JUDE?UL MARAMURE? (CONSILIUL JUDE?EAN MARAMURE?) has floated a tender for Contract notice: Bread products. The project location is Romania and the tender is closing on 26 Oct 2018. The tender notice number is 411605-2018, while the TOT Ref Number is 27015150. 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 : 26 Oct 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27015150

Document Ref. No. : 411605-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : JUDE?UL MARAMURE? (CONSILIUL JUDE?EAN MARAMURE?)
Office Name: Jude?ul Maramure? (Consiliul Jude?ean Maramure?)
Address: Str. ?incai Gheorghe nr. 46
Town: Baia Mare
Postal Code: 430311
Contact Point: Serviciul Achizi?ii Publice

Phone: +40 262214659
Fax: +40 262215597
Romania
Email :achizitii@maramures.ro
URL :www.cjmaramures.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, 15811000, 60000000, 15811000, 60000000, 03222321, 15511210
CPV Description: (Apples), dairy products - UHT milk and bakery products within the School Program of Romania, for preschools in kindergartens [. ..] details on www.e-licitatie.ro

Reference Number: 3627315_2018_PAAPD 1026449

Free free of charge for kindergarten pre-school with a normal program of 4 hourslicensed / accredited and particulary state and for pupils in the primary and secondary gymnasium and fresh fruit and vegetable parts, milk and pancake products within a daily / preschool / pupil limit. The daily limit value of the full purchase price of the product included VAT, transit, distribution and deposit, as the case may be. Provide UHT milk, fruit-apple and prod panif in schools and gardens, for the years 2018-2022, in the framework of the School Progr of Romania, in the county of MM, is divided into mm lots, as follows: Lot 1 - Zone 1 (Jud. MM) C UHT milk, Lot 2 - Zone 1 Fruit Apples, Lot 3 - Zone 2 (Sighetu Marmatiei-Tisa-Mara) C prod panif, Lot 4 Zone 3 (Borsa-Valea Vişeului Valea Izei) -C Prodaval, Lot 5 - Zone 4 (Tg Lăpuş-Baia Sprie-Copalnic Mănăştur-Baia Mare-Seini) C prod panific, -Lot 6 Zone 5 (Chioar-Codru) C prod panific.

Main Site: State and private educational school units authorized / accredited by MECTS in Maramures county (according to Table - school units attached to SEAP) - zone 3 - Borsa - Valea Vişeului - Valea Izei

Free of charge for preschools in kindergartens with normal 4 hours program of authorized / accredited and accredited state for pupilsfrom elementary and secondary elementary education and from private bakery / hay bakery products with dry biscuits / pretzels in the limit of a daily / preschool / pupil value. The Daily Value Limit includes the full purchase price of products, including VAT, transportation, distribution and storage costs, as applicable. Within Lot 4, the Panific product will be delivered and distributedand / or whey / bag alternatively with biscuits / pretzels, whole meal without added sugar or sweeteners and other food additives. No matter what type of product, the portion will have 80 grams. For diversification, the whole flour used in the preparation of bakery products may contain mixtures of seeds (sunflower, pumpkin, sesame, in and / or poppy). In this respect, the bidder has athe obligation to attach to the proposed technical datasheets of the product, or other relevant documents held by the manufacturer, from which the technical specifications required in the tender specifications will appear. Lot 4 Area 3 Horn / Alcohol Bakery / Dried Biscuits Bakery: Estimates of the Min and Max that may be required throughout the entire frame agreement: quantity min = 1.827.000 pcs and max quantity = 7.395.000 pcs. Frame agreement: Val min: 950.040 RON; Valuable max: 3.845.400 RON.Estimates of the minimum and max quantities that could be subject to only one sub-account of those that are to be assigned during the duration of the framework agreement; Minimum quantity: 1, 827, 000 pcs and max. quantity: 1, 848, 750 pcs.Val of the largest following contrar: 961, 350 RON. Note: The framework agreement will include 3 successive contracts-per year for each batch and for the entire period of the 4-year framework agreement. The estimated calendar does not constitute firm commitment from the AC. The amounts will be updated according to the attendance of the beneficiaries.

Bidders / Supporters / Subcontractors participating in the procedure should not be in the situations provided by art. 164, art. 165 and art. 167 of Law no. 98/2016, with modificationsdetails and completions

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

1. Failure to comply with the provisions of art. 164 of Law 98/2016 on Public Procurement, as subsequently amended and supplemented - DUAE will be filled,

2. Failure to comply with the provisions of art. 165 of Law 98/2016 on Public Procurement, as subsequently amended and supplemented - vcomplete DUAE,

3. Failure to comply with the provisions of art. 167 of Law 98/2016 on Public Procurement, as subsequently amended and supplemented - DUAE will be filled,

4. Failure to comply with the provisions of art. 59 of the Public Procurement Act 98/2016, as subsequently amended and supplemented - the DUAE will be filled in.

Incorporation in the situation stipulated in art. 60 of Law no. 98/2016, as amendedand subsequent additions, results in the exclusion of the tenderer from the framework agreement award procedure. The declaration according to art. 60 of Law no. 98/2016, with subsequent amendments and completions, will be submitted by all participants with the submission of the DUAE.

