III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Condition relating to the ability to pursue a professional activity — not applicable. 1.Any award may be made to the contractor not being excluded from proceedings under the provisions of Article 24 (3). 1 and paras. 5 points 1 to 4, 7 and 8 of the Public Procurement Act and meeting the conditions laid down by the Contracting Authority for participation in the procedure.
2.In the case of joint contractors, the conditions for participation in the proceedings shall be met if the Contractor can demonstrate that the conditions are met together.
3.The Contractor may rely on the capacities of other entities to confirm compliance with the conditions for participation in the proceedings, irrespective of the legal nature of the legal relationship between them.
4.In the case of joint contractors and where the Contractor relies on the capacities of other entities in accordance with Article 22a of the Public Procurement Act, no contractors or any of those third parties may be excluded by virtue of the provisions of Article 24 (1). 1 and paras. 5 points 1-4, 7 and 8 of the PPL.
5.As a preliminary confirmation of the absence of grounds for exclusion and confirmation of the fulfilment of the conditions for participation in the procedure, the Contractor shall make a declaration in the form of a Single European Procurement Document indicating that the Contractor may, in Part IV ‘Selection criteria’, confine themselves to filling in the alpha section — ‘GENERAL STATEMENT FOR ALL CRITERIA’ by means of general confirmation that it meets all the conditions for participation in the procedure and does not need to fulfil any of the other Sections in Part IV of the Single Document. One should submit with an offer in electronic form with a qualified electronic signature issued by the qualified trust service provider, the provider of the certification service. Statements made by entities making up the tender together with those who made available the potential submitted on the one hand should take the form of an electronic document signed by a qualified electronic signature of each of them to the extent that they confirm the circumstances referred to in Article 22 (1). 1 of the Public Procurement Act. The same applies to the one submitted by the operator on the basis of which the Contractor relies under Article 22a of the Public Procurement Act.
6.Where the conditions for participation in the proceedings relate to the amounts indicated in PLN and the Contractor indicates that the conditions for participation in the proceedings are satisfied in a currency other than PLN, in order to assess whether the conditions for participation in the procedure are met, these amounts will be converted to PLN by the contracting authority at PLN at the average NBP rate on the date of publication of the contract notice in the Official Journal of the European Union. If, at the date of publication of the contract notice, a table of the average NBP rates is not published, the rate will be applied from the last exchange rate table published prior to the date of publication of the contract notice.
7.For the award of a contract to the Contractor who satisfies the conditions referred to in Article 22 (1) (b) of the Public Procurement Act, the Contractor shall comply with the conditions laid down in Article (b) of the Public Procurement Act concerning professional capacity in terms of knowledge and experience and human resources.
III.1.2)Economic and financial standingList and brief description of selection criteria:
The condition of economic and financial standing shall not apply. 1.In order to confirm the absence of grounds for exclusion based on Article 24 1 point 23 of the Public Procurement Act, within 3 days from the publication on the website of the information referred to in Article 86 (1). 5 The PPL shall provide the Contracting Party with a declaration of whether or not it is part of a group with other economic operators who have submitted separate tenders in that procedure.
