JUDE?UL VASLUI 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 424306-2018, while the TOT Ref Number is 27221798. 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.: 27221798

Document Ref. No. : 424306-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : JUDE?UL VASLUI
Office Name: Jude?ul Vaslui
Address: Str. ?tefan cel Mare nr. 79
Town: Vaslui
Postal Code: 730168
Contact Point: Manolachi Petric?

Phone: +40 235361089
Fax: +40 235361091
Romania
Email :licitatie@cjvs.eu
URL :www.cjvs.eu

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, 15500000, 60000000, 15811000, 15500000, 60000000, 03222321
CPV Description: • Supply and distribution of apples, milk, dairy products and bakery products for preschool children in kindergartens with a normal 4 hours program of state authorized [..] .] details on www.e-licitatie.ro

Reference Number: 3394171/2018/3

Free Grant for Preschool in Kindergarten with Regular Program4 hours authorized / accredited and accredited state-owned schools and for pupils in the state and private primary and secondary education in Vaslui County, apple, milk and dairy products and bakery products up to a daily / preschool / pupil value. The daily limit value includes the full purchase price of the products, including value added tax, travel expensesnsport, distribution and storage, as appropriate. The assignment of the framework agreements is divided into lots:

Main Site: 1st grade schools, including preparatory classes and kindergartens in Vaslui county

Free provision for preschools in kindergartens with a normal 4-hour program of accredited / accredited private accredited state and for pupils in primary education and gimnational and private nazial of Vaslui county of milk and dairy products in the limit of a daily / preschool / pupil value. The daily limit value includes the full purchase price of products, including value added tax, transportation, distribution and storage costs, as appropriate. LOT 2 VASLUI County Milk and dairy products Minimum and maximum quantity estimateswhich might be required throughout the entire framework agreement; minimum quantities = 16.879.368 pieces and maximum quantities = 18.567.264 pieces

Frame Agreement: Minimum value: 13.503.494, 40 RON; Estimated maximum amount: RON 14, 853, 811.20 - Estimates of the minimum and maximum quantities that could be the subject of a single subsequent contract between those to be awarded during the framework agreementu; Minimum quantities: 455, 080 pieces and maximum quantities: 2, 138, 876 pieces

The value of the largest subsequent contract: 1, 711, 100.80 RON.

The bidders / The third parties / The subcontractors participating in the procedure must not find themselves in the situations provided by art. 164, art. 165 and art. 167 of Law no. 98/2016, with further amendments and additions

Required information and formalities hto assess compliance:

1. Failure to comply with the provisions of art. 164 of Law no. 98/2016 on public acquisitions, with subsequent modifications and completions - will be completed with DUAE,

2. Failure to comply with the provisions of art. 165 of Law no. 98/2016 regarding the public acquisitions, with the subsequent modifications and completions - the DUAE will be filled,

3. Failure to comply with the provisions of art. 167 from Legea nr. 98/2016 on Public Procurement, with subsequent amendments and completions - DUAE will be filled,

4. Failure to comply with the provisions of art. 59 of the Law no. 98/2016 regarding the public acquisitions, with the subsequent modifications and completions - it will be completed by the DUAE.

Incorporation in the situation stipulated in art. 60 of Law no. 98/2016, with subsequent modifications and additions, draws exclusionthe procedure for the award of the framework agreement. The declaration according to art. 60 of Law no. 98/2016, with the subsequent modifications and completions, will be presented by all the participants together with the filing of the DUAE.

The decision-makers involved in the procedure are:

Buzatu Dumitru chairman

Mariciuc Vasile vice president

Trifan Ciprian-Ionut vice president

County Councilors: AnghEluta Eduard, Branishev Sorin, Branici Gigi, Cain Dan-Liviu, Ciovnicu Costel-Catalin, Cazacu Eduard, Caciula Madalin-Claudiu, Closca Ionel, Croitoru Gheorghe, Dogaru Ciprian-Catalin, Dorin Emil, Iacob Liviu, Idriceanu Marioara, Iordache Viorel-Cornel, Maftei Nelu-Vasilica, Onu Maria, Placinta Gabriela, Plesu Gheorghe, Polak Mihaela-Simona, Pricop GhioPrisacaru Dan-Eduard, Puf Vasile, Stoichici Florin, Steimberg Eugenia, Stefanescu Constantin, Timofte Ana-Gabriela, Turcu Constantin, Veziteu Gheorghe.

