INVITATION FOR PARTICIPATION

Similar documents
2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

United Kingdom-Sheffield: Urban planning and landscape architectural services 2016/S Contract notice. Services

Republic of Latvia. Cabinet Regulation No. 50 Adopted 19 January 2016

Sub-granting. 1. Background

Germany-Frankfurt-on-Main: ECB - Provision of travel services 2017/S Contract notice. Services

EUROPEAN COMMISSION DIRECTORATE-GENERAL JUSTICE

Call for proposals DG EAC/21/06

STANDARD GRANT APPLICATION FORM 1 REFERENCE NUMBER OF THE CALL FOR PROPOSALS: 2 TREN/SUB

GRANT APPLICATION FORM 1

Chapter Two STATE FUNCTIONS FOR ENERGY EFFICIENCY PROMOTION Section I Governing Bodies

2011 Call for proposals Non-State Actors in Development. Delegation of the European Union to Russia

Part I. Project identification and summary

Contract notice. Works

DRAFT. Erasmus+ Application Form - Call: Learning Mobility of Individuals. VET learner and staff mobility. General Information.

Part I. Project identification and summary

CALL FOR PROPOSALS HOME/2014/PPXX/AG/SPBX NEW INTEGRATED MECHANISMS FOR COOPERATION BETWEEN PUBLIC AND PRIVATE ACTORS TO IDENTIFY SPORTS BETTING RISKS

Erasmus+ General Information. Context. Application Form Call: KA2 Cooperation and Innovation for Good Practices

CALL FOR PROPOSALS DG EAC No EAC/18/2011. Preparatory Action in the Field of Sport (Open call) (2011/C 131/09) Guidelines for Applicants

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification

European Centre for Press and Media Freedom

SEEDLING. Introduction of the UN Sustainable Development Goals in Schools in South Eastern Europe. Small Grants Programme. Call for Proposals

Open call for proposals VP/2004/021. Initiatives to promote gender equality between women and men, including activities concerning migrant women

CALL FOR PROPOSALS CNECT /2016. Subtitling European cultural TV contents across all Europe

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification

CONTRACT SPECIFICATION

DRAFT. Erasmus+ Application Form - Call: Learning Mobility of Individuals. Adult education staff mobility. General Information.

HERCULE III PROGRAMME CALL FOR PROPOSALS REF. Hercule III 2014 ANTI-FRAUD TRAINING E PROGRA MME ANTI-FRAU

Call for proposals 2013 for pilot projects EU AID VOLUNTEERS. Guidelines for Grant Applicants. Contents

CALL FOR PROPOSALS LOCAL INITIATIVES ON INTER-MUNICIPAL COOPERATION IN MOLDOVA

STANDARD GRANT APPLICATION FORM FOR "GRANTS FOR AN ACTION" *

DISCLAIMER. This document represents a template of an application form. It must not be used for real applications to a National Agency.

Grünenthal Norway AS - Methodological Note

Erasmus+ Application Form. Call: 2014 KA2 Cooperation and Innovation for Good Practices. A. General Information. B. Context

Date of Publication: 13 December Deadline for tenders: 17 January 2018

Support for Applied Research in Smart Specialisation Growth Areas. Chapter 1 General Provisions

Erasmus+ Application Form. Call: Learning Mobility of Individuals. A. General Information. B. Context. B.1. Project Identification

Support for awareness raising activities about the value of Intellectual Property and the damages of counterfeiting and piracy

Norway-Oslo: Architectural, construction, engineering and inspection services 2016/S Design contest notice

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax: Town: København S Postal code: 2300 Country: Denmark (DK)

CALL FOR PROPOSALS EAC/S15/2013. Creative Europe Programme

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. Learning Mobility of Individuals

Application Form Call: Learning Mobility of Individuals. Programme and Partner Countries. Mobility of Learners and Staff

*Note: An update of the English text of this Act is being prepared following the amendments in SG No. 59/ , SG No. 66/26.07.