The persons holding decision-making positions within the contracting authority and those involved in the awarding procedure are: ZeteaGabriel Valer - President; D-ncuş Ioan Doru Vice-President; Moldovan George Dumitru - Vice-President; Todoran Aurica - Secretary of the county; Dumitru Dumuţa - Public Administrator; County councilors: Ambrus Emil, Anghel Cristian, Ardelean Teodor, Barlea Gheorghe, Beuca Ioan, Boendi Gyoengyike, Bota Calin Ioan, Buda Ioan, Cerneştean Mihai Felician, Cheudan Ion, Coman Ioan Radu, Koekenyesdi Mihaand Stefan, Kovacs Francisc Marinel, Lazar Doru Alexandru, Marian Gheorghe, Mihali Anişoara Iulia, Mişulec Nicoale, Moga Liliana Reghina, Muntean Emil Vasile, Mureşan Claudiu Iulian, Orza Doru, Pop Călin Ştefan, Pop Mihai Sorin, Sas Ioan, Stauder Rudolf, Sunea Sorin, Timis Gica, Varga Cornel, Vlad Sorin Ilie, Grad Gheorghe; Petruţ Adriana Maria - Executive Director, Direceconomic and patrimonial matters; Şpan Vasile Executive Director, Technical Department; Breban Claudia Executive Director; Project Development and Implementation Directorate; Dragoş Ioan Executive Director, Legal Division and Public Administration; Lucia Corui Head of Service, Legal and Contentious Service; Mariana Coralia Cozma Inspector, Ionela Florea - Counselor, Legal Department and Administration PubLica Procurement Service: Zaharia Ana, Chief of Service, Counselors: Dialogue Maria, Stan Camelia, Ciubotaru Cristian Claudiu, Ticală Bogdan Ioan, Roman Răzvan Cosmin, Daniela Kadar

The way of accomplishing:

The DUAE will be completed by all the economic operators participating in the award procedure (tenderers / associate tenderers / subcontractors / third-party supporters) with the informationtheir capacity. At the request of the contracting authority, only the bidders placed on the first three places in the interim ranking drawn up after applying the award criterion, respectively after the application of the electronic auction stage, according to art. 196 par. (2) of the Law no. 98/2016, will present the supporting documents proving the fulfillment of the undertaken by completing the DUAE. Acesthe documents may be: a) Certificate of absence of debts regarding the payment of taxes, duties or contributions to the general consolidated budget (local budget, state budget, etc.) at the moment of presentation; b) The judicial record of the economic operator, or those who have power of representation, decision-making or control within it, as evidenced by the certificate(c) where appropriate, documents demonstrating that the economic operator may benefit from the derogations provided for in Art. 166 ... details on www.e-licitatie.ro

Minimum information and / or level (s) needed to evaluate compliance with the above requirements Requirement no. 1 Average of the tenderer's global turnover over the last 3 years, respectively 2015, 2016, 2017 must be at least equal to 3.805.987, 20 RON for lot 1, with 1, 744, 411 RON for lot 2, 699, 155.6 RON for lot 3, with 961, 350 RON for lot 4, with 1, 872. 577.2 RON for lot 5, with 590.070 RON for lot 6.

Award documentation is displayed in SEAP, www.e-licitatie.ro

DUAE document is available in electronic format via onl serviceavailable free of charge by the European Commission, available at https://ec.europa.eu/growth/toolsdatabases/espd/filter.If the AC will only sign the framework agreement with operations located on place I, II, III, 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 of the SEAP have been filed / entered(2 decimal places), and OPs will send their reply in closed envelope, in which case the framework agreement will be awarded to the first three bidders which have the lowest price. If the commission finds that more than two admissible offers with equal prices have been submittedby the bidders placed on the second place, the way of their classification will be made by requesting the filing of enclosed envelopes of new improved financial statements (with 2 decimal places) and the oper ations will send their answer, so that the bidder ranked no. either the new financial prospectus is not equal to or less than the ranked first place. If the new-the financial improvement as a result of the CA request will influence the rankings of the higher places, this will not be taken into account, keeping the initial bid submitted in SEAP, the procedure. If the commission finds that more than 2 admissible tenders have been submitted with equal prices by the third-placed bidders, the way they will be settled will be made by the applicant(2 decimal places) and the Operations will send their reply so that the first and second place bidders will not be affected, ie the new financial prospect will not be equal or higher smaller than the first place and II. If the new improved financial statement presented as a result of the CA request will influencethe ranking of Sections I and II, this will not be taken into account, keeping the initial bid submitted in the SEAP in the procedure. Deadlines / dates for submission of new financial statements shall be communicated in the request sent by the CA. 182/2002 on the protection of classified information, with modifi cation and completeness, will specify in the submitted offer thatthe information contained in the technical proposal and in the financial statement 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 the operation, in particular as regards commercial secret and intellectual property
Internet address (URL): www.cjmaramures.ro

Documents

 Tender Notice