2.In order to confirm the absence of grounds for excluding the Contractor from participation in the proceedings, the Contracting Authority shall require the Contractor, whose tender has been evaluated at most, to submit the following documents and declarations within a maximum of 10 days present at the date of submission of the following documents and declarations:
The 2.1th information from the National Criminal Register to the extent specified in Article 24 (3). 1 points 13, 14 and 21 of the PPL issued not earlier than 6 months before the deadline for the submission of tenders or requests to participate;
(2.2) a certificate issued by the head of the competent tax office certifying that the Contractor is not in arrears with the payment of taxes, issued not earlier than 3 months before the closing date for the submission of tenders or requests to participate, or any other document proving that the Contractor has concluded an agreement with the competent tax authority on the repayment of those taxes, together with interest or fines, if any, and, in particular, has obtained the authorised exemption, deferral or payment of any outstanding payments or suspension of the execution of the decision of the competent authority in full;
(2.3) a certificate issued by the relevant territorial unit of an Zakład Ubezpieczeń Społecznych (Agricultural Social Insurance Institution) or of Kasa Rolniczego Ubezpieczenia Społecznego (Agricultural Social Insurance Fund) or other document proving that the Contractor is not in default of paying social security or health insurance contributions at the earliest 3 months before the deadline for submission of tenders or requests to participate, or any other document confirming that the Contractor has concluded an agreement with the competent authority for the repayment of those debts, together with interest or fines, if any, and, in particular, has obtained the lawful dismissal, deferral or payment of any outstanding payments or suspension of the execution of the decision of the competent authority in full;
The 2.4th copy from the relevant register or from the central register and information on the economic activity where separate provisions require an entry in a register or a register in order to confirm the absence of grounds for exclusion on the basis of Article 24 (1). 5 point 1 of the PPL;
2.5. a statement by the Contractor that there is no final court judgment or final administrative decision on the payment of taxes, fees or social security contributions or, in the event of such a judgment or decision, documents confirming the payment of those duties, including any interest or fines, or the conclusion of a binding agreement on the repayment of those duties;
The 2.6th statement by the Contractor that no decision has been taken against him as a precautionary measure against the decision to apply for public contracts;
2.7. a statement by the economic operator that a final administrative decision is not issued to him/her breach of his obligations under labour, environmental or social security legislation, to the extent determined by the contracting authority pursuant to Article 24 (3). 5 point 7 of the PPL;
2.8. a statement by the contractor not to pay local taxes and charges referred to in the Local Taxes and Charges Act of 12 January 1991.
Minimum level(s) of standards possibly required:
3.If the Contractor is established outside Poland, instead of the documents referred to in point 2:
3.1.Paragraph 2.1.- provides information from the relevant register or, in the absence of such a register, an equivalent document issued by a competent judicial or administrative authority in the country in which the person to whom the information or document relates has his registered office or place of residence, within the limits laid down in Article 24 (1). 1 points 13, 14 and 21 of the PPL;
3.2.Paragraph 2.2.- 2.4.- provides documents or documents issued in the country in which the Contractor is established, stating respectively that:
(a) is not in arrears with the payment of taxes, levies, social security or health insurance contributions, or has concluded an agreement with the competent authority on the repayment of those duties, together with interest or fines, if any, and, in particular, it has obtained the unlawful dismissal, deferment or payment of any outstanding payments or suspension of the execution of the decision of the competent authority in full,
(b) it has not been wound up or declared bankrupt.
3.3.The documents referred to in items 3.1 and 3.2 (b) shall be issued no earlier than 6 months before the closing date for the submission of tenders. The document referred to in point 3.2 (a) shall be issued not earlier than 3 months before the expiry of that period.
3.4.If in the country in which the Contractor is established or resident there does not appear to be the subject of the document referred to in Articles 3.1 to 3.2, they shall be replaced by the document containing the Contractor’s statement respectively, indicating the person (s) entitled to be represented, or the declaration by the person to whom the document was intended to be lodged before a notary or a judicial, administrative or self-regulatory body of the professional or economic authority responsible for the registered office or place of residence of the Contractor. The provisions of paragraph 3.3. shall apply.
3.5.Contractor established within the territory of the Republic of Poland in respect of a person domiciled outside the Republic of Poland to whom the document referred to in point 2.1 applies shall submit the document referred to in point 3.1., to the extent specified in Article 24 (2). 1 points 14 and 21 of the Public Procurement Act. If no such documents are issued in the country of residence of the person concerned by the document, he shall be replaced by a document containing a statement made by that person before a notary or before a judicial, administrative or self-regulatory body having regard to the place of residence of that person. The provisions of paragraph 3.3. shall apply.
4.For the joint contractors, the documents referred to in point 3 shall be submitted by each of those Contractors.