Terms of Reference for the production of a Brand Visual Identity Manual for the Nigerian National Accreditation Body

Call for proposal Provision of external expertise for EIT Health InnoStars January 10, 2018

Heritage Grants - Receiving a grant. Mentoring and monitoring; Permission to Start; and Grant payment

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

Guidelines. Application template Call 2018 KA2 - Cooperation for Innovation and the Exchange of Good Practices KA229 - School Exchange Partnerships

Model Agreement between Lead Partners and partners of an INTERREG IVC project (Partnership Agreement) 1

4RE Resource Efficiency Waste Prevention Implementation Fund

PROCUREMENT PROCEDURE FOR A PROJECT INFORMATION MANAGEMENT SYSTEM

European Voluntary Humanitarian Aid Corps. Call for proposals 2011 for "pilot projects" Guidelines for grant applicants

Contracting Authority: European Commission (EuropeAid) PRO INVEST. Guidelines for grant applicants

Joint Operational Programme Romania Republic of Moldova

CORRIGENDUM no.1 to Guidelines

CREATIVE EUROPE ( ) Culture Sub-programme. Call for proposals : EACEA 32/2014 : European cooperation projects

Education, Audiovisual and Culture Executive Agency GRANT DECISION FOR AN ACTION. Decision Nr

Call for proposals. COSME Enterprise Europe Network 2015/2020 COS-WP EUROPEAN COMMISSION

Model. Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. KA1 - Learning Mobility of Individuals

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax: Town: København S Postal code: 2300 Country: Denmark (DK)

Frequently Asked Questions

Public Diplomacy, Policy Research and Outreach Devoted to the European Union and EU-Canada Relations

Mobility project for VET learners and staff

Developing broadband access in Hungary

Guidance note on Comenius Regio Partnership project reporting 2013 for beneficiaries

1. INTRODUCTION BACKGROUND

Erasmus for Young Entrepreneurs Users Guide

CIVIL SOCIETY FUND. Grants for Civil Society Organisations PART 2

PREVENTION OF AND FIGHT AGAINST CRIME TARGETED CALL FOR PROPOSALS ACTION GRANTS 2011

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. Learning Mobility of Individuals

Incentive Guidelines Network Support Scheme (Assistance for collaboration)

SERVICE PROCUREMENT NOTICE Comprehensive strengthening of the capacities of the Agency for Vocational Education and Training Republic of Croatia

Terms of Reference for the Recruitment of a Trainer

European Investment Bank

Procurement Processes Policy

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. Learning Mobility of Individuals

Support for TELEVISION PROGRAMMING of Audiovisual European Works

FREQUENTLY ASKED QUESTIONS (FAQ)

Policy Rules for the ORIO Grant Facility

ANNEX III FINANCIAL AND CONTRACTUAL RULES I. RULES APPLICABLE TO BUDGET CATEGORIES BASED ON UNIT CONTRIBUTIONS

CALL FICHE 1 SCIENCE IN SOCIETY 2009

SCOTTISH ENTERPRISE REGIONAL AND SME INVESTMENT AID SCHEME

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued:

Supplier Guidance: Responding to Tenders

GENERAL TENDER CONDITIONS

Participating in the 7th Community RTD Framework Programme. Athens 28/2/07 SSH Information Day

Call for Expert Recruitment for Clusters Twinning Programme launched by the EU COSME Project TRACE-KEI

H2020 Work Programme : Spreading Excellence and Widening Participation Call: H2020-TWINN-2015: Twinning Frequently Asked Questions (FAQ)

LIFE Technical Assistance Guidelines for applicants 2015

Transatlantic Strategy Forum

Specific Call for Proposals Mainstreaming Corporate Social Responsibility (CSR) Among SMEs Grant Programme 2005

and Commission on the amended Energy Efficiency Directive and Renewable Energies Directives. Page 1

CALL FOR PROPOSALS No. GOG/02_2017/01

CALL FOR PROPOSALS. GRANT FOR ROMACT "SUPPORT ORGANISATIONS" IN SLOVAKIA SRSGRoma/SPU/2017/27. Joint EU/CoE Projects ROMACT3 and ROMACT4

