FED_MON_21 Operation of passenger information system

This tender is from the country of Hungary in Europe region. The tender was published by Hungary-Budapest: IT Services: Consulting, Software Development, Internet & Support 2020/S 041-097196 Invitation to tender / to participate services Legal basis: Directive 2014/24 / EU Section I: Contracting authority I.1) Name and addresses Official name: MÁV Service Center Private Limited Company National identification number: EKRSZ_54810576 Postal address: Könyves Kálmán körút 54–60. City: Budapest NUTS Code: HU110 Postcode: 1087 Country: Hungary Contact Person: dr. Katalin Kakuk E-mail: kakuk.katalin@mav-szk.hu Phone: +36 301587730 Fax: +36 15117526 (S): General address of the contracting authority: http://www.mavroup.hu I.2) Information about joint procurement I.3) Communication The tender documentation, without limitation, fully, immediately and free of charge is available at the following address: https://ekr.gov.hu/portal/kozbeszerzes/eljarasok/EKR001600252019/reszletek Further information can be obtained from the above address The offer or application must be submitted electronically: https://ekr.gov.hu/portal/kozbeszerzes/eljarasok/EKR001600252019/results Tenders or requests to participate must be sent to the address mentioned above I.4) Type of contracting authority Other type: Holding company Kbt. 5 (4) I.5) Main activity Other activities: Data processing II. Section I Subject matter II.1) Quantity of purchases II.1.1) Title: FED_MON_21 Operation of passenger information system Reference number: EKR001600252019 II.1.2) Main CPV code 72000000 II.1.3) Type of contract services II.1.4) Short description: FED_MON_21 Operation of L3 type On-board Information System II.1.5) Estimated total value or range II.1.6) Information about lots Procurement consists of lots: no II.2) Definition II.2.1) Title: II.2.2) Additional CPV code (s) 72000000 II.2.3) Place of delivery NUTS-kód: HU110 NUTS-kód: HU231 NUTS-kód: HU233 NUTS-kód: HU333 Main place of performance: Nyíregyháza, Pécs, Miskolc, Szombathely, Szeged, Budapest For installation track numbers as per Appendix 1 to Technical Specification. II.2.4) Description of the contract: Operation of 1 FEDMON21 system complete on-board passenger information system as follows: 1. the performance of the "Flat-rate Tasks" detailed in point 1 below, the consideration for which shall be provided by the public authorities. the monthly flat rate per FED_MON_21 system offered in the procedure (HUF), 2. “Non-flat fee tasks” detailed in Section 2 below, which are ordered on the basis of an individual order at the request of the Customer (hereinafter referred to as the “Customer”). Their consideration is Megr. the unique order. will be paid upon completion. The price of the flat rate and individual orders is the author. will be reduced. If the author. does not set a deadline for a task, then Megr. by uniquely h. time limit shall apply. 1. Flat-rate services: Receiving bug reports in agreed e-mail format from ITSD Ticketing system 7 x 24 hours. Service time for all of the following marked services. von: Applicable: On weekdays: 8 am-5pm; Chide. training of experts designated by the system. For operating L1 to L2 for 8 hours, max. The Megr. provided by Megr. at the date agreed with the Contractor ("Company") in advance. FED_Mon_21 is licensed by the licensing service for passenger information. , as follows. Operation Support includes: - Enhanced hotline support (advance - at the latest at the time of contract conclusion - phone number provided) - Software bug fix / Upgrade (download to wagon / server if needed) - Management policy. ensuring Providing 4 complete FED_MON_21 kits +10 SSD component buffers. within 5 business days after bonding. The main part of the defective FED_Mon_21, Shoulder for its component. is debugging, Shoulder. premises. The Shoulder. delivery to its premises is the responsibility of the customer. The Shoulder. shall, within 5 business days of receiving the Product submitted for debugging, provide a written opinion, including a repair quote, that Megr. decide whether to repair the defective part. Shoulder. the duty of the passenger. order. administration of the purchase of a defective component that cannot or cannot be repaired by the host. The economics of Megr. has the right to decide. 2. Services to be provided outside the flat rate service are ordered individually. Based on. Service time for all of the following marked services. Applicable: On working days: 8 am-5pm; Response Time: Within 2 hours of the Megr. Signal (ad hoc order) submitted through ITSD (Ticketing), the Contractor shall be required to contact the Megr. Flat-rate services: (a) Bug fixes and other non-flat rate services related to the FED_MON21 system. It fixes a bug. offer / consultation time: 5 business days from Megr.'s submission via ITSD (Ticketing); Error correction time: 20 business days after acceptance of offer. The shoulder is obliged to take over immediately the product to be repaired or damaged (as specified in the individual order). Repairs / restorations are typically Shoulder. at your site following the flat-rate debugging. Delivery to the site of Megr. task. b) FED_Mon21 For passenger information system, component and component replacement. The detailed technical content is contained in the