5.Where the contractor relies on the capacities of other entities, the documents referred to in point 3 shall also be provided in respect of those entities.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
1.The Contractor shall comply with the condition of participation in the professional capacity for knowledge and experience if performance is demonstrated and, in the case of periodic or continuous services, shall also perform, during the last 6 years before the closing date for the submission of tenders, and, if there is a short period of business activity, consultancy services, including: (a) with at least one undertaking consisting of the design, implementation or operation of a telematic telecommunications system in the area of transport, of the value of that system not less than PLN 10 million, (b) with at least one electronic undertaking consisting of the design, implementation or operation of a road toll system, (c) with at least one undertaking involved in the preparation, construction or operation of the Danish Road Project. One demonstrable service may at the same time support more than one condition of participation in a procedure relating to knowledge and experience. 2.The Contractor will satisfy the condition of participation in the professional capacity procedure in the field of cadmium potential: demonstrates that he has the persons assigned to performing the services covered by this contract, and having qualifications and experience, as follows: ROLE 1: A key expert section of the project -1, a university, a thorough knowledge of Polish and English, experience: at least 6 years of professional experience in the provision of advisory services of a technical or technological nature, including the preparation or implementation of at least one Large Road Project or a single telematic system for telematics in the field of transport; experience of directing at least three projects of providing advisory services — during the last 8 years before the closing date for submission of tenders — of which at least one should relate to the Major Road Project, and at least one should refer to the telematics system of a telematic nature. ROLE 2: Project Key Expert Assistant Project Leader — 1 person, tertiary education, thorough knowledge of the Polish language, experience: at least 4 years of professional experience in the field of ICT systems used in the area of transport, including: (a) at least 3 years of professional experience in the provision of advisory services of a technical or technological nature, including the preparation or implementation of at least one Danish Road Project or a single telematic network in the area of transport, (b) experience of directing at least two projects consisting of providing advisory services to — in the last 8 years before the deadline for submission of tenders — of which at least one should relate to the Major Road Project, and at least one should refer to a telematics system of telematic nature, (c) at least 3 years of professional experience in the preparation or design or implementation or operation of toll systems, including: at least one electronic toll collection system or one or more toll collection systems (MPO).
Minimum level(s) of standards possibly required:
COR-2-ROLA 3: Short term expert team — 6 people, tertiary education, thorough knowledge of Polish or English, experience: (a) min.3years of professional experience in the preparation or design or implementation or operation of toll systems, including at least one electronic toll collection system or one or more toll collection systems including the ‘free flow’ (MPO) system, including participation in the performance of tests and trials, (b) at least 5 years of professional experience in drawing up technical and design documentation for road projects on national roads, taking into account traffic modelling, including: the development of road traffic analyses and forecasts, (c) 5 years of professional experience in providing business advisory services for the development of economic and financial analyses and market analyses, including the operation of road toll systems or road toll systems for national roads, (d) min.2years of professional experience in the design, design and/or integration of information systems for IT systems, including at least one scheme with a value of at least PLN 30 million, (f) min.5years experience in the design, performance and reporting of IT systems architecture, (i) min.2years experience in the design, performance and provision of network infrastructure for systems with high efficiency and availability, (m) min.5years experience with the design of models UML 2.0 or BPMN, n). at least 5 years of experience in developing business analyses in the IT systems, (n) at least 3 years of experience in developing business analyses in the IT systems, (o) at least 3 years of experience in developing business analyses in the IT systems, (o) at least 3 years of experience with collecting and specification of functional and non-functional requirements, and identifying assumptions and systemic constraints. Each member of the Panel of Experts must comply with at least 1 of the conditions set out in points (a) to (o), at the same time the Panel of Experts must fulfil all of the above conditions. 2.1.Total requirements for the team of persons proposed: The requirements set out above are minimum requirements. The contracting authority does not allow the contractor to appoint a member of the Project Leader or Deputy Project Leader at the same time as a member of the Panel of Experts. In addition, one person may not join the Project Leader and Deputy Project Leader. Where the professional competence provided for by Polish law or Community law is required, the Contractor shall include in the list of persons information on the person’s entitlements. In the absence of the required proficiency in Polish or English by the staff assigned to performing the contract, the Contracting Authority shall allow the Contractor to arrange, at his expense, that he/she provides a thorough, stable and professional translation in the contacts between the Contracting Authority and the Contractor. In such a case, the Contractor offered, in his tender, that he will engage the translator or translators at his own expense to the extent necessary for the performance of the contract.