Erasmus+ Application Form. Call: A. General Information. B. Context. B.1. Project Identification. Learning Mobility of Individuals

Contracting Authority: Delegation of the European Union to Lebanon. Cultural Activities Lebanon. Guidelines for grant applicants

Health programme Call New ways for supporting your plans

Application template Call 2018 Guidelines National Agency Context: Participating Organisations:

Proposal template European Strategic Cluster Partnerships for smart specialisation investments

Call title: Science in Society 2013

Transcription:

I. INVITATION FOR PARTICIPATION EUROPEAN UNION Supplementary Publication of the Official Journal of the European Union 2, rue Mercier, L-2985 Luxembourg Fax: (352) 29 2942670 Email: mp-ojs@opoce.cec.eu.int Information and on-line forms: http://simap.eu.int I. SECTION I CONTRACTING AUTHORITY I.1) NAME, ADDRESS AND CONTACT PO Official name: VÁTI Magyar Regionális Fejlesztési és Urbanisztikai Nonprofit Kft. Postal address: Gellérthegy u. 30-32 OINT(S) INVITATION FOR PARTICIPATION Town/City/Village Budapest Contact point(s): To: Legal Office Postcode: 1016 Country: Hungary Phone: 457-5503 E-mail: frank.agnes@vati.hu; aszeloczei@ @vati.hu; kalapati@vati.hu Fax: 224-3189 Internet address(es) (if applicable) Contracting authority s usual address (URL): User page address (URL): Additional information can be obtained at the following address: [] The same as the above-mentioned contact point(s) [x] If different please complete Annex A.I The documentation and other documents (including those concerning the competitive dialogue and the dynamic purchasing system) can be obtained at the following address: [x] The same as the above-mentioned contact point(s) [ ] If different please complete Annex A.II Bids or applications for participation must be submitted at the following address: [x] The same as the above-mentioned contact point(s) [] If different please complete Annex A.III

1.2) CONTRACTING AUTHORITY S TYPE AND MAIN ACTIVITY OR ACTIVITIES [ ] Ministry or other national or federal authority and their regional and local bodies [ ] National or federal office/bureau [ ] Regional or local authority [ ] Regional or local office/bureau [x] Body governed by public law [ ] European institution/authority or international organisation [ ] Other (specify): [ ] General public services [ ] Defence [ ] Public order and safety [ ] Environmental protection [ ] Economy and finance [ ] Public health [ ] Housing and community recreation [ ] Social protection [ ] Leisure time, culture and religion [ ] Education [x] Other (specify): Regional development; Town planning Does the contracting authority conduct the purchasing procedure in other contracting authority s name? yes [ ] no [x] SECTION II: SUBJECT-MATTER OF THE CONTRACT II.1) DEFINITION II.1.1 ) Title assigned by the contracting authority to the contract Evaluation of the Hungary-Romania Cross-Border Cooperation Programme 2007-2013. II.1.2) Type of contract and place of performance ( Select only one category goods purchase or service, the corresponds most to the subject-matter of the contract or public purchase(s)) a) Building project [ ] b) Purchase of goods [ ] c) Service order [x] Implementation [ ] Sale and purchase [ ] Design and implementation Implementation using any means, any method, in accordance with the requirements specified by the contracting authority [ ] [ ] Leasing Renting Purchase by instalments A combination of the above/other [] [] [] [] Service category 11 (For the service categories 1-27 see Annex II of Directive 2004/18/EC