Technical Description. II.2.5) Evaluation criteria Aspects given below Price II.2.6) Estimated value or range II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 The contract is renewable: no II.2.10) Information about variants Acceptable variants: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogs II.2.13) Information about European Union funds The procurement is related to a project and / or program financed by EU funds: no II.2.14) Additional information Details of the price evaluation criterion are given in KD II.15.1). K is not sure about the procedure. bidding. It is not possible to disassemble the services contained in the Technical Specifications, taking into account the unique and specific design of the devices. With the opening, the serv. fulfillment would be impossible. The amount in the contract is the author. up to 70% of the total amount of the order. III. Section I: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Adequacy of the tenderer / candidate to carry out the relevant professional activity, including requirements for registration in professional and trade registers List and brief description of conditions: The procedure may not be a tenderer (abbreviated as AT) or subcontractor (abbreviated as AV), nor may an economic operator subject to the provisions of the Kbt. Any of the grounds for exclusion listed in § 62 (1) to (2) shall apply. Certification: In the tender of AT - and, if applicable, the organization providing the capacity - Kbt. According to § 67 (1) - (2) and Government Decree 321/2015 (X. 30.), § 1 (1) and § 3 (2) - (3) of the Single European Act By submitting a Public Procurement Document, you must first prove that you do not fall under the required exclusion grounds. The Kbt. Pursuant to Article 67 (4), the tender must include a statement by AT that it will not use the Public Procurement Act to perform the contract. Article 62 (1) - (2), which is subject to exclusion grounds. By the contracting authority (AK), the Kbt. Pursuant to § 69 (4) to (7), ATs are requested to submit certificates of exclusion on the basis of Article 321/2015. (X. 30.) Government Decree §§ 8, 10 and 12-16. Of the Act, it must prove that it does not fall within the exclusion grounds provided for in the proceedings. Certificates shall not be required if the contracting authority is a Kbt. In accordance with Article 69 (11), he directly accesses databases not mentioned in the relevant provisions, which prove the absence of grounds for exclusion, and the economic operator has indicated their availability in the Single European Procurement Document. AK draws attention to the Kbt. 64 and § 74 (1) (b). K defined the terms of participation (exclusion reasons) more strictly than the requirements for qualified ATs, (X. 30.) Corm. R. Pursuant to the application of Article 12, the Contracting Authority shall accept for the exclusion of any ground for exclusion that the tenderer justifies its inclusion in the official list of qualified ATs. The corm. R. Pursuant to Article 13, the tenderer must enclose with his tender in the case of an ongoing change registration procedure the application for change registration filed with the Commercial Court and the certificate of its receipt sent by the Commercial Court. If there is no pending change registration procedure, the tenderer is required to make a statement. A negative statement must also be attached. No. 321/2015. (X. 30.) Corporal rend. Pursuant to Article 1 (7), certificates issued for the reasons of exclusion may be submitted (used) as long as the fact stated in the certificates or the certificate is not valid. data content is real. Unless proven otherwise, K shall assume the accuracy of the information without a specific statement by the tenderer. The Kbt. Pursuant to Article 69 (11a), the economic operator shall not be required to provide a certificate which has already been submitted electronically in the ECT in the previous procurement procedure to the same AC in the absence of any grounds for exclusion. In this case, the economic operator shall declare which certificate he has submitted in the previous procedure to be taken into account in the evaluation. The CC shall examine whether the previously submitted certificate satisfies the substantive requirements applicable to the certificate to be submitted in a given procurement procedure, whether or not the previous certificate indicates, where appropriate, which one has been issued for use in the procurement procedure. For reasons of exclusion, certificates issued prior to the commencement of public procurement may be submitted (used) as long as the fact or data contained in the certificates is true. Unless proven otherwise, the contracting authority assumes the truth of the data without a specific statement by the tenderer. III.1.2) Economic and financial capacity List and brief description of selection criteria: Contracting authority is Kbt. Article 65 para. (2) does not impose any requirement of economic and financial standing in the main proceedings. Minimum level (s) of standards possibly required: Contracting authority is Kbt. Article 65 para. (2) does not impose any requirement of economic and financial standing in the main proceedings. III.1.3) Technical capacity or professional capacity List and brief description of selection criteria: Preliminary