CONSILIUL JUDE?ULUI PRAHOVA, DIREC?IA SERVICII ?I ACHIZI?II PUBLICE has floated a tender for Contract notice: Bread products. The project location is Romania and the tender is closing on 22 Oct 2018. The tender notice number is 405150-2018, while the TOT Ref Number is 26866594. 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 : 22 Oct 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 26866594

Document Ref. No. : 405150-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : CONSILIUL JUDE?ULUI PRAHOVA, DIREC?IA SERVICII ?I ACHIZI?II PUBLICE
Office Name: Consiliul Jude?ului Prahova, Direc?ia Servicii ?i Achizi?ii Publice
Address: Bulevardul Republicii nr. 2-4, jude? Prahova
Town: Ploie?ti
Postal Code: 100066
Contact Point: Robert Adrian St?nescu

Phone: +40 244514545
Fax: +40 244511611
Romania
Email :achizitii@cjph.ro
URL :www.cjph.ro

Tender Details

Object of the contract
Bread products

Description: Contract notice: Bread products

Authority Type: Other
Contact Nature: Supplies
Procedure: Open procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 15811000, 15811000, 60000000, 15811000, 60000000, 03220000, 15500000
CPV Description: • Supply and distribution of fruit, milk, dairy products and bakery products to primary and secondary state and private primary and secondary school pupils, as ... details on www.e-licitatie.ro

Reference Number: 2842889/2018/102

Providing and distributing fruit, milk, products-dairy products and bakery products for pupils in primary and secondary state and private schools, as well as for preschools in state and private kindergartens with a normal 4-hour program for 2 school years, 2018 2020, from Prahova County, according to the data sheet, specifications, model forms, framework agreement model and subsequent contract, school table and garden tablePrahova county

Main Site: Private and state schools and kindergartens in Prahova County

Free provision for preschoolers in kindergartens with normal 4-hour program of accredited / accredited and accredited private schools and for pupils in primary and secondary education state and particular of bakery products, within the daily / preschool / pupil value. Value limit-the daily price includes the full purchase price of the products, including VAT, transportation, distribution and storage costs, as the case may be.

Bakery products accepted by the contracting authority according to the specifications are horn or stick and dry biscuits.

Estimates of the minimum and maximum quantities that may be required for the entire needleorder frame: minimal quantity = 24, 965, 355 units and maximum quantities = 25, 695, 540 units

Frame Rate: Minimum value = 12, 981, 984.60 RON, maximum value = 13, 361, 680.80 RON.

Estimates of minimum quantities and maxima that may be the subject of a single subsequent contract, of the following to be awarded during the duration of the framework agreement: minimum quantities: 12 119 130 pieces and maximum quantitiesme: 13, 216, 350 units

Value of the largest subsequent contract: 6, 872, 502.0 RON.

The bidders, the supporting third parties and the subcontractors must not find themselves in the situations provided by art. 60, 164, 165, 167 of Law no. 98 / 2016.

Incorporation in the situation provided by art. 60 of Law no. 98/2016, with subsequent modifications and additions, results in the exclusion of the bidder from the atrial procedureThe list of decision-makers regarding the organization, running and finalization of the awarding procedure within the meaning of the mentioned article are the following:

- Toader Bogdan Andrei - President,

- Sfirloagă Ludmila - Vice-president,

- Patrascu Vasile - Vice President,

- Bigiu Hermina Adi - Secretary of Prahova County,

- Ionescu Fabioara - County Administrator,

--Dorin Maria - Executive Director Economic Director,

- Grecu Eliza - Deputy Executive Director Economic Director,

- Barbălată Livia - Executive Director Patrimonial Directorate,

- Tinca Alina Georgiana - Executive Director Legal Division of Contentious and Public Administration, - Alecu Ion, Duricu Mihaela Vasilica - Legal Advisers,

- Brinzoi Ruxandra - Economic Director,

- Stănescu Robert Adrian - Deputy Executive Director Public Services and Procurement Directorate, - - Andron Alexandru - Chief of Public Services and Public Procurement Department,

- Tanase Florin, Berteanu Vasile - Advisor to the Public Services and Acquisitions Department,

- Filote Dana, Petcu Madalina Rozalia - counselors Patrimoniu Directorate,

- Petre Sorin Constantin - Economic Director Advisor

- Presentation Certificate of Attestation(in the case of an association, each associate is required to submit this form), the taxpayer's tax, and the other local budget revenues - issued by the mayoralty, stipulating that the bidder has no overdue debts at the time of the presentation

- Certificate of fiscal attestation issued by the tax administration body of the unitadministrative territorial unit within which the company has its registered office, regarding the payment to the general consolidated budget - type forms issued by the competent bodies in the country, showing that it has no overdue debts at the moment of presentation (in case of an association, each associate is obliged to submit this form.)

