Wir freuen uns, mitteilen zu können, dass die neue Version des TED-Portals am 29.1.2024 in Betrieb genommen wird (voraussichtlicher Termin – muss noch bestätigt werden!). Interessiert an den neuen Funktionen, den Verbesserungen und ihren Auswirkungen auf die Nutzerinnen und Nutzer? Konsultieren Sie unseren Artikel und erfahren Sie mehr über die wichtigsten Veränderungen und neuen Funktionen.

Aufgrund von Störungen werden eForms- Mitteilungen derzeit fehlerhaft angezeigt. Wir arbeiten an einer Lösung. Bis dahin konsultieren Sie bitte unsere Hilfsseite.

Jetzt registrieren: 4. Workshop für Weiterverwender von TED-Daten am 14. Dezember 2023

Dienstleistungen - 459860-2022

Submission deadline has been amended by:  527547-2022

Unrevised Machine Translation

23/08/2022    S161

Hungary-Fertőd: Museum-exhibition services

2022/S 161-459860

Social and other specific services – public contracts

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Eszterháza Kulturális, Kutató- és Fesztiválközpont Közhasznú Nonprofit Kft.
National registration number: 10813913208
Postal address: Joseph Haydn Út 2
Town: Fertőd
NUTS code: HU221 Győr-Moson-Sopron
Postal code: 9431
Country: Hungary
Contact person: Jenőffy Adrienn
E-mail: dr.jenoffy.adrienn@eszterhaza.hu
Telephone: +36 99537640
Fax: +36 12692974
Internet address(es):
Main address: http://www.eszterhaza.hu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://ekr.gov.hu/portal/kozbeszerzes/eljarasok/EKR001076882022/reszletek
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://ekr.gov.hu/portal/kozbeszerzes/eljarasok/EKR001076882022/reszletek
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Other type: Közjogi szervezet
I.5)Main activity
Recreation, culture and religion

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

“Construction of exhibitions (Séchenyi Castle)_3”

Reference number: EKR001076882022
II.1.2)Main CPV code
92521100 Museum-exhibition services
II.1.3)Type of contract
Services
II.1.4)Short description:

“Construction of exhibitions in the framework of the project GINOP — 7.1.1.-15-2016-00011 tourism development of Széchenyi Castle in Nagycen — fitting out of museum spaces (acquisition of equipment, equipment and installation, replices)_3”

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
39100000 Furniture
72000000 IT services: consulting, software development, Internet and support
79530000 Translation services
92521100 Museum-exhibition services
II.2.3)Place of performance
NUTS code: HU221 Győr-Moson-Sopron
Main site or place of performance:

H-9485 Nagycenk, Kiscenki road 3, Nagycenk urban area: File No 658/5

II.2.4)Description of the procurement:

As detailed in the procurement documents and in the draft contract, the successful tenderer undertakes to supply the features of the exhibition, its cultural goods and the construction of the exhibition in the framework of the contract.

The contractor’s obligation to perform shall include, inter alia, museum pedagogical equipment, hardware, software, built structures, painting and covering works, games, replica and other furniture, decorative supplies, specific installation, purchase, production, supply, development of digital content for interactive exhibition elements, translation, graphic design, and printing in connection with the implementation of the exhibition. The task covers the installation and installation of purchased products, furniture, objects and works of art. The list of structures to be installed shall be published by the contracting authority as an annex to the technical specifications.

Floor areas:

Total net floor area of buildings included in the investment: 2 961.91 m²; of which area covered by exhibition: 1 562.77 m².

Description of the exhibition concept and its implementation task:

The purpose of the planned museum exhibition is: Presentation of the historical importance of István Széchenyi and placement of the artwork in the process of social modernisation in the 19th century.

Main principles of the exhibition:

− Old castle: the importance of the work in Hungarian history, outlining the history of the property and the building, the works and initiatives of István Széchenyi;

− Széchenyi-wing: the life of István Széchenyi at home, the intersection of private and public life;

The themes of the exhibition will be carried out on the basis of the scenario.

In addition to interactive and novel devices, artworks, furniture, graphics, installation, trial replices are the most important tools designed for exhibitions. The Széchenyi-wing house houses the theme of the home and is accordingly arranged as an entericer. The construction history is presented in a specific and stand-alone form. Visitors with reduced mobility are assisted by audio-visual devices and tactile objects.

The task covers the construction of the whole exhibition, i.e.