certification: With regard to the eligibility criteria, AT shall include in its tender Kbt. Article 67 (1) to (2) and Article 321/2015. (X. 30.) of the Government of the Republic of Hungary on the submission of the Single European Public Procurement Document, it must prove in advance that it meets the required eligibility criteria. K accepts the prior declaration of the economic operator concerned in the pre-certification of the Single European Procurement Document - Annex IV. by filling in part a) - without requesting detailed information. The Kbt. § 67 (3) cf. Under this provision, the organization providing its capacity is required to demonstrate compliance with the relevant eligibility criteria in the same way as the required means of certification. The submission of the declaration shall be governed by Law 321/2015. (X. 30.) Government Decree § 3 (3). In addition, the Kbt. § 65 (7), (9), (11), (12). In case of joint bidding, the Kbt. 65. § (6), a 321/2015. (X. 30.) Korm. Post Certification: The Kbt. Tenderers invited under Article 69 (4) to (7) shall comply with the eligibility criteria pursuant to Article 321/2015. (X. 30.) Government Decree IV. shall be certified in accordance with the rules set out in Chapter II. M.1. A description of the measures taken and the means of investigation and research carried out in accordance with Article 21 (3) (c) Kr. Verification: Attachment of a manufacturer's statement of support issued by the manufacturer of FED_MON21 or its authorized representative in Hungary stating that, during the term of the FED_MON21 system under contract, the Supplier will ship or ship this item through the public contractor procedure, and no repair / maintenance on the device by the Offeror will result in loss of warranty. Minimum level (s) of standards possibly required: M.1. Unsuitable tenderer if he does not have a statement of support from the manufacturer of FED_MON21 or his authorized representative in Hungary stating that the manufacturer or his representative is responsible for the delivery of the factory parts for the equipment during the term of the FED_MON21 system. is covered by the contract to be awarded as a result of this procurement procedure and no repair / maintenance on the device by the Bidder will void the warranty. III.1.5) Information about reserved contracts III.2) Conditions relating to the contract III.2.1) Information about a particular profession (qualification) III.2.2) Conditions relating to the performance of the contract: Penalty Fee: For flat rate services, the author will be charged. service affected by violation net operating fee, in the case of non-flat rate services, the contract. non-flat rate service affected by a violation net value calculated on the basis of worksheet quantities, delay: 1% per day, max. 20% of the penalty fund; defective performance: if Customer does not request repair / replacement but receives the product in case of defect: 20%, if Customer requests replacement / repair: 1% per day, max. 20% of the penalty fund; failure: max, 20%; Warranty: 6 months for service and result products, 12 months for replacement parts. The winner AT is entitled to issue and submit 1 invoice per month after completing his / her tasks without any errors. K does not provide an advance payment. Further details on the performance of the contract are contained in the draft contract. III.2.3) Information on persons involved in the performance of a contract ARC. Section 1: Procedure IV.1) Definition IV.1.1) Type of procedure Open procedure Accelerated procedure Reason: The absence or delay of this procurement implies the risk of delays and delays in all processes (investments, maintenance, operational operation, etc.) which are directly or indirectly based on railway operations. Failure to complete the public procurement and thus to conclude an agreement with MÁV-START Zrt. Would result in a significant loss of revenue for MÁV Service Center Zrt. In the preparation of the agreement to be concluded between MÁV-START Zrt. And MÁV Service Center Zrt., Special attention shall be paid to the fact that MÁV Service Center Zrt. IV.1.3) Information about a framework agreement or a dynamic purchasing system IV.1.4) Information about a reduction in the number of solutions or offers during the negotiated procedure or in the competitive dialogue IV.1.6) Information about electronic auction IV.1.8) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes IV.2) Administrative information IV.2.1) Previous publication (s ) concerning the same procedure IV.2.2) Time-limit for receipt of tenders or requests to participate Date: 16/03/2020 Local time: 10am IV.2.3) Date of dispatch of invitations to tender or to participate to selected candidates IV.2.4) Language (s) in which tenders or requests to participate may be drawn up: Hungarian IV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in month: 1 (from the date stated for receipt of tender) IV.2.7) Conditions for opening tenders Date: 16/03/2020 Local time: 12:00 Place: www.ekr.gov.hu Information on the rightholders and the demolition procedure: Information on the rightholders and the demolition procedure: Bids will be opened electronically in the ECR. The rules of electronic demolition are laid down in the Kbt. Section 68 (1b) and Section 424/2017. (XII. 19.) Government Decree. VI. Section 1: Additional information VI.1) Information on the recurrent nature of the procurement Public procurement is repetitive: no VI.2) Information about electronic workflows VI.3) Additional information: 1. How to make KD available: Kbt. Article 57, subject to Articles 11 (7) - (8) of the ECR Regulation, by electronic means. KD is available in the ECR from the date of publication of the AF. K provides the ATs with a sample document in KD. The prerequisite for applying for the procedure is the registration of an AT in the ECR - as provided for in the ECR Regulation. 