Place of performance NUTS code Place of performance NUTS code II.1.3) A notice concerns one of the following aims Place of performance Hungary, Romania NUTS code: HU323, HU321, HU332, HU333, RO4 Implementation of public procurement [x] Establishment of a dynamic purchasing system (DBR) [ ] Conclusion of a framework agreement [ ] II.1.4) Information concerning the framework agreement (if applicable) Framework agreement with several bidders [ ] Number of the participants of the planned framework agreement OR, if applicable, maximum number Framework agreement with one bidder [ ] Duration of the framework agreement: Duration in year(s): or in month(s): Reasons if the duration of the agreement exceeds four years: Estimated total value of the public procurements for the entire duration of the framework agreement (only in figures): Estimated value excluding VAT: Currency: OR: and between Currency: Value and frequency of the contracts to be concluded under the framework agreement (closest possible figures): II.1.5) Definition of the contract/subject matter of the contract Contract for work for the Evaluation of the Hungary-Romania Cross-Border Cooperation Programme 2007-2013. II.1.6) Common Procurement Vocabulary (CPV) Main vocabulary Supplementary vocabulary (if applicable) Main subject-matter 79419000-4 II.1.7) Is the contract subject to the Government Procurement Agreement (GPA)?

yes [x] no [ ] II.1.8) Bids for parts (several copies of Annex B may be used, if applicable, for providing the detailed information regarding the parts) yes [ ] no [x] If yes bids can be submitted with respect to (check only one): one part [ ] one or several parts [ ] all parts [ ] II.1.9) Are variants acceptable (alternative bids)? yes [ ] no [x] II. 2) CONTRACT-BASED QUANTITY OR SCOPE OF APPLICATION II.2.1) Entire quantity (if applicable, including all parts and options) Evaluation of the Hungary-Romania Cross-Border Cooperation Programme 2007-2013. If it is known, the estimated value excluding VAT (in only figures): 120000 Currency: EUR OR: and between Currency: II.2.2) Purchase right (option) (if applicable) yes [ ] no [X] If yes, description of the purchase right: If it is known, the planned date of the exercising of the purchase right options: in months: or, in days: (of the date of conclusion of the contract) Number of extensions (if any): or: and between If it is known, in the case of recurring contracts for the purchase of goods or the ordering of a service, please indicate the planned date of the additional contracts: in months: or, in days: (of the date of conclusion of the contract) II.3) THE DURATION OF THE CONTRACT, OR THE DATE OF COMPLETION OR THE PERFORMANCE DEADLINE The duration in month(s): or, in days: (of the date of conclusion of the contract) OR: starting from 01/09/2011 (day/month/year) completion 31/12/2013 (day/month/year)

PHASE III: LEGAL, BUSINESS, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS CONCERNING THE CONTRACT III.1.1) Collateral obligations securing the contract (if applicable) Default penalty (in the case of late performance: 1% of the net contracting fee maximum for 20 days, or the full failure of performance: 30% of the net contracting fee. III.1.2) Main financing and payment conditions and/or reference to the applicable legal provisions Contracting authority will pay in euro on the basis of an invoice, taking into account 305(3) of the Public Procurement Act in accordance with the contract which is part of the documentation. III.1.3) The business company or legal person (if applicable) to be established by the winners submitting a joint bid: not required. III.1.4) Do other special conditions apply to contractual performance? yes [ ] no [x] (if applicable) If yes, description of the special conditions III.2) CONDITIONS OF PARTICIPATION III.2.1) Data concerning the personal position of the bidder/applicant for participation (grounds for refusal), including the requirements concerning registration in professional or company registers. Data required for the certification of compliance with the requirements and the required certification method: In the procedure, may not become an applicant for participation, a subcontractor or an organisation providing resources those: - against whom grounds for refusal exist in accordance with 60(1) of the Public Procurement Act (Act); - against whom grounds for refusal exist in accordance with 61(1)(a-d) and 62(1) of the Act. The applicant for participation and its subcontractor intended to be used at an extent