Installations

General

81 items for joinery or other built-in furniture

2 items of plasterboard structure

4 lots of dolls

Analogue experience or directly necessary for it

33 items for joinery or other built-in furniture

2 items of plasterboard structure

Linked to a digital experience

18 items for joinery or other built-in furniture

3 items of plasterboard structure

In total, 133 were individually destroyed on the basis of the RBM plan: BU standitor, installa-study, unique multimedia element

Mobivia

General

13 items

Linked to a digital experience

3 items

Other

General

38 items of paintings, graphic copies of objects

Analogue experience or directly necessary for it

3 lots of paintings, graphic copies of objects

Replica

10 items of furniture, copies of garments

Graphics

General

71 Items

Analogue experience or directly necessary for it

7 items

Linked to a digital experience

1 item

Total design and production of graphical surfaces: 268.8 m²

Establishment of a room

General

4 items plasterboard construction

8 items with carpentry

39 items for surface finishing (painting, wallpapering, sections, etc.)

Multimedia

Digital experiences, according to separate tender specifications.

Ogranisation

10 items

IT

hardware for planned exhibitions

52 items: H01-H52

software tasks for planned exhibitions

7 items: SZ01-SZ07

content development tasks for planned exhibitions

23 items: T01-T23,

other services (printing, translation) are also required. The task covers the installation and installation of purchased products, furniture, objects and works of art. During the construction of the exhibition, account shall be taken of historical conservation considerations. The successful tenderer is also required to train the staff operating the exhibition at the time of the inspection (up to 5 persons, 2 times, 4 hours/occasional time), including in particular the structure of the system, the handling of the individual equipment and the procedures to be followed in the event of failure.

List of items that can be attributed optionally:

O1:M 0106 Industry and agriculture item 1

O2: M 0117 Travel at Széchenyi age (resting area) 5 items

O3: S1.05 Corridor 2 lots

O4: S1.11 Corridor 2 lots

O5: S.1.16 Széchenyi cultus 6 items

O6: S1.17 Széchenyi cultus 33 items

O7: S1.18 circulating 3 items

O8: S1.20 Sikes of Széchenyi — Béla and Ödön 10 items

O9: Item S1.20b O (organisation costs related to the above items) 4

2) List of items that can be attributed optionally in relation to IT elements

O10: M0.20 Leaving 3 items

O11: M0.11 Self-farming 3 lots

O12: M0.13 assemblies 2 items

O13: M1.11 Logging 3 lots

O14: M1.06 Industry and agriculture 3 lots

O15: S1.20 Séchenyi’s sons 4 items

O16: S1.17 Széchenyi cultus 2 items

3) List of items that may be assigned optionally in the context of translation

O17: M0.12. — Lunkányi on religion: 858 characters

O18: S1.17 — Subject 2236 characters English translation; News release tranche 1941 150th anniversary of Széchenyi’s birth.

O19:S1. 20:

—Tripple 2172 characters-Angol German translation

Subject-matter 2102 characters-Angol German translation

O20: S1.16: Taboon 2368 characters-Angol German translation

O21: M1.06.: Lunkányi 900 characters on industry

O22: M0.11: Lunkány self-cultivation 900 characters

Option items are allocated in detail in the unpriced budget. In respect of items O1 to O22, the customer shall be entitled to exercise his right to order, even by item, no later than 90 calendar days from the date on which the contract enters into force. If options are exercised, the Contractor shall perform the part of the work ordered under the option quantity by the closing date specified in the contract. The total quantity is set out in detail in the technical documents annexed to the specifications.

The Client explicitly points out that if the above optional items (premises) are not ordered, this also means that the Client does not order any IT element or elements for the option room.

It is described in detail in the procurement documents.

In the case of a specific type or make, the name is used only to clearly define the nature of the object, in which case the term “or equivalent” shall be understood.

II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
Duration in months: 7
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

GINOP — 7.1.1-15-2016-00011

II.2.14)Additional information

Due to the Karakter limit, point VI.3 continues here:

22. The CV of the professional presented for evaluation criterion 2.1-2.2 shall be attached in such a way that the required professional experience can be clearly identified. Parallel professional experience will be taken into account by the contracting authority only once. In the case of award criteria 2.1-2.2, if recommended, the professional’s declaration and certificate of qualification must be attached.

