CONSILIUL JUDE?EAN SUCEAVA has floated a tender for Contract notice: UHT milk. The project location is Romania and the tender is closing on 03 Sep 2018. The tender notice number is 333894-2018, while the TOT Ref Number is 25475903. 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: UHT milk

Deadline : 03 Sep 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 25475903

Document Ref. No. : 333894-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : CONSILIUL JUDE?EAN SUCEAVA
Office Name: Consiliul Jude?ean Suceava
Address: Str. ?tefan cel Mare nr. 36
Town: Suceava
Postal Code: 720026
Contact Point: Adrian Gr?dinaru

Phone: +40 230222548
Fax: +40 230222839
Romania
Email :achizitii@cjsuceava.ro
URL :www.cjsuceava.ro

Tender Details

Object of the contract
UHT milk

Description: Contract notice: UHT milk

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: 15511210, 03222321, 60100000, 63110000, 15511210, 03222321, 60100000, 63110000, 15811000, 15811300, 15820000
CPV Description: UHT Milk

Apples



Cargo handling services



Cargo handling services

Bread products



Croissants



Rusks and biscuits; preserved pastry goods and cakes

Free donation to preschools in kindergartens with a normal 4-hour kindergarten program of accredited and accredited state and for accredited private students and for pupils in the teacher ... details on www.e-licitatie.ro

Reference Number: 17479

Free Grant forat preschool in kindergartens with a normal 4-hour program of accredited and accredited private accredited state, and for pupils in primary and state secondary and apprenticeship schools, UHT milk and bakery products: alternative hook with dry biscuits within the limit of a value daily / preschool / student. The daily limit value includes the full purchase price of the products, inclvalue added tax, transport, distribution and storage costs, as appropriate. Lot # 1 - "Fruits" - Estimates of the minimum and maximum quantities that may be required throughout the entire framework agreement.

Main Site: Kindergartens with a normal 4-hour program of accredited / accredited and accredited private schools and primary education schools; and gymnasium of state and private

Lot 1: Free provision for preschools in kindergartens with a normal 4-hour program of accredited / accredited private accredited state and for pupils in primary and middle school primary education and private fresh fruits and vegetables within the limit of one daily / preschool / pupil values. The daily limit value includes the full purchase price of the products, iincluding VAT, transport, distribution and storage costs, as applicable, and is for Lot 1 - "Fruits" - 0, 60 RON with VAT for the portion of fruit and vegetables Lot 1 - "Fruits" Estimates of the minimum and maximum quantities that may be required throughout the entire framework agreement:

Minimum quantities = 626 876 pieces and maximum quantities = 12 177 812 pieces.frame frame: Minimum value: 344, 781.80 RON without VAT. Maximum value 6 697 796, 60 RON without VAT. Estimates of the minimum and maximum quantities which may be the subject of a single subsequent contract from those to be awarded during the framework agreement: Minimum quantities 312 992 pieces and maximum quantities: 6 158 650 pieces. Value of the largest subsequent contract: Lot 1 - "Fructe ": 2 827 784, 30 RON without T.V.A. Note: The framework agreement for Lot 1" Fruits "will include 3 consecutive contracts per year and for the entire period of the framework agreement for a maximum of 2 years. The timetable does not constitute a firm commitment on the part of the contracting authority regarding the dates envisaged for the application of the award procedure. Note: Estimates of the minimum and maximum quantities that would-could be requested during the entire period of the framework agreement and those that could be the subject of a single subsequent contract from those to be awarded during the duration of the framework agreement can be found in the tender dossier. These will be updated according to the attendance of courses of the beneficiaries of the products by categories of pupils in schools and kindergartens. 1 mandatory to be infor Lot 1, Lot 2 and Lot 3:

The bidders (associate bidders / bidders / subcontractors / third-party supporters) must not be found in the situations provided by art. 164, 165, 167 of Law no. 98/2016 on public procurement, with subsequent amendments and completions.

Information and formalities necessary for evaluating if 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 completed. Failure to comply with the provisions of art. 165 of Law no. 98/2016 on Public Procurement, as subsequently amended and supplemented - DUAE will be completed. Failure to comply with the provisions of art. 167 of Law no. 98/2016 on public procurement, as amended and supplemented ul- Applicants (tenderers / Associate / subcontractors / third-party supporters) will complete and present the DUAE with the information related to their situation.

The supporting documents proving the fulfillment of the assumed the completion of the DUAE will be submitted, at the request of the contracting authority, that• The supporting documents proving the fulfillment of the assumed by completing the DUAE may be: • a) certificates for the absence of debts regarding the payment of the taxes, taxes or contributions to the general government budget (bug(b) the criminal record of the economic operator and of the members of the administrative, management or supervisory body of the respective economic operator, or those having the power to represent them, 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 of Law no. 98/2016 on public procurement, as subsequently amended and supplemented; d) other editing documents, as appropriate.