2. Kbt. 71.§; Involvement of a new economic operator in a niche procedure: AK orders one niche once. 3. In the tender of AT, joint AT it is necessary to declare Kbt. 66 (2) and (6) (a) and (b) (including a negative statement); Yes. 67 (1) and (4). The Kbt. 66 (5) of the Kbt. Section 68 (4) requires a reading sheet to be attached; 41 / A, by filling in an electronic form. 4. AT, Attestation of Attorney and, where appropriate, subcontractor shall attach: - a copy of the signature of any person signing the declaration or of Section 9 (1) of Act V. - a written power of attorney from the person authorized to sign for the undertaking, which is not included in the extract, with the signature of the authorized representative. 5. All certificates and documents must be submitted in Hungarian. A Hungarian translation of a non-Hungarian document must be attached. 6. III.1.3) M.1. of this Regulation are stricter than the qualification criteria for inclusion on an official list of qualified ATs. 7. In the case of joint bidding, the joint tenderer agreement duly signed by the joint ATs must be included in KD. content. In the agreement, the joint AT shall assume joint and several liability for the contractual performance. The power of attorney must include that the economic operator authorized to represent ATs may act on behalf of each joint AT when making declarations in the ECR by electronic means. 8. AK a Kbt. Article 35 (8) to (9) does not permit the establishment of a winning AT (s) entity to perform the contract. K also excludes the establishment of a project company for stand-alone ATs. 9. AK does not apply Kb. Article 75 (2) (e). 10. Kbt. Article 73 (5): AK communicates in the KD the names of organizations from which AT may receive information from the Kbt. 73 (4), which must be met during performance. 11. In AF, KD, all hours are in local time. FAX 12: dr. Márta Kómár, 00341 13. Selection of the winning AT by Kbt. § 76 (2) para. (a). 14. Where a model declaration is available in the ECS as an electronic form, the declaration shall be made by completing the electronic form as part of the tender. Other provisions relating to documents transmitted in the ECL, the requirements for declarations made electronically in the ECL and, in the case of representation, electronically, the Kbt. §§ 35 (2a), 41 / A, 65 (12), 69 (11a) and 424/2017. (XII. 19.) Korm., Articles 11 and 12 (1). ECR ( https://ekr.gov.hu), registration is required under Article 6 of the EC Regulation. Issues related to the operation and use of the ECR are not issues related to the KD and therefore do not qualify as Kbt. 56. The Contracting Authority shall not reply to any request for additional information pursuant to Article 56. Information on the operation and use of the EQF is available at https://ekr.gov.hu/portal/homepage and https://nekszt.hu . A guide on using the ECF is available at: https://ekr.gov.hu/portal/tamogatas ; or http://nekszt.hu/tamogatas/ Continued in VI.4.3). VI.4) Appeals procedure VI.4.1) Body responsible for appeal procedures Official name: Public Procurement Authority Public Procurement Arbitration Committee Address: Riadó u. 5. City: Budapest Postal code: 1026 Country: Hungary E-mail: dontobizottsag@kt.hu Phone: +36 18828592 Fax: +36 18828593 VI.4.2) Body responsible for conducting the conciliation proceedings VI.4.3) Lodging of appeals Precise information on the deadline for lodging appeals: Yes. §148. VI.3) continued: 15. The winning AT will make the ownership structure known to the AK throughout the duration of the KM; Kbt. He shall immediately notify the AC of the transactions referred to in § 143 (2) - (3). 16. With respect to matters not regulated in AF, Kbt. prescribe. 17. Binding Bid: 1 month, which means 30 days, subject to Kbt. § 81 (11). 18. Business secret: Kbt. 44. § (1) - (4); Article 11 (4) ECR Regulation. 19. Contracting authority in the Kbt. Pursuant to § 81 (4), it shall carry out the part of the evaluation concerning the disproportionately low price or cost after the evaluation of the tenders. Contracting authority is Kbt. Pursuant to Article 81 para. (5), it shall evaluate the tenders after the tenders have been evaluated. VI.4.4) Service from which information about the lodging of appeals may be obtained: Official name: Public Procurement Authority Public Procurement Arbitration Committee Address: Riadó u. 5. City: Budapest Postal code: 1026 Country: Hungary E-mail: dontobizottsag@kt.hu Phone: +36 18828592 Fax: +36 18828593 VI.5) Date of dispatch of this notice: 26/02/2020 on 27 Feb 2020 for FED_MON_21 Operation of passenger information system . The last date to submit your bid for this tender was 16 Mar 2020. This tender is for the companies specializing in Passenger Information System and similar sectors.

