CONSILIUL JUDE?EAN DOLJ has floated a tender for Contract notice: Bread products. The project location is Romania and the tender is closing on 21 Nov 2018. The tender notice number is 458686-2018, while the TOT Ref Number is 27796740. 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 : 21 Nov 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27796740

Document Ref. No. : 458686-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : CONSILIUL JUDE?EAN DOLJ
Office Name: Consiliul Jude?ean Dolj
Address: Calea Unirii nr. 19
Town: Craiova
Postal Code: 200585
Contact Point: Malo? Mihai

Phone: +40 251408200
Fax: +40 251408230
Romania
Email :achizitiicjd@cjdolj.ro
URL :www.cjdolj.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, 03222321, 60000000, 15811000, 03222321, 60000000, 15811300, 15511210, 15500000
CPV Description: The supply and distribution of fruit, vegetables, milk and dairy products and bakery products to pupils in primary and secondary school education state and ... details on www.e-licitatie.ro

Reference Number: 4417150.2018.14

Free provision for preschools in kindergartens with pa normal 4-hour accredited / accredited and accredited state-owned state-of-the-art elementary and gymnasium elementary school and fresh fruit and vegetables, milk and dairy and bakery products, up to a daily / preschool / student . The daily limit value includes the full purchase price of products, including value added tax, cThe main site: Kindergartens with a normal 4-hour program of accredited and accredited private accredited state and the school units from the state and private primary and secondary education in Dolj County. free of charge for preschool children in kindergartens with normal 4-hour program of state authorized / accredited and privateaccredited schools and pupils from the state and private elementary and secondary education in the Dolj county of apples, up to 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. The framework agreement will include 3 subsection contractsThe estimated schedule does not constitute a firm commitment on the part of the contracting authority regarding the expected dates for applying the award procedure, meaning that the proposed data is the intention of the contracting authority, starting from the assumption that there will be no unpredictable events / circumstances that do not have p- Lot 3 - Apples

Estimates of the minimum and maximum quantities that may be claimed during the whole of the framework agreement:

Framework agreement:

Min. Amount = 7, 306, 596 units and maximum quantity = 7, 728, 996 units

Minimum value: 4, 018, 627.80 RON without VAT; Maximum value: 4.250.947, 80 RON exclusive of VAT - Estimates of minimum and maximum quantities that may be the subject of a single subsequent contract of the three (three) to be awarded during the framework agreement:

Minimum quantity: 1.107.060 Piece and Quantity: 1.328.472 pcs

Value for the largest sub-contractor: 772.899, 60 RON without VAT.

Tenderers / Supporting Subjects / Subcontractors Partthe parties to the procedure must not find themselves in the situations provided by art. 164, art. 165 and art. 167 of Law 98/2016, as amended and supplemented.

Method of performance

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 the Act98/2016 on public procurement, as subsequently amended and supplemented - DUAE will be filled,

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

Incorporation in the situation provided by 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, as amended and completed, will be submitted by all participants with the submission of the DUAE (Form 4 will be completed).the names of the persons holding decision-making positions within the contracting authority, those with powers of representation from the ancillary service provider and those involved in the proceedings of the latter.

The decision-makers of the contracting authority, in terms of organizing, carrying out and finalizing the award procedure, are:

PRIOTEASA ION, VASILE DORIN COSMIN, BICA OANA CLAUDIA, BARBARASA GHEORGHE, DURLE DUMITRU COSMIN, DARAC AURELIA, BALUTA DANIELA, PAPPA DAN RADU ILIE, STOICA DAIANA, RADUCAN LARISA MIHAELA, AFTINESCU GABRIEL, UNGUREANU CRISTIAN AUREL. - county councilor - Dolj County Council:

NEATU BRECIUGA MIHAIL ADRIAN, SERBAN EMILIA, VADUVA FANEL, VIERU LAURENTIU GRIGORE, POPESCU MIHAELA, GIOANCA EUGEN, VELISCU CARMEN ALINA, PANTILIMON MARIUS COSMIN, VOICU CLARA, MARIN MARIAN VIOREL, CIOCOIU CRISTINA MARIA, NICOLA TEODOR ALIN, SCARLATESCU LUCIAN CRISTIAN, NITA RODICA, CALOTA SABINA, MATEITA CONSTANTIN OVIDIU, OPRAN ALEXANDRU, CALARASU DANIEL, DRIGNEI DANIEL, PASCULESCU VETA, IVANOVICI LAURENTIU, CALIN COSMIN PETRUT, GIDAR ALEXANDRU, MARGARIT DORIN CONSTANTIN, BREZNICEANU ALEXANDRU, BĂDEA MARIAN, LUICA DOREL, IARINE MARIAN IOAN, NEAGOE OLIMPIA, PANAIT GABRIELA ANCA, ROSCA MARIAN OVIDIU, SOARE MIHAI, TANCIU CONSTANTA COCA, SREA MIHAI MARIAN

Modality of completion:

The DUAE will be filled by all the participating economic operators to the award procedure

(tenderers / associated tenderers / subcontractors / third-party supporters) with the information characterizing-their capacity. At the request of the contracting authority, only the bidders placed on the first 3 places in the intermediate rankings drawn up at the completion of the evaluation of the tenders shall present the supporting documents proving the fulfillment of the assumed ones by completing the DUAE. These documents may be: a) Certificate of absence of debts in respect of the payment of taxes, duties orof the contributions to the consolidated general budget (local budget, state budget, etc.) at the moment of presentation; b) The judicial appraisal of the economic operator, or those having the power of representation, decision-making or control within it; as evidenced by the certifying certificate issued by the ONRC / instrument of incorporation; c) where appropriate, documents demonstrating that the operatoreconomic benefits may benefit from the derogations provided for in Art. 166 par. (2), art. 167 par. (2), art. 171 of Law 98/2016, as subsequently amended and supplemented; d) other editorial documents, as the case may be

The following documents shall be filed with the filing of the DUAE: the firm commitment of the supporting third party to the ... details on www.e- licitatie.ro

Requirement no. 1 Average global turnover of the bidderfor the last 3 years, 2015, 2016, 2017, respectively, must be at least equal to the estimated value of the largest subsequent contract for each lot, namely: - for LOT 1 - 1, 826, 853.60 RON - for LOT 2 - 1, 686 .326, 40 RON - for LOT 3 - 772, 899, 60 lei

The awarding documentation is displayed in SEAP, www.e-licitatie.ro. The DUAE document is available electronically through thevia the online service, 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 economic operators placed on the 1st, 2nd and 3rd place, as the case may be, the way of bidding with equal prices will be as follows:

1) In case of commissionto find out 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 send their answer in closed envelope, in which case the framework agreement will be awarded to the first three bidders with 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 of their classification will be made by applying for enclosed envelopes of new improved financial proposals (by 2 decimals) and the economic operators will send their answer so that the bidder ranked I is not affectedor the new financial proposal is not equal to or less than the rank placed on the 1st place. If the new financial proposal that is improved 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, the initial tender submitted to SEAP, to the proceedings; 3) If the commission finds thatmade more than 2 admissible tenders with equal prices by the third-ranked bidders, the way they will be allocated will be by requesting the filing of a new improved financial proposal (with 2 decimal places) in closed envelope and the economic operators will send the answer so that the first and second-placed bidders are not affected, ie the new financial proposalnot to be equal to or less than the ranked I and II respectively. 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 arewill be communicated in the request sent 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 included in the technical proposal and in the financial proposal considered to be confidential, classified, protected by a-intellectual property rights to the extent that the disclosure of such information would objectively prejudice the legitimate interests of the economic operator, in particular as regards commercial secrecy and intellectual property.
Internet address (URL): www.cjdolj.ro

Documents

 Tender Notice