Ursulescu Diana-Elena county secretary

Huides Manuela-Adriana Chief Executive Officer

Zurba Dorina Legal Advisor

Buhus Rodica Legal Advisor

Gache Cristina Counselor

Anton Aurel Deputy Executive Director

Tutuianu Mircea diDeputy Executive Rector

Palade Mariana counselor

Condrache Maghita councilor

Novac Leonid counselor

Chircu Mihaela executive director

Vieru Mariana executive director

Toma Catalin-Alexandru Deputy Chief Executive Officer

Besliu Marian chief architect

Popica Nelu counselor

Iacob Iulia counselor

Marin Diana counselor

Gherase Victory counselor

Sacaliuc Vlad counselor

Manolachi Petrica---Chief of Service

Mode of accomplishment:

All the economic operators participating in the award procedure (tenderers / associate tenderers / subcontractors / third-party supporters) will be added to the DUAE with the information that characterizes their capability. The contracting authority uses the electronic auction and will consider the request of the supporting documents as evidence of the informationuprinse in the DUAE, only bidders placed on the first three places, as a result of the result obtained after the electronic auction is completed.

These documents may be: a) Certificate of absence of debts related to the payment of taxes, duties or contributions to the general budget consolidated local budget, state budget, etc.) at the time of the presentation; b) The judicial record of the case(c) where appropriate, documents demonstrating that the economic operator may, in accordance with the law, have the power to represent, decide or control power within the organization, as evidenced by the certifying certificate issued by the ONRC; benefit from the derogations provided in art. 166 par. (2), art. 167 par. (2), art. 171 of Law no. 98/2016, as amended-and subsequent additions

d) other editorial documents, as the case may be

Apply once more on www.e-licitatie.ro

Average of the tenderer's global turnover for the last 3 years, respectively 2015, 2016 and 2017 must be at least equal to: Lot 1: 1, 890, 000 RON Lot 2: 1, 700, 000 RON Lot 3: 277, 000 RON Lot 4: 262, 000 RON Lot 5: 260, 000 lei

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

The DUAE document is available in electronic format via the online service, available free of charge by the European Commission, available at the following address: https: //ec.europa.eu/growth/toolsdatabases / ESPD / filter. The DUAE User Guide is available at www.anap.gov.ro - Notification no. 240 of June 28, 2016.

Considering as the authorthe contracting party will sign the framework agreement only with the economic operators placed 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 after completing the electronic auction, more than 2 admissible tenders were submitted / introduced in SEAP with equal prices to the 1st ranked bidders, the contracting authority(2 decimal places) and the economic operators will send their answer 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 following the completion of the electronic auction more than two admissible tenders have been submitted at equal pricesthe bidders will be placed in the closed envelope by new improved financial proposals (with 2 decimal places) and the economic operators will send their answer so that the bidder placed on the 1st place will not be the new financial proposal is not equal to or less than the ranked first place.

In the casein which the new financial proposal as a result of the request of the contracting authority will influence the rankings of the higher places, it will not be taken into account keeping the initial tender submitted to SEAP in the procedure. If the commission finds that following the completion of the electronic auction more than 2 admissible offers with equal prices have been submitted by the offerorranked third, the way of their classification will be made by asking for a new financial proposal to be deposited in closed envelope (with 2 decimal places), and the economic operators will send their answer, so that the first and second placed bidders not to be affected, ie the new financial proposal will not be equal or lower than the ranked I, respective II. If the new improved financial proposal submitted as a result of the request of the contracting authority influences the rankings of Sections I and II, this will not be taken into account, keeping the initial tender submitted to SEAP in the procedure. Deadlines / dates for submission of new financial proposals will be communicated in the request submitted by the contracting authoritynta.

Note The assignment of the subsequent contracts will be done with the resumption of the competition, by submitting an invitation to the re-offer, to the promising signatories of the framework agreement.

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 informationin the technical proposal and in the financial proposal considered to be confidential, classified, protected by an intellectual property right to the extent that the disclosure of such information objectively would prejudice the legitimate interests of the economic operator, in particular with regard to commercial secrecy and intellectual property
Internet address (URL): www.cjvs.eu

Documents

 Tender Notice