*The deadline for this tender has passed.

Tender Organisation:

Hungary-Budapest: IT Services: Consulting, Software Development, Internet & Support 2020/S 041-097196 Invitation to tender / to participate services Legal basis: Directive 2014/24 / EU Section I: Contracting authority I.1) Name and addresses Official name: MÁV Service Center Private Limited Company National identification number: EKRSZ_54810576 Postal address: Könyves Kálmán körút 54–60. City: Budapest NUTS Code: HU110 Postcode: 1087 Country: Hungary Contact Person: dr. Katalin Kakuk E-mail: kakuk.katalin@mav-szk.hu Phone: +36 301587730 Fax: +36 15117526 (S): General address of the contracting authority: http://www.mavroup.hu I.2) Information about joint procurement I.3) Communication The tender documentation, without limitation, fully, immediately and free of charge is available at the following address: https://ekr.gov.hu/portal/kozbeszerzes/eljarasok/EKR001600252019/reszletek Further information can be obtained from the above address The offer or application must be submitted electronically: https://ekr.gov.hu/portal/kozbeszerzes/eljarasok/EKR001600252019/results Tenders or requests to participate must be sent to the address mentioned above I.4) Type of contracting authority Other type: Holding company Kbt. 5 (4) I.5) Main activity Other activities: Data processing II. Section I Subject matter II.1) Quantity of purchases II.1.1) Title: FED_MON_21 Operation of passenger information system Reference number: EKR001600252019 II.1.2) Main CPV code 72000000 II.1.3) Type of contract services II.1.4) Short description: FED_MON_21 Operation of L3 type On-board Information System II.1.5) Estimated total value or range II.1.6) Information about lots Procurement consists of lots: no II.2) Definition II.2.1) Title: II.2.2) Additional CPV code (s) 72000000 II.2.3) Place of delivery NUTS-kód: HU110 NUTS-kód: HU231 NUTS-kód: HU233 NUTS-kód: HU333 Main place of performance: Nyíregyháza, Pécs, Miskolc, Szombathely, Szeged, Budapest For installation track numbers as per Appendix 1 to Technical Specification. II.2.4) Description of the contract: Operation of 1 FEDMON21 system complete on-board passenger information system as follows: 1. the performance of the "Flat-rate Tasks" detailed in point 1 below, the consideration for which shall be provided by the public authorities. the monthly flat rate per FED_MON_21 system offered in the procedure (HUF), 2. “Non-flat fee tasks” detailed in Section 2 below, which are ordered on the basis of an individual order at the request of the Customer (hereinafter referred to as the “Customer”). Their consideration is Megr. the unique order. will be paid upon completion. The price of the flat rate and individual orders is the author. will be reduced. If the author. does not set a deadline for a task, then Megr. by uniquely h. time limit shall apply. 1. Flat-rate services: Receiving bug reports in agreed e-mail format from ITSD Ticketing system 7 x 24 hours. Service time for all of the following marked services. von: Applicable: On weekdays: 8 am-5pm; Chide. training of experts designated by the system. For operating L1 to L2 for 8 hours, max. The Megr. provided by Megr. at the date agreed with the Contractor ("Company") in advance. FED_Mon_21 is licensed by the licensing service for passenger information. , as follows. Operation Support includes: - Enhanced hotline support (advance - at the latest at the time of contract conclusion - phone number provided) - Software bug fix / Upgrade (download to wagon / server if needed) - Management policy. ensuring Providing 4 complete FED_MON_21 kits +10 SSD component buffers. within 5 business days after bonding. The main part of the defective FED_Mon_21, Shoulder for its component. is debugging, Shoulder. premises. The Shoulder. delivery to its premises is the responsibility of the customer. The Shoulder. shall, within 5 business days of receiving the Product submitted for debugging, provide a written opinion, including a repair quote, that Megr. decide whether to repair the defective part. Shoulder. the duty of the passenger. order. administration of the purchase of a defective component that cannot or cannot be repaired by the host. The economics of Megr. has the right to decide. 2. Services to be provided outside the flat rate service are ordered individually. Based on. Service time for all of the following marked services. Applicable: On working days: 8 am-5pm; Response Time: Within 2 hours of the Megr. Signal (ad hoc order) submitted through ITSD (Ticketing), the Contractor shall be required to contact the Megr. Flat-rate services: (a) Bug fixes and other non-flat rate services related to the FED_MON21 system. It fixes a bug. offer / consultation time: 5 business days from Megr.'s submission via ITSD (Ticketing); Error correction time: 20 business days after acceptance of offer. The shoulder is obliged to take over immediately the product to be repaired or damaged (as specified in the individual order). Repairs / restorations are typically Shoulder. at your site following the flat-rate debugging. Delivery to the site of Megr. task. b) FED_Mon21 For passenger information system, component and component replacement. The detailed technical content is contained in the Technical Description. II.2.5) Evaluation criteria Aspects given below Price II.2.6) Estimated value or range II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 The contract is renewable: no II.2.10) Information about variants Acceptable variants: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogs II.2.13) Information about European Union funds The procurement is related to a project and / or program financed by EU funds: no II.2.14) Additional information Details of the price evaluation criterion are given in KD II.15.1). K is not sure about the procedure. bidding. It is not possible to disassemble the services contained in the Technical Specifications, taking into account the unique and specific design of the devices. With the opening, the serv. fulfillment would be impossible. The amount in the contract is the author. up to 70% of the total amount of the order. III. Section I: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Adequacy of the tenderer / candidate to carry out the relevant professional activity, including requirements for registration in professional and trade registers List and brief description of conditions: The procedure may not be a tenderer (abbreviated as AT) or subcontractor (abbreviated as AV), nor may an economic operator subject to the provisions of the Kbt. Any of the grounds for exclusion listed in § 62 (1) to (2) shall apply. Certification: In the tender of AT - and, if applicable, the organization providing the capacity - Kbt. According to § 67 (1) - (2) and Government Decree 321/2015 (X. 30.), § 1 (1) and § 3 (2) - (3) of the Single European Act By submitting a Public Procurement Document, you must first prove that you do not fall under the required exclusion grounds. The Kbt. Pursuant to