The following documents will be filed with the filing of the DUAE: firm commitment of the supporting third partyin which the effective manner in which it will materialize its support, the subcontracting agreement (s) or the association agreement, as the case may be. Failure to do so with the DUAE is a basis for requesting clarification of any inaccuracy in the form of the information contained in the DUAE section, both of the tenderer / candidate and of the subcontractor / third partyThis is necessary to ensure the proper conduct of the award procedure.

Information for foreign legal entities: All economic operators participating in the award procedure (tenderers / associated tenderers / subcontractors / third-party supporters) will be added to the SOEs with the information which characterize their situation. Foreign legal persons will be presentencompass any enlightening documents on proof of eligibility. For non-resident tenderers, the provisions of art. 168 of Law no. 98/2016 on public procurement, as subsequently amended and supplemented. The contracting authority reserves the right to request information directly from the competent foreign authorities if it has uncertainty as tothe existence or absence of a situation of exclusion from those described above. 2 required to be met for Lot 1, Lot 2 and Lot 3:

Avoidance of conflict of interest

All bidders in the procedure (bidders / associate bidders / subcontractors / thirds supporters) must not be in a ... details on www .e-licitatie.ro

Requirement no. 1 must be fulfilledfor Lot 1, Lot 2 and Lot 3: The average of the tenderer's total turnover over the last 3 years, 2015, 2016, 2017 respectively, which must be at least equal to 2, 827, 784.30 RON, excluding VAT for Lot 1, with 6, 218, 565.60 RON, excluding VAT for Lot 2 and 6, 704, 198.28 RON, excluding VAT for Lot 3.

(a) As the contracting authority will sign the framework agreement only with the economic operators sit1, 2, 3, as the case may be, the way of ranking the bids with the equal scores will be as follows:

1) If the commission finds that more than 2 admissible scores have been submitted / entered in SEAP equal to the first-ranked bidders, the contracting authority will require the submission of new improved financial proposals (by 2 decimal places) and the economic operators willstrikes their response in the SEAP, in which case the framework agreement will be awarded to the first three bidders with the highest score; 2) If the commission finds that more than 2 admissible tenders with equal scores have been submitted by the bidders ranked second, the way of their classification will be made by requesting the submission in SEAP of new improved financial proposals (by 2 decimal placese), and the economic operators will send their answer, so that the bidder ranked first will not be affected, ie the new financial proposal will not equal or lower than the ranked 1st place. If the new financial proposal is improved as following the request of the contracting authority will influence the rankings of the higher seats, it will not be counted(3) If the commission finds that more than 2 admissible tenders with equal scores have been submitted by the third ranked tenderers, the way of their classification will be by requesting to submit in SEAP a new improved financial proposal (with 2 decimal places), and the economic operators will send the answerso that bidders ranked 1st and 2nd are not affected, ie the new improved financial proposal presented as a result of the request of the contracting authority will influence the rankings of places 1 and 2, this will not be taken into account, keeping the initial bid submitted in the SEAP in the proceedings. Deadlines / dates for submission of new financial proposals will be communicated(b) In order to complete the DUAE, please access: https://ec.europa.eu/growth/tools-databases/espd/filter

(c) The contracting authority will conclude an agreement with the contracting authority, with a maximum of 3 economic operators whose bids are admissible and ranked 1, 2 and 3. If there are no 3 economic operators with admissible offers, the framework will be concluded with 2 economic operators. In case there are no 2 economic operators with admissible offers, the framework agreement will be concluded with 1 economic operator, (d) The economic operators ranked 1st, 2nd and 3rd that submit a joint tender for the procedure will present the Association Agreement (e) Any economic operator has the right to apply to the CLadditional information, signed with an extended electronic signature, only through SEAP within no more than 17 days before the deadline for submitting bids, according to art. 160 par. (1) and paragraph (2) of Law 98/2016, as amended and supplemented. To the extent that requests for clarification or additional information have been addressed within pthe answers of the contracting authority will be published in SEAP within 10 days before the deadline for submitting tenders, according to art. 160 par. (1) and par. (2) of Law 98/2016, as subsequently amended and supplemented, the contracting authority not to comply with the requests addressed by other means of communication or other term than the one established; (f) PenIn the case of post-tender submissions, the evaluation committee will send the clarification requests in relation to the SEAP offer (Section "Questions").
Internet address (URL): www.cjsuceava.ro

Documents

 Tender Notice