23.Contracting parties fixed by the Public Procurement Act. With regard to Section 135(12), the condition for the entry into force of the contract shall be:

— if the service fee for the basic quantity specified in this contract is higher than the amount determined by the project EDIOP — 7.1.1-15-2016-00011 ‘Tourist development of the Széchenyi-Kélyélyély in Nagycenki’, the necessary grant agreement or grant agreement shall enter into force in connection with the provision of additional aid corresponding to the amount of the service fee specified in this contract, or the Client shall allocate additional funding from another grant agreement (source) to cover any difference,

the physical completion deadline laid down in Government Decision No 2049/2020 establishing milestones for certain projects forming part of the National Castle Programme and the National Cities Programme is 31 July 2023. to be amended to

24. Re IV.1.11: points may be awarded between 0 and 100 points. Method 2: 1.Reverse apportionment, 2nd criterion is straight apportionment taking into account the most favourable level.

25. Minimum duration of the obligation to tender: 60 calendar days from the closing date for submission of tenders.

26. The Public Procurement Act. Section 53(5) draws attention to Article 53(5). Definition of uncertain future event beyond the control of the contracting authority: In the event of withdrawal of the aid for the proceedings in question.

27. They do not apply the PPA. Failure under Section 75(2)(e).

28. By the second working day following the entry into force of the contract, the successful tenderer must take out civil liability insurance (including any subcontractor) in respect of the area of work concerned and the subject-matter of the contract (exhibition construction and related tasks), with a minimum insurance value of HUF 20 million/incident and not less than HUF 50 million per year. In the case of a successful tenderer who is contracting as a joint tenderer, it shall be sufficient that one of the Contractors is covered by civil liability insurance as required, but only if all the contractors who have been awarded the contract as a joint tenderer are indicated as being insured together.

Failure to take out civil liability insurance by the required date (second working day following the entry into force of the contract) shall be regarded by the contracting authority as a withdrawal from the contract.

29. In the case of the lots relating to supplies, the tender must indicate the specific make, type and origin (as indicated in an unpriced budget).

30. ‘Tenderers shall declare in the tender the prohibition laid down in Article 5k of Regulation (EU) No 833/2014, which entered into force pursuant to Article 1(23) of Regulation (EU) No 833/2014 of the European Parliament and of the Council of 22 December 2022 on restrictive measures taken in view of the Russian instigation of the situation in Ukraine.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:

List of grounds for exclusion: No (joint) tenderer, subcontractor or economic operator against whom the Public Procurement Act may participate in the procedure may participate in the procedure. Any of the grounds for exclusion set out in Section 62(1)-(2) applies. The Public Procurement Act is the contracting authority. Pursuant to Section 74(1)(b), it shall exclude from the procedure any (joint) tenderer, subcontractor or economic operator participating in the certification of suitability against whom the Public Procurement Act. The grounds for exclusion laid down in Section 62(1)-(2) shall occur in the course of the procedure.

Method of verification: The non-existence of the grounds for exclusion is the Kbt. 114 (2) and 321/2015. Government Decree (X. 30.) Korm. It must be certified through the EQF in accordance with Section 17, taking into account Decree No 424/2017. (XII. 19) of the Government Decree. The Public Procurement Act. Pursuant to Section 67(4), the (joint) tenderer must declare that it will not use a subcontractor subject to the required exclusion grounds for performance of the contract.

Financial and economic capacity:—

Minimum standards of competence:—

Attestation of competence:—

Technical & Professional Capacity.

Minimum competence criteria:

M/1. If the tenderer does not have a reference, the total of 36 months from the date of dispatch of the call for competition (dispatch date covering the period from year/month/month/back to month/day preceding 36 months backwards) shall be:

Reference work(s) on the reference work(s) relating to the esco-differencesara and/or megvalosii, in which case the area affected by the kia-lifftas is less than 500 m².

The reference or references, taken as a whole, must contain the installation or installation as follows:

20 or more hardware in total,

design and/or manufacture of a graphic surface of at least 200 m² in total,

in total, at least 18 individual builders e/or installaciocios and/or individual multimedia elements are based on the basic plan of galleries.

It is also fully certified by the reference certificate to which it is entitled. The reference requirement can be met from more than one contract and the required requirements can be met under more than one contract (i.e. the required area has to be met as a whole and the required number and square metre must be met in total. It is not necessary for the reference presented to include all three requirements (a), (b), (c) and (c).

