JUDE?UL GIURGIU has floated a tender for Contract notice: Bread products. The project location is Romania and the tender is closing on 31 Oct 2018. The tender notice number is 422022-2018, while the TOT Ref Number is 27188963. 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 : 31 Oct 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27188963

Document Ref. No. : 422022-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : JUDE?UL GIURGIU
Office Name: Jude?ul Giurgiu
Address: Str. Bucure?ti nr. 10
Town: Giurgiu
Postal Code: 080045
Contact Point: Diana Cristache

Phone: +40 372462643
Fax: +40 372462666
Romania
Email :achizitiipublicecjg@gmail.com
URL :www.cjgiurgiu.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
CPV Description: Bread products

Transport services (excluding Waste transport)

Providing bakery products for preschool children in kindergartens with a normal 4 hours program of accredited and accredited private accredited state and for students [...] details on www.e

Reference Number: 4938042 2018 PAAPD 1029420

Providing bakery products for preschool children in nursery schoolshad 4 accredited and accredited private accredited state schools and for primary and lower secondary and primary school pupils from Giurgiu County for Zone I Lot 1, Zone II Lot 2, Zone III Lot 3, Zone IV - Lot IV, Zone V Lot 5, Zone VI Lot 6, Zone VII Lot 7 in period 10.9.2018 19.6.2020

Main Site: LOT II - Zone 2 Adunatii Copaceni, Colibasi, Comana, Gostinari, Mihai Bravu, Singureni, Varasti, Valea Dragului

The object of the contract is the supply of bakery products for preschool children in kindergartens with a normal 4 hours program of accredited and accredited accredited state and also for pupils in primary and secondary education from Giurgiu county for the school years 2018 2020 - zone II of the Adunatii COpaceni, Colibasi, Comana, Gostinari, Mihai Bravu, Singureni, Varasti, Valea Dragului During the week a preschooler / student is given free of 5 portions of bakery products

Estimations of the minimum and maximum quantities that could be requested during the entire agreement -frame: minimum quantities = 44.668 pieces and maximal quantities = 283.864 pieces

Frame Rate: Minimum value: 600, 337.92RON; Maximum amount: EUR 670 225, 92 - Estimates of the minimum and maximum quantities that could be the subject of a single subsequent contract between those to be awarded during the duration of the framework agreement; minimum quantities: 1, 154, 496 pieces and maximum quantities: 1, 288, 896 units.

Value for the largest subcategory contract: 147, 609.28 RON. Participation guarantee 1, 475.84 lei

According to art. 3, aln. 1 from O.G. Nr. 13 of August 18, 2017 regarding the approval of Romania's participation in the European Union School Program The financial resources necessary for the implementation of the Romanian School Program are provided by the state budget from sums deducted from the value added tax distributed by counties and the municipality of Bucharest by annex to the annual budget laws and external fundsreimbursable by the budget of the Ministry of Agriculture and Rural Development from Title X "Grants financed from external non-reimbursable funds for the 2014-2020 financial framework", Article 58.13 "European Agricultural Guarantee Fund (EAGF)", representing financial support from the EAGF. "

Tenderers / Third Party / Subcontractors participating in the procedure must not be 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, as subsequently amended and supplemented - DUAE will be filled,

2. Failure to comply with the provisions of art. 165 ofLaw no. 98/2016 on public procurement, as subsequently amended and supplemented - DUAE will be filled,

3. Failure to comply with the provisions of art. 167 of Law no. 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 Law no. 98/2016 on public procurement, as amended and supplementedwill be replenished by the DUAE.

