerate to be confidential, classified, protected by an intellectual property right to the extent that the disclosure of such information would objectively prejudice the legitimate interests of the op. especially in terms of commercial secrecy and intellectual property
Internet address (URL): www.cjc.ro

Documents

 Tender Notice