that exceeds ten percent of the public procurement value, and the organisation providing resources to the applicant: - must state in the application for participation or in writing that no ground for refusal exists with respect to it pursuant to 60(1) of the Act or 61(1)(a)-(d) of the Act, or may certify in its application for participation that no ground for refusal exists with respect to it (notarized declaration, certificate issued by the Tax Authority or the Hungarian Finance and Customs Guard, company register extract)- the applicant for participation, its subcontractor intended to be used at an extent that exceeds ten percent of the public procurement value, and the organisation providing resources for the applicant for participation must certify pursuant to 63(2) b, of the Act, within the deadline for submitting bids unless they do not appear in the free of public due database in accordance with the Rules of Taxation. III.2.2) Economic and financial eligibility Data required for the certification of eligibility and the required certification method: With respect to the applicant for participation and the subcontractor intended to be used at an extent exceeding 10%: P/1. A declaration of each financial institution where a current account is kept, issued on or after the day of the announcement of the invitation for participation, with the following content: - the account number of each account managed by it, - the date on which the account was opened, - no payment was overdue due to the lack of funds within 2 years prior to the date of the sending of the invitation for participation, or if yes, for how long and the amount 66(1) of the Act. Minimum eligibility requirement(s) (if applicable): An applicant for participation or a subcontractor intended to be used at an extent exceeding 10% is ineligible if: P/1. based on the declaration of the account managing financial institution, issued on the day of the announcement of the invitation for participation, there had been payment items over the 2 years preceding the announcement of the invitation for participation which had been overdue due to the lack of funds for more than 30 days and for minimum 1.000.000 HUF. III.2.3) Technical and professional eligibility Data required for the certification of eligibility and the required certification method: With respect to the applicant for Minimum eligibility requirement(s) (if applicable): An applicant for participation or a subcontractor intended to be used at an

participation and the subcontractor intended to be used at an extent exceeding 10%: M/1. The name, qualification and experience of the experts intended to be involved in performance, with the following certificates: - a completed and signed copy of the CV included in the documentation, - a simple copy of the documents attesting the education and qualification of the experts, based on which it is possible to state the data necessary for the judgement of eligibility and professional experience. The requirements concerning technical and professional eligibility must be met by the applicant, by each of the applicants for participation in the case of a joint bid, and jointly by all subcontractors intended to be used at an extent exceeding 10%. M/2. Description of the tools, facilities and equipment available for performance. extent exceeding 10% is ineligible if: M/1. it does not have the following experts: a) 1 person, a project manager expert: who has an experience of 3 years in the management of programming, implementation, monitoring evaluation b) at least 2 senior experts, who have an experience of 3 years in the management of programming, implementation, monitoring evaluation c) at least 2 other junior experts with an experience in the evaluation of programs. The experts must have experience in development policies, planning and analysis. Requirement the proven experience in evaluation of EU Programmes and indepth knowledge of Programme evaluation methods and tools. The Tenderer has to provide a list of references covering the experience in the field of Programme evaluations. III.2.4) Reserved contracts (if applicable) yes [ ] no [x] The contract is reserved for protected workshops [ ] M/2. it does not have the following IT, infrastructural background: - notebook, projector. The contract is to be performed within the framework of projects for the creation of protected jobs [ ] III. 3) SPECIAL CONDITIONS FOR CONTRACTS FOR THE ORDERING OF SERVICES III.3.1) Is the provision of the service linked to a special occupation (qualification)? yes [ ] no [x] If yes, reference to the applicable legal provision: III.3.2) Is the organisation obliged to report the name and qualification of the individuals personally contributing to the provision of the service? yes [x] no [ ]

PHASE 4: PROCEDURE IV.1) TYPE OF PROCEDURE IV.1.1) TYPE OF PROCEDURE Open [ ] Restricted [ ] Accelerated restricted [ ] Reason for the application of an accelerated procedure: Negotiated [ ] Accelerated negotiated [x] Have the applicants for participation selected, designated yet? yes [ ] no [ ] If yes, specify the name and address of the selected applicants for participation in VI.3. Further information Reason for the application of an accelerated procedure: Based on 124(2)(b) of the Act, as the subject-matter of the procurement is complex. In view of the above, in the interest of the operability and high professional standard of the system, in the opinion of the contracting authority, it is not possible to evaluate the technical content of the bids and the qualification of the individual technical requirements on the basis of the bids submitted by the bidders in writing, therefore, in the interest of choosing the most beneficiary bid, it is necessary to determine the contractual conditions through negotiations, and as the subject-matter of the procurement cannot be defined so as to include everything, therefore, the related price cannot be requested in such a way. Competitive dialogue [ ]