Decree No 321/2015 of 30 October 2015 On the basis of Section 21(3a)(a), it informs tenderers that the starting date for performance is no more than 72 months (6 years) prior to the date of dispatch of the call for competition.

M/2. Tenderers shall be unsuitable if they do not have at least the following among their experts to be involved in the performance of the contract:

a) a professional with the highest level of education of 1 foscient architect (or equivalent) with professional experience in the regional coordination of local authorities at the earliest 24 days;

b) a professional interior designer and/or entertainer designer with a first degree degree, with a minimum of 24 months’ experience in exporting and/or making designs for its exhibition installation.

C) the minimum of 1 phraphic expert with professional experience (taablos and/or issued and/or issued and/or village and/or padlo-graphics and/or graphical elements of print and/or Digitas) with professional experience related to the graphical elements of the graphical aspects (tablos and/or issued and/or village and/or padlo-grafika and/or print and/or Digitas) graphical elements (a).

D) a technical expert with a minimum of 1 higher education degree who has professional experience in the design of the system of the elements of the inter-acquisition and/or development of the kia-lifftas (IT) elements at least 12 days on a day-to-day basis.

Proof of competence:

M/1.

Attach a reference certificate or declaration on the most significant works carried out in 36 months backwards from the date of dispatch of the call for competition (covering the period from the date of dispatch to the 36th month/day preceding the month/day).

Decree No 321/2015 of 30 October 2015 Under Paragraph 23, the reference certificate or declaration must contain at least the following:

the name of the other party to the contract;

— subject matter and quantity of service (in square metres where relevant in pieces)

the time of delivery (starting and ending date in year/month/day);

a declaration must also be made as to whether the performance has been carried out in accordance with the specifications and the contract.

— presentation of the technical content implemented in such a way that compliance with the eligibility criteria can be clearly established.

The following: According to Section 22(5), in the case referred to in Section 21(3a)(a) of the Kr., if, because of the indivisibility of the performance, the reference certificate or declaration relating to the service provided by the successful tenderer cannot be issued separately, the contracting authority is required to accept the reference certificate by any tenderer involved in the performance in respect of the service described, in proportion to the proportion to which the tenderer submitting the certificate received the consideration on the basis of its performance. Where the economic operator presenting the reference has performed the reference as a subcontractor, it shall be clear from the reference certificate which parts of the reference have been fulfilled by the economic operator presenting the reference, indicating the work part(s) and square metres performed.

M/2. GOVERNMENT DECREE NO 321/2015 Pursuant to Section 21(3)(b) of Government Decree No 30/2001 (X. 30.), the professionals (organisations), in particular those responsible for quality control, together with a description of their qualifications and professional experience (disaggregated per month per year), they intend to involve them in the performance. A simple copy of the professional’s qualifications and supporting documents, together with a curriculum vitae signed by the professional and a declaration of availability, including a description of the professional experience, should also be attached. The attached CV is used as proof of professional experience and should therefore be attached in such a way that the required professional experience can be clearly established.

Continue in VI.4.3 due to Karakter Limit.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Currency in which the consideration is to be paid: Hungarian forint (HUF). As proof of the contractor’s performance, the Public Procurement Act. Article 135(1) of the Public Procurement Act. Section 135(6) shall apply. The consideration shall be paid in accordance with the conditions set out in the draft contract forming part of the procurement documents. The contracting authority stipulates in the contract the Public Procurement Act. The provisions referred to in Section 136(1). The Contracting Authority shall pay the consideration due to the Contracting authority(ies) by transfer within 30 (thirty) calendar days of the receipt of the invoice certified by the Contracting authority. As specified in Section 6:130(1). The compensation is paid through ex-post financing from project GINOP-7.1.1-15-2016-00011. Aid intensity 100 %

AK is the Kbt. Pursuant to Section 135(8), it provides for the possibility of using an advance of 30 % of the operator’s fee for the basic quantity.

Penalty for late payment: 1 % per day of the net contractual consideration for the part of the past due. The maximum penalty for late payment shall be 20 % of the company’s fee for the respective partial performance.

Defective performance penalty: the part affected by the defect is equal to 10 % of the net contractual consideration.

Damages for failure: 30 % of the total net contractual consideration.

Guarantee period: 24 months.

A 5-year warranty is required for certain hardware items, which are listed in the unpriced budget.