Regarding the requirement for tax certificates, economic operatorsforeigners may present any editorial documents issued by the competent authorities of their country of residence in order to prove the fulfillment of the due taxes due to the state budget and the local budget in accordance with the legislation of the country of residence. through which the fulfillment of the requirements can be demonstrated: the DUAE will be completed by-the economic operators participating in the award procedure, with the information related to their situation

The following documents will be submitted with the DUAE by all the participants: the firm commitment of the third supporter, which will show the effective manner in which its support will materialize, the subcontracting agreement and / or the association agreement, as appropriate, in accordance with the provisions of art.-182 par. (3), (4) and (5) and art. 183 of Law no. 98/2016, with subsequent modifications and completions, as well as the Declaration according to art. 60 of Law no. 98/2016, with subsequent modifications and additions.

The failure to submit them with the DUAE is the basis for requesting clarification of any inaccurate form of information contained in the DUAE sections, The supporting documents proving the fulfillment of the assumed by completing the DUAE are to be submitted, at the request of the contracting authority, only by the tenderers / tenderers and the subcontractor / third supporter, this being necessary to ensure the proper conduct of the award procedure. ranked in the top three places in the intermediate standings i... more on www.e-licitatie.ro

Requirement 1: The average of the tenderer's global turnover for the last 3 years, respectively 2015, 2016, 2017, must be at least equal to:

- For Lot 1 - Bakery products: 6 872 000 RON,

- For Lot 2 - Milk and dairy products: 6 343 000 RON,

- For Lot 3 - Fruit: 2 907 000 RON.

Documentation ofthe award is displayed in SEAP, www.e-licitatie.ro

The DUAE document is available electronically through the on-line service, available for free by the European Commission, available at https: //ec.europa : eu / growth / toolsdatabases / espd / filter

Considering that the contracting authority will sign the framework agreement only with the economic operators located on the 1st, 2nd, III, as the case may be, the way of ranking the offers with equal prices will be as follows:

1) If the commission finds that more than 2 admissible tenders with equal scores have been deposited / introduced in SEAP I, the contracting authority will request the submission of new improved financial proposals (with 2 decimal places) and the economic operators will send the answeror in a closed envelope, in which case the framework agreement will be awarded to the first three bidders who have the highest score; 2) If the commission finds that more than 2 admissible tenders with equal scores have been submitted by the ranked bidders in the second place, the way of their classification will be made by requesting enclosure in enclosed envelopes of new improved financial proposals (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 financial proposal will not be equal to or lower than the first ranked bid. If the new financial proposal, improved as a result of the Contracting Authority's request, will influence the rankings of the higher seats, this will not be taken into account• If the commission finds that more than 2 admissible offers with equal scores have been submitted by the third-placed bidders, the way of their classification will be by requesting enclosed envelopes with new improved financial proposals (by 2 decimal places), and economic operators will transmitso that the bidders placed on the 1st and the 2nd place will not be affected, respectively the new financial proposal will not be equal or lower than the first and second place offer. If the new financial proposal, improved as a result of the request of the contracting authority, will influence the rankings of Sections I and II, it will not be taken into account, keeping an offerThe contracting authority will conclude a framework agreement for each lot with a maximum of 3 economic operators. The deadline for submitting the new financial proposals will be communicated to the contracting authority. For each lot will conclude a subsequent contract by resuming the competition, with the economic operators whose offersare admissible and are placed on the 1st, 2nd and 3rd place. If there are no 3 economic operators with admissible offers, the framework agreement will be concluded with 2 economic operators. In case there are no 2 economic operators with admissible offers, the framework agreement will be concluded with 1 economic operator.

The economic operators who submitted the joint offer and rank on the 1st, 2nd and 3rd place-prior to signing the contract, will present the legalized association agreement
Internet address (URL): www.cjph.ro

Documents

 Tender Notice