Article 67 (4), the tender must include a statement by AT that it will not use the Public Procurement Act to perform the contract. Article 62 (1) - (2), which is subject to exclusion grounds. By the contracting authority (AK), the Kbt. Pursuant to § 69 (4) to (7), ATs are requested to submit certificates of exclusion on the basis of Article 321/2015. (X. 30.) Government Decree §§ 8, 10 and 12-16. Of the Act, it must prove that it does not fall within the exclusion grounds provided for in the proceedings. Certificates shall not be required if the contracting authority is a Kbt. In accordance with Article 69 (11), he directly accesses databases not mentioned in the relevant provisions, which prove the absence of grounds for exclusion, and the economic operator has indicated their availability in the Single European Procurement Document. AK draws attention to the Kbt. 64 and § 74 (1) (b). K defined the terms of participation (exclusion reasons) more strictly than the requirements for qualified ATs, (X. 30.) Corm. R. Pursuant to the application of Article 12, the Contracting Authority shall accept for the exclusion of any ground for exclusion that the tenderer justifies its inclusion in the official list of qualified ATs. The corm. R. Pursuant to Article 13, the tenderer must enclose with his tender in the case of an ongoing change registration procedure the application for change registration filed with the Commercial Court and the certificate of its receipt sent by the Commercial Court. If there is no pending change registration procedure, the tenderer is required to make a statement. A negative statement must also be attached. No. 321/2015. (X. 30.) Corporal rend. Pursuant to Article 1 (7), certificates issued for the reasons of exclusion may be submitted (used) as long as the fact stated in the certificates or the certificate is not valid. data content is real. Unless proven otherwise, K shall assume the accuracy of the information without a specific statement by the tenderer. The Kbt. Pursuant to Article 69 (11a), the economic operator shall not be required to provide a certificate which has already been submitted electronically in the ECT in the previous procurement procedure to the same AC in the absence of any grounds for exclusion. In this case, the economic operator shall declare which certificate he has submitted in the previous procedure to be taken into account in the evaluation. The CC shall examine whether the previously submitted certificate satisfies the substantive requirements applicable to the certificate to be submitted in a given procurement procedure, whether or not the previous certificate indicates, where appropriate, which one has been issued for use in the procurement procedure. For reasons of exclusion, certificates issued prior to the commencement of public procurement may be submitted (used) as long as the fact or data contained in the certificates is true. Unless proven otherwise, the contracting authority assumes the truth of the data without a specific statement by the tenderer. III.1.2) Economic and financial capacity List and brief description of selection criteria: Contracting authority is Kbt. Article 65 para. (2) does not impose any requirement of economic and financial standing in the main proceedings. Minimum level (s) of standards possibly required: Contracting authority is Kbt. Article 65 para. (2) does not impose any requirement of economic and financial standing in the main proceedings. III.1.3) Technical capacity or professional capacity List and brief description of selection criteria: Preliminary certification: With regard to the eligibility criteria, AT shall include in its tender Kbt. Article 67 (1) to (2) and Article 321/2015. (X. 30.) of the Government of the Republic of Hungary on the submission of the Single European Public Procurement Document, it must prove in advance that it meets the required eligibility criteria. K accepts the prior declaration of the economic operator concerned in the pre-certification of the Single European Procurement Document - Annex IV. by filling in part a) - without requesting detailed information. The Kbt. § 67 (3) cf. Under this provision, the organization providing its capacity is required to demonstrate compliance with the relevant eligibility criteria in the same way as the required means of certification. The submission of the declaration shall be governed by Law 321/2015. (X. 30.) Government Decree § 3 (3). In addition, the Kbt. § 65 (7), (9), (11), (12). In case of joint bidding, the Kbt. 65. § (6), a 321/2015. (X. 30.) Korm. Post Certification: The Kbt. Tenderers invited under Article 69 (4) to (7) shall comply with the eligibility criteria pursuant to Article 321/2015. (X. 30.) Government Decree IV. shall be certified in accordance with the rules set out in Chapter II. M.1. A description of the measures taken and the means of investigation and research carried out in accordance with Article 21 (3) (c) Kr. Verification: Attachment of a manufacturer's statement of support issued by the manufacturer of FED_MON21 or its authorized representative in Hungary stating that, during the term of the FED_MON21 system under contract, the Supplier will ship or ship this item through the public contractor procedure, and no repair / maintenance on the device by the Offeror will result in loss of warranty. Minimum level (s) of standards possibly required: M.1. Unsuitable tenderer if he does not have a statement of support from the manufacturer of FED_MON21 or his authorized representative in Hungary stating that the manufacturer or his representative is responsible for the delivery of the factory parts for the equipment during the term of the FED_MON21 system. is covered by the contract to be awarded as a result of this procurement procedure and no repair / maintenance on the device by the Bidder will void the warranty. III.1.5) Information about reserved contracts III.2) Conditions relating to the contract III.2.1) Information about a particular profession (qualification) III.2.2) Conditions relating to the performance of the contract: Penalty Fee: For flat rate services, the author will be charged. service affected by violation net operating fee, in the case of non-flat rate services, the contract. non-flat rate service affected by a violation net value calculated on the basis of worksheet quantities, delay: 1% per day, max. 20% of the penalty fund; defective performance: if Customer does not request repair / replacement but receives the product in case of defect: 20%, if Customer requests replacement / repair: 1% per day, max. 20% of the penalty fund; failure: max, 20%; Warranty: 6 months for service and result products, 12 months for replacement parts. The winner AT is entitled to issue and submit 1 invoice per month after completing his / her tasks without any errors. K does not provide an advance payment. Further details on the performance of the contract are contained in the draft contract. III.2.3) Information on persons involved in the