The successful tenderer shall provide a full guarantee for exhibition equipment and services in excess of the net price of HUF 10 000 (HUF 10 000) within 24 months (twenty-four months) of the closing date for delivery and delivery of the exhibition, and shall be liable for any lack of conformity during the warranty period. The successful tenderer shall be exempt from the guarantee if he proves that the cause of the lack of conformity occurred after performance.

Performance guarantee: 5 % of the business fee.

Defective performance guarantee: 5 % of the business fee.

The detailed provisions relating to the guarantees confirming the contractual clause are set out in the draft contract contained in the procurement documents, the Civil Code. Having regard to the provisions of Paragraph 6:186.

The detailed conditions for invoicing are set out in the draft contract provided as part of the procurement document.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Form of procedure
Open procedure
IV.1.3)Information about framework agreement
IV.1.10)Identification of the national rules applicable to the procedure:
IV.1.11)Main features of the award procedure:

The contracting authority is the Public Procurement Act. On the basis of Section 76(2)(c):

Price criterion, Weight number: 90

1. Total net offer price (HUF) (basic volume+options) (90)

2. Qualitative aspect (10):

2.1. M/2 (a) staff, in addition to the eligibility criteria for (specialist) staff, but the extra professional experience acquired in the local authority (min 0 months — maximum 36 months) 5

2.2. M/2 (b) Existing professional experience in the preparation of the design of an exhibition installation in addition to the (specialist) eligibility criteria for the production and/or export of an exhibition installation (Mr. muzea-lis kia-liti-thely and/or vastely and/or vaitogatoikopont) (min. 0 months up to 36 months) Number: 5

IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
Date: 19/09/2022
Local time: 10:00
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Hungarian

Section VI: Complementary information

VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Exclusion of sub-tenders: In view of the fact that the nature of the subject-matter of the contract (uniform appearance and implementation and installation) does not make it possible to secure the award of a tender and that the tasks to be carried out form a whole, it is necessary to carry out a single, interlinked activity for the economic operator awarded the contract, with the result that tendering for lots is not guaranteed.

Tenderers may not submit multiple variants (alternative tenders).

1.The tender must be prepared and submitted by the tenderer (AT) in accordance with the content and format requirements set out in the invitation to tender and the specifications, via the EQF interface.

2.The guidance on the use of the EQF is available at: https://ekr.gov.hu/portal/tamogatas; or https://ujvilag.gov.hu/ekr

3. All costs relating to the procurement procedure and the preparation of the tender shall be borne by the AT.

4.The contracting authority (hereinafter referred to as ‘AK’) is the Public Procurement Act. In accordance with Section 35(9), it does not allow or exclude the establishment of an independent winning AT and, in the case of joint winning ATs, the establishment of a business organisation or project company.

5.The tender must include a message form (ESR form) containing the Public Procurement Act. All the data referred to in Section 68(4).

6. The tender must include the AT(k) Public Procurement. The declaration referred to in Section 66(2).

7.To be accompanied by a simple copy of the following company documents: — in the case of the undertaking(s) signing an offer not included in the extract or copy of the company, a written power of attorney including the signature of an authorised agent (pursuant to Section 9(1) of Act V of 2006)

8.Joint bids: Several ATs may submit bids jointly. In the case of a joint tender, the joint AT shall be designated by the ATT representing the joint AT in the present procedure and attach to their tender an agreement on joint joint and several liability in accordance with the minimum content requirements set out in the specifications. In the case of a joint tender, the tender must be accompanied by the Public Procurement Act. A document containing power of attorney pursuant to Section 35(2). The authorisation shall specify that the economic operator authorised to represent the common mite may act on behalf of each common mite when making the declarations to be made electronically in the EQF in respect of a given procedure.

9.A simple copy of the signature(s) of the person(s) authorised to sign the documents contained in the tender (in accordance with Section 9(1) of Act V of 2006 for economic operators established in Hungary) shall be attached to the tender in a simple copy of the signature of the person(s) authorised to sign the documents in the tender (in accordance with Section 9(1) of Act V of 2006 for operators established in Hungary). For economic operators where a copy of the signature or a specimen signature countersigned by an attorney-at-law or a Bar solicitor cannot be interpreted, it is necessary to attach the declaration of the economic operator, a specimen of the signature of its representative signing the document and a private document of full probative value.

10.AK provides that the tender must specify (a) the part(s) of the procurement for which AT intends to use a subcontractor (the Public Procurement Act. Section 66(6)(a) b) the subcontractors they wished to use in respect of these lots and already known at the time of submission of the tender (the Public Procurement Act. Section 66(6)(b)) The declaration must also be made explicitly in the case of negative content.