IV.1.2) Number or quota of applicants to be invited for bidding or participation (in the case of restricted and negotiated procedures and competitive dialogues) Number OR: minimum and, if applicable, maximum Objective criteria to restrict the number of applicants: The contracting authority specifies no number of quota. IV.1.3) Reduction of the number of bidders in the course of the negotiations or competitive dialogue (negotiated procedure, competitive dialogue) Has multi-stage procedure been used in order to gradually reduce the number of solutions to be discussed and bids to be negotiated? yes [ ] no [x] IV. 2) Evaluation criteria IV.2.1) Evaluation criteria (check the applicable only) Lowest price [ ] OR Generally most favourable bid, as specified below [x] [x] the criteria specified below (the criteria must be weighted criteria, or if weighting is proven impossible must be specified in an order of importance, starting with the most important criteria) [ ] the criteria specified in the documentation, the invitation for tender/participation, the invitation to tender, or the information sheet Criteria 1. Gross price (EUR) 15 2. 3. 4. Offered evaluation methodology: Professional quality of the proposed methodology (including compliance with the detailed task description), transparency and well-foundedness Offered evaluation methodology: completeness of the planned results (including the completeness of the Work Plan and taking into account the special features of the project) Offered evaluation methodology: Organisation and co-ordination (offered publicity possibilities) IV.2.2) Is electronic auction applied? yes [ ] no [x] Weight number 20 15 15

If yes, additional information regarding electronic auction (if necessary) IV.3) ADMINISTRATIVE INFORMATION IV.3.1) Reference number assigned by the contracting authority to the file (if applicable) IV.3.2) Has an announcement been made with respect to the given contract yet? yes [ ] no [x] If yes Preliminary summary information [ ] Announcement published on the user page [ ] Announcement number in HL: /S (day/month/year) Other earlier announcement (if applicable) [ ] Announcement number in HL: /S (day/month/year) Announcement number in HL: /S (day/month/year) IV.3.3) Conditions of obtaining the documentation and the other documents (except for DBR) or information sheets (in the case of competitive dialogue) Deadline of obtaining the documentation Date: 14.07.2011 (day/month/year) Time: 10:00 Do applicants have to pay for the documentation? yes [x] no [ ] If yes, price (in figures): 37500 Currency: HUF Conditions and method of payment: The documentation fee (30.000,- HUF + 25% VAT) shall be paid on the account no. 10032000-00286150-00000017 of the contracting authority. (Title: HU-RO programme evaluation documentation fee) The documentation shall be sent via email after showing the certificate which proves the transfer. Assigning the documentation is not allowed. IV.3.4) Deadline for submitting bids and the deadline for participation Date: 14.07.2011 (day/month/year) Time: 10:00 IV.3.5) Sending the invitation to tender to selected applicants (if known) (in the case of restricted and negotiated procedures and competitive dialogues) Date: 27.07.2011 (day/month/year)

IV.3.6) Language(s) in which the bids and applications for participation can be submitted EN HU Other: IV.3.7) Minimum period during which the bidder is bound to keep open its bid (in the case of open procedures) till (day/month/year) OR in month(s): or in day(s): (reckoned from the submission deadline) IV.3.8) Conditions of bid opening Date: (day/month/year) Date and time: 08.08.2011 (day/month/year) Time: 10:00 Place (if applicable): I.1. point. Persons entitled to be present at the opening of the bids? (if applicable) yes [x] no [ ] According to 80(2) of the Public Procurement Act. SECTION VI: ADDITIONAL INFORMATION VI.1) (if applicable) yes [ ] no [x] If yes, the planned date of the other announcements: VI.2) IS THE CONTRACT CONNECTED WITH AN EU-FINANCED PROJECT AND/OR PROGRAMME? yes [x] no [ ] If yes, please indicate the name of the project(s) and/or programmes(s) and all other useful bases of reference: HU-RO TA VI.3) ADDITIONAL INFORMATION (if applicable) 1) The contracting authority allows the submission of unavailable documents in accordance with 112 of the Act. 2) Date and time of opening the applications for participation: Date: 14.07.2011 (day/month