performance of a contract ARC. Section 1: Procedure IV.1) Definition IV.1.1) Type of procedure Open procedure Accelerated procedure Reason: The absence or delay of this procurement implies the risk of delays and delays in all processes (investments, maintenance, operational operation, etc.) which are directly or indirectly based on railway operations. Failure to complete the public procurement and thus to conclude an agreement with MÁV-START Zrt. Would result in a significant loss of revenue for MÁV Service Center Zrt. In the preparation of the agreement to be concluded between MÁV-START Zrt. And MÁV Service Center Zrt., Special attention shall be paid to the fact that MÁV Service Center Zrt. IV.1.3) Information about a framework agreement or a dynamic purchasing system IV.1.4) Information about a reduction in the number of solutions or offers during the negotiated procedure or in the competitive dialogue IV.1.6) Information about electronic auction IV.1.8) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes IV.2) Administrative information IV.2.1) Previous publication (s ) concerning the same procedure IV.2.2) Time-limit for receipt of tenders or requests to participate Date: 16/03/2020 Local time: 10am IV.2.3) Date of dispatch of invitations to tender or to participate to selected candidates IV.2.4) Language (s) in which tenders or requests to participate may be drawn up: Hungarian IV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in month: 1 (from the date stated for receipt of tender) IV.2.7) Conditions for opening tenders Date: 16/03/2020 Local time: 12:00 Place: www.ekr.gov.hu Information on the rightholders and the demolition procedure: Information on the rightholders and the demolition procedure: Bids will be opened electronically in the ECR. The rules of electronic demolition are laid down in the Kbt. Section 68 (1b) and Section 424/2017. (XII. 19.) Government Decree. VI. Section 1: Additional information VI.1) Information on the recurrent nature of the procurement Public procurement is repetitive: no VI.2) Information about electronic workflows VI.3) Additional information: 1. How to make KD available: Kbt. Article 57, subject to Articles 11 (7) - (8) of the ECR Regulation, by electronic means. KD is available in the ECR from the date of publication of the AF. K provides the ATs with a sample document in KD. The prerequisite for applying for the procedure is the registration of an AT in the ECR - as provided for in the ECR Regulation. 2. Kbt. 71.§; Involvement of a new economic operator in a niche procedure: AK orders one niche once. 3. In the tender of AT, joint AT it is necessary to declare Kbt. 66 (2) and (6) (a) and (b) (including a negative statement); Yes. 67 (1) and (4). The Kbt. 66 (5) of the Kbt. Section 68 (4) requires a reading sheet to be attached; 41 / A, by filling in an electronic form. 4. AT, Attestation of Attorney and, where appropriate, subcontractor shall attach: - a copy of the signature of any person signing the declaration or of Section 9 (1) of Act V. - a written power of attorney from the person authorized to sign for the undertaking, which is not included in the extract, with the signature of the authorized representative. 5. All certificates and documents must be submitted in Hungarian. A Hungarian translation of a non-Hungarian document must be attached. 6. III.1.3) M.1. of this Regulation are stricter than the qualification criteria for inclusion on an official list of qualified ATs. 7. In the case of joint bidding, the joint tenderer agreement duly signed by the joint ATs must be included in KD. content. In the agreement, the joint AT shall assume joint and several liability for the contractual performance. The power of attorney must include that the economic operator authorized to represent ATs may act on behalf of each joint AT when making declarations in the ECR by electronic means. 8. AK a Kbt. Article 35 (8) to (9) does not permit the establishment of a winning AT (s) entity to perform the contract. K also excludes the establishment of a project company for stand-alone ATs. 9. AK does not apply Kb. Article 75 (2) (e). 10. Kbt. Article 73 (5): AK communicates in the KD the names of organizations from which AT may receive information from the Kbt. 73 (4), which must be met during performance. 11. In AF, KD, all hours are in local time. FAX 12: dr. Márta Kómár, 00341 13. Selection of the winning AT by Kbt. § 76 (2) para. (a). 14. Where a model declaration is available in the ECS as an electronic form, the declaration shall be made by completing the electronic form as part of the tender. Other provisions relating to documents transmitted in the ECL, the requirements for declarations made electronically in the ECL and, in the case of representation, electronically, the Kbt. §§ 35 (2a), 41 / A, 65 (12), 69 (11a) and 424/2017. (XII. 19.) Korm., Articles 11 and 12 (1). ECR ( https://ekr.gov.hu), registration is required under Article 6 of the EC Regulation. Issues related to the operation and use of the ECR are not issues related to the KD and therefore do not qualify as Kbt. 56. The Contracting Authority shall not reply to any request for additional information pursuant to Article 56. Information on the operation and use of the EQF is available at https://ekr.gov.hu/portal/homepage and https://nekszt.hu . A guide on using the ECF is available at: https://ekr.gov.hu/portal/tamogatas ; or http://nekszt.hu/tamogatas/ Continued in VI.4.3). VI.4) Appeals procedure VI.4.1) Body responsible for appeal procedures Official name: Public Procurement Authority Public Procurement Arbitration Committee Address: Riadó u. 5. City: Budapest Postal code: 1026 Country: Hungary E-mail: dontobizottsag@kt.hu Phone: +36 18828592 Fax: +36 18828593 VI.4.2) Body responsible for conducting the conciliation proceedings VI.4.3) Lodging of appeals Precise information on the deadline for lodging appeals: Yes. §148. VI.3) continued: 15. The winning AT will make the ownership structure known to the AK throughout the duration of the KM; Kbt. He shall immediately notify the AC of the transactions referred to in § 143 (2) - (3). 16. With respect to matters not regulated in AF, Kbt. prescribe. 17. Binding Bid: 1 month, which means 30 days, subject to Kbt. § 81 (11). 18. Business secret: Kbt. 44. § (1) - (4); Article 11 (4) ECR Regulation. 19. Contracting authority in the Kbt. Pursuant to § 81 (4), it shall carry out the part of the evaluation concerning the disproportionately low price or cost after the evaluation of the tenders. Contracting authority is Kbt. Pursuant to Article 81 para. (5), it shall evaluate the tenders after the tenders have been evaluated. VI.4.4) Service from which information about the lodging of appeals may be obtained: Official name: Public Procurement Authority Public Procurement Arbitration Committee Address: Riadó u. 5. City: Budapest Postal code: 1026 Country: Hungary E-mail: dontobizottsag@kt.hu Phone: +36 18828592 Fax: +36 18828593 VI.5) Date of dispatch of this notice: 26/02/2020