Incorporating the situation stipulated in art. 60 of Law no. 98/2016, as subsequently amended and supplemented, results in the exclusion of the bidder from the framework agreement award procedure. The declaration according to art. 60 of Law no. 98/2016, with subsequent modifications and additions, will be presented by all participants with the submission of the DUAE.the contracting authority, regarding the organization, carrying out and finalization of the award procedure are:

1. Marian Mina President

2. Corozel Lucian Vice President

3. Andronache Vasile Vice President

4. Gratianu Cristian County Administrator

5. Four Daniela Secretary of the county

6. Stanculescu Florentina Deputy Executive Director, Economic and Investment Direction

7.-Cioaca Daniela Executive Director, Legal Department and Public Procurement

8. Popescu Daniel Head of Service, Urban Planning and Spatial Planning

9. Ciobanu Vlad Cosmin Head of Service, Budget-Finance, Accounting

10. Burcea Daniela Chief Executive Officer, Logistics Department, Information Technology and

Hospitality Management

11. Mihaila Alin Head of Service, Logistics Service, Technology iInformation and Supply

12. Mardale Nicu Coordinator, Regional Development Compartment

13. Mrs. Lidia Doina Coordinator, Public Procurement Department

14. Olteanu Alina, legal adviser, budget-finance, accounting, commission member

15. Dragia Margareta Ofelia Lidia, counselor, budget, finance, accounting, commission member

16. Dragomir Florentina Counselor, Service buget, finance, accounting, committee membership

17. Cristache Diana, Public Procurement Service, Committee Chairmanship

Mode of accomplishment:

The DUAE will be filled in by all economic operators participating in the award procedure (tenderers / associate bidders / subcontractors / third-party supporters) with the information that characterizes their capacity. At the request of the contracting authority onlyon the first three places in the intermediate rankings drawn up at the end of the evaluation of the offers, after the unfolding of the electoral auction stage presented the supporting documents proving the fulfillment of the assumed by completing the DUAE. These documents may be: a) Certificate of absence of debts in respect of the payment of taxes, duties or contributionsto the consolidated general budget (local budget, state budget, etc.) at the moment of presentation; b) the judicial record of the economic operator or of the persons having the power of representation, decision or control within it, as it results from the certificate (c) where applicable, documents demonstrating that the economic operator may benefit from thetion of the derogations provided for in 166 par. (2), art. 167 par. (2), art. 171 of Law no. 98/2016, with subsequent amendments and completions; d) other editorial documents, as the case may be.

The following documents will be filed with the DUAE submission: ... details on www.e-licitatie.ro

CERINTA nr. 1: The average of the bidder's global turnover over the past 3 years must be at least-equal to; Lot I - 225.000 RON, Lotul II - 180.000 RON, Lotul IV - 200.000 RON, Lotul V - 150.000 RON, Lot VI - 200.000 RON, Lotul VII - 150.000 RON

The awarding documentation is displayed in SEAP, www.e-licitatie.ro. The DUAE document is available in electronic format via the o servicenline, made available free of charge 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 ecomomic operators placed in 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 they were deputymore than 2 admissible tenders with equal prices to tenderers ranked 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 a closed envelope, in case which framework agreement will be awarded to the top 3 bidders with the lowest price. If the commission-finds that more than two admissible tenders with equal prices have been submitted by the second rank bidders, the way of their distribution will be made by requesting enclosed new improved financial proposals (with 2 decimal places) and the economic operators will send their response so that the bidder ranked first is not affected, ie the new proposal-the financial position is not equal to or less than the ranked first place. If the new financial proposal improved as a result of the request of the contracting authority will influence the rankings of the top positions, this will not be taken into account, keeping in mind the initial bid submitted in the SEAP to the procedure. If the commission finds that more than 2 offers have been submitted a(3 decimal places) and the economic operators will send their answer, so that the tenderers who have been awarded the contract will have the opportunity to submit a new financial proposal (2 decimal places) the 1st and 2nd place are not affected, respectively the new financial proposal will not be equal or lessthan the first place and II. If the new improved financial proposal submitted as a result of the request of the contracting authority will influence the rankings 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 proposals will be communicated in the requesttransmitted by the contracting authority.

Without prejudice to the provisions of Law no. 182/2002 on the protection of classified information, with subsequent modifications and completions, the economic operator shall specify in the submitted offer the information contained in the technical proposal and in the financial proposal considered to be confidential, classified, protected by a proprietary intellectual property rightto the extent that the disclosure of such information would objectively prejudice the legitimate interests of the economic operator, particularly as regards commercial secrecy and intellectual property.

We mention at the section on additional information those which can no longer be inserted because of technical restrictions
Internet address (URL): www.cjgiurgiu.ro

Documents

 Tender Notice