JUDE?UL BRA?OV has floated a tender for Contract notice: Dairy products. The project location is Romania and the tender is closing on 29 Oct 2018. The tender notice number is 415639-2018, while the TOT Ref Number is 27074415. 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: Dairy products

Deadline : 29 Oct 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27074415

Document Ref. No. : 415639-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : JUDE?UL BRA?OV
Office Name: Jude?ul Bra?ov
Address: Str. Eroilor nr. 5
Town: Bra?ov
Postal Code: 500007
Contact Point: Boboc Daniela Anca

Phone: +40 754073237

Romania
Email :daniela.boboc@judbrasov.ro, investitii@judbrasov.ro
URL :www.judbrasov.ro

Tender Details

Object of the contract
Dairy products

Description: Contract notice: Dairy 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: 15500000, 03222321, 60000000, 15500000, 03222321, 60000000, 15811000, 15811300
CPV Description: Dairy products

Apples



Transport services (excluding Waste transport)

Bread products



Croissants

Providing and distributing fruit, milk and dairy products and bakery products to primary and secondary state and private primary and secondary school pupils [...] details on www.e-licitatie.ro

Reference Number: 4384150/2018 / P / 14

Free Grant to Preschools in Kindergartens with Program-Normally 4 hours of accredited and accredited private accredited state and for elementary and secondary primary and secondary school pupils and private fresh fruit and vegetables, milk and dairy products and bakery products within a daily / preschool / pupil limit. The daily limit value includes the full purchase price of the products, including VAT, transport costs, where appropriate.

Main Site: STATE SCHOOLS AND PRIVATELY IN CODLEA AREA ACCORDING TO ANNEX NO. 2 AT THE TAPE OF CHARGE

Supply and distribution of apples to pupils in primary and lower secondary education, as well as to preschools in state and private kindergartens with a normal 4-hour program in CODLEA ZONE, for 3 years: 2018 2019, 2019- 2020, 2020-2021, within the Romanian School Scheme. Estimates of minimum and maximum quantities that may be required throughout the entire framework agreement: minimum quantities = 495, 720 pieces and maximum quantities = 991, 440 pieces. Estimates of the minimum and maximum quantities which may be the subject of a single subsequent contract from those to be awarded for the duration of the contract- Maximum quantity: 330.480 pieces

- Minimum quantity: 165.240 pieces

Estimates of the minimum and maximum quantities that may be requested during the entire period of the framework agreement and of those which may be the subject of a single subsequent contract to be awarded during the duration of the framework agreement will be updated according to the attendance of the beneficiaries-products by category of pupils in schools and kindergartens

The requirement is mandatory for all lots.

Tenderers / Supporters / Subcontractors participating in the procedure must not be in the situations provided by art. 164, art. 165 and art. 167 of Law 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 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 - DUAE will be filled,

3. Failure to comply with the provisions of art. 167 of Law 98/2016 on public procurement, mod- completing the DUAE, - the way to be completed: - the DUAE will be filled in by all economic operators participating in the award procedure (tenderers / associated tenderers / subcontractors / third-party supporters) with the information that characterizes their capacity. At the request of the contracting authority only bidders ranked on the top three places in the rankingsprepared in the course of the electronic auction, will present the supporting documents proving the fulfillment of the undertaken by completing the DUAE. These 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 presentationb) the criminal record of the respective economic operator, or those who have power of representation, decision or control within it, as it results from the certifying certificate issued by the ONRC / constitutive act; c) as the case may be, documents demonstrating that the economic operator may benefit from the derogations provided for in Art. 166 par. (2), art. 167 par. (2), art. 171 ofLaw 98/2016, as subsequently amended and supplemented; d) other editing documents, as appropriate. The classification in the situation provided 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, as amended and supplemented, will be presentby all participants with the submission of the DUAE Form 3.

The persons holding decision-making positions within the contracting authority regarding the organization, conduct and finalization of the award procedure, ie all persons who approve / sign documents issued in connection with or for the award procedure, including the persons approving the budget of the contracting authority, necessary for the financing of public procurement contracts, are:

President: Adrian-Ioan Veştea, Vice-President Gabor Alexandru Adrian, Public Administrator Gligoras Daniel, Vice-President Toaso Imelda, Ex Executor DDJSP Pascu Mihai, Ex Ecard Director Agafitei Gabriela,, Secretary Dumbraveanu Maria; Dir Ex DAC Radu Andreea; Dir. Ex. Dir. Management Projects Nicolae Săcuiu; Chief of Service A.P. Boboc Daniela, Head of LIIDJ Bran Bran Carmen, Chief Legal Officer of Mone Mariana County Councilors: Nicoara Lucian Florin, Dontu Mihai Aurel, Dragutu Ionuţ, Dragos Romulus, Dragoman Aurora, Dumitrescu Flavius, Anghel Robert-Ciprian, Enache Paul, Veştea Mihail, Brebeanu Gabriela-Ioana, Mareş Ioan, Kadas-Iluna Andrei-Marius, Fernolend Carolina, Iatan Adrian, Suciu Iosif, Spinean Ionel, Ungureanu Vasile, Sebeni-Comşa Mariana, Wittstock Eberhard Wolfgang, Soneeriu Mihaela-Georgiana, Kovacs Attila, Manea Ion, Petrereanu Dan Aurel Cornea Gheorghe Claudiu, Tanase Ionut, Mitric Radu Teodor, Szakal Andras-Zsolt, Băbuţă Claudiu, Noaghea Nelu Petre

The following documents will be deposited with the HUAA: the firm commitmentof the third party ... details on www.e-licitatie.ro

Requirement no. 1 The average of the bidder's global turnover over the last 3 years, 2015, 2016, 2017 respectively, must be at least equal to: 1, 923, 801.6 RON, excluding VAT for Lot I, 396, 576 RON, excluding VAT for Lot II, 691, 723, 2 RON, without VAT for Lot III, 521, 750.4 RON, without VAT for Lot IV, 590, 212.8 RON, VAT excluded for Lot V, 576, 096-RON, excluding VAT for Lot VI, 2.084.118, 4 RON, without VAT for Lot VII, 429.624 RON, without VAT for Lot VIII, 749.366, 8 RON, without VAT for Lotus IX, 565.229, 6 RON, VAT excluded for Lot X, 639, 397.2 RON, VAT excluded for Lot XI, 624.104 RON, VAT without VAT for Lot XII, 881.742, 4 RON, VAT not included for Lot XIII, 181.764 RON, VAT without VAT for Lot XIV, 317.039, 8 RON, VAT excluded for Lot XII Lot XV, EUR 239, 135.6, excluding VAT for Lot XVI, 270, 514.2 RON, VAT not included for Lot XVII, 264.044 RON, without VAT for Lot XVIII

The awarding documentation is displayed in SEAP, www.e-licitatie.ro. The DUAE document is available electronically through the online service, available free of charge by the European Commission, available at https://ec.europa.eu/growth/toolsdatabases / ESPD / filter.

1. 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. If the commission finds that more than 3 admissible tenders with the same rank for the first ranked bidders have been submitted / entered into SEAP, the 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 with the highest score. If the commission finds that more than 2 admissible tenders with scoring have been submitted by the second ranked bidders, the way of their classification will be made by requesting enclosed new implied financial proposals (by 2 decimal places) and the economic operators will send their answer so that the first ranked bidder is not affected, ie the new financial proposal not to be equal or lower than the ranked first place. If the new financial proposal-improved upon the request of the contracting authority, will influence the rankings of the higher places, this will not be taken into account, keeping the initial bid submitted in the SEAP in the procedure. If the commission finds that more than 2 admissible tenders with equal scores have been submitted to third-placed bidders, the way they will be awarded will be madein a closed envelope submission of a new improved financial proposal (with 2 decimal places) and the economic operators will submit their response so that the first and second-placed bidders are not affected, ie the new financial proposal will not be equal or lower than the ranked I and II respectively. If the new financial proposal improves the presencefollowing 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 request sent by the contracting authority.

2. Without prejudice to the provisions of Law no. 182/2002 regarding prothe 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 an intellectual property right insofar as, objectively, the disclosure of such information would prejudice the legitimate interests ofto the economic operator, in particular as regards commercial secrecy and intellectual property. In order to view the awarding documentation uploaded in SEAP, economic operators must have a program required to view the electronically signed files (this program being available free of charge on the websites of the electronic signature providers). According to the provisions of art.193of Law 98/2016, it is obligatory to complete the DUAE for all participants in the procedure (tenderers, associate tenderers, third parties, subcontractors), the confirmation documents being submitted only by the bidder ranked first in the ranking of the tender evaluation. In the bid evaluation process, we will consider declining an offer inthe situation in which the bidder fails to submit DUAE - art.104, paragraph 3 in conjunction with art.60 / HG 395/2016 and art. 137 paragraph 2 letter b / HG 395/2


Internet address (URL): www.judbrasov.ro

Documents

 Tender Notice