11.AK draws your attention to the fact that the present public procurement procedure is conducted in accordance with the provisions of Act CXLIII of 2015 on public procurement and the legislation in force.

12.Where AT wishes to use any of the data of its legal predecessor in its tender with reference to conversion, the tender shall be accompanied by a simple copy of the company documents proving the fact and circumstances of succession, in particular the separation, separation and conversion company documents.

13.AT for ongoing change registration procedure, 321/2015. (X.30.) Kr. Pursuant to Section 13, the application for registration of a change submitted to the court of registration and the certificate of its arrival sent by the court of registration must be attached to the tender. And a statement on the ongoing change registration procedure, for which the AF provides an electronic form on the EQF.

14.Tender must include all other documents specified in the invitation to tender and in the documentation or legislation.

15.AK accepts, under Section 47(2) of the Public Procurement Act, in the case of documents submitted in a language other than Hungarian, a translation into Hungarian by AT in addition to the submission of a document in a foreign language. By translation, AK refers to a translation for which the person authorised to represent AT declares on a commercial basis that it is in full conformity with the original text. In all cases, the document in Hungarian is used as the reference document. The Public Procurement Act. Under Section 47(2a), documents may, as a general rule, be submitted in simple copies. AT shall bear any adverse legal consequences arising from the discrepancy between the document, document lodged in a foreign language and its translation.

16.All hours in the call for competition and documentation refer to local time in Hungary (CET).

17.AK inform ATket, h., the consideration offered must include all the costs necessary for the performance of the task and the full execution of the task required in the call for competition and in the procurement documents.

18. Electronic registers: The submission of a certificate may not be requested if the contracting authority is able to obtain the certificate or other relevant information directly by accessing a free electronic database in any Member State of the European Union, which is listed by that Member State as a database suitable for certification in e-Certis. If the register is not available in Hungarian language, the contracting authority may request the submission of the Hungarian translation of the relevant certificate or information.

19. FAKSZ: Bush Gergő (lajstromszám:00220)

20. For the demolition procedure, the Kbt. Section 68(1), (4) and (6) and Decree No 424/2017 The provisions laid down in Section 15(2)-(3) of Government Decree No 42/2010 of 19 December 2011 shall apply. Place of disassembly: ekr.gov.hu. Date of opening of tenders: 19 September 2022 12:00 hours

21. The period referred to in point II.2.7 (7 months) shall not extend beyond the completion deadline of 30 June 2023. The implementation period may not exceed 7 months, even if the deadline for completion of the project is extended.

Continue under II.2.14 due to Karakter Limitations.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Közbeszerzési Hatóság Közbeszerzési Döntőbizottság
Postal address: Riadó u. 5
Town: Budapest
Postal code: 1026
Country: Hungary
E-mail: dontobizottsag@kt.hu
Telephone: +36 18828592
Fax: +36 18828593
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

The Public Procurement Act. In accordance with Paragraph 148.

Due to the Karakter limit, point III.1.4) continues here:

The contracting authority draws attention to Government Decree No 321/2015 of 30 October 2015 Section 22(4).

Joint bidders may meet the required eligibility criteria jointly.

Tenderers may meet the required eligibility criteria by relying on the capacities of any other entity or person, irrespective of the legal nature of the links between them. In this case, this organisation must be indicated in the tender and the eligibility criteria or criteria for which the tenderer relies on or rely on the resources of that organisation must be indicated in the tender, indicating the relevant section of the call. A contract, pre-contract or other form of commitment from the entity making its capacities available shall be attached in the tender showing that the resources necessary for the performance of the contract will be available for the duration of the performance of the contract. The bidder is the Public Procurement Act. In accordance with Section 114(2), it shall make a statement in advance on the suitability requirements.

The contracting authority indicates that the financial and economic and technical and professional competence requirements and certificates are set out in 321/2015. (X.30.) Kr. In accordance with Section 30(4), it was more stringent than the official list of qualified tenderers.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Közbeszerzési Hatóság Közbeszerzési Döntőbizottság
Postal address: Riadó u. 5
Town: Budapest
Postal code: 1026
Country: Hungary
E-mail: dontobizottsag@kt.hu
Telephone: +36 18828592
Fax: +36 18828593
VI.5)Date of dispatch of this notice:
18/08/2022