Tender Service:

Worldwide

Tender Region:

Tender Country:

Tender CPV:

48813000 : Passenger Information System

Tender Document Type:

Tender Notice

Tender Description:

FED_MON_21 Operation of passenger information system

Tender Bidding Type:

Publish Date: 27 Feb 2020

Deadline Date: 16 Mar 2020

  • 1 week to go
  • 15 Days to go
  • More than 15 days to go

Get A Callback Within 24 Hours

Fill form below to get callback from Tender Experts.

753981

Explore More Passenger Information System Tenders in Hungary, Europe, and Worldwide

Looking for more tenders like this one in Passenger Information System? With over 70 million global procurement opportunities and new tenders added daily, Tender Impulse is your gateway to international and local contracting success. Whether you're targeting the Traffic Management sector in Hungary, or expanding across regions, we provide live, accurate, and relevant updates every day.

Our platform sources tenders from:

  • National and local government portals
  • International development and funding agencies
  • Municipal corporations and state authorities
  • NGOs, education ministries, and public-private partnerships

Daily Tender Updates Across 200+ Countries

Every day, we add hundreds of new RFPs, RFQs, EOIs, and contract awards across multiple sectors and geographies. This tender from Hungary is just a sample of what's available right now.

Tender Impulse covers:

  • Public procurement tenders
  • International development projects
  • Local municipal bids
  • Private and PPP contracts
  • Framework agreements and supply tenders

Search Smarter with CPV and Industry Matching

Each listing is categorized using CPV codes like 48813000, enabling precise filtering. Search by:

  • Tender type: RFP, RFQ, EOI, GPN, Contract Awards
  • Location: Hungary, Europe, or global
  • Industry: Traffic Management
  • Deadline and issue date
  • Issuing organization or funding agency

Opportunities in Every Industry and Region

While you're viewing a tender in Hungary, Tender Impulse offers access to tenders across:

  • Asia, Europe, Africa, the Americas, and Oceania
  • Defence, Energy, Healthcare, Construction, Education, IT, Agriculture, and more
  • All CPV categories—from consultancy to infrastructure

Tools to Help You Succeed

Tender Impulse provides more than listings:

  • Custom email alerts by CPV and location
  • Downloadable bid documents and submission support
  • Registration guidance and compliance tools
  • Translation support for non-English tenders
  • Proposal writing tips and examples

Stay Ahead with Real-Time Updates

Thousands of new tenders are added daily-across countries, sectors, and CPV codes. With Tender Impulse, you gain strategic insight, timely alerts, and a competitive edge.

Start your free trial to unlock tenders customized to your Traffic Management, Hungary, and Passenger Information System categories.

Tender by Region

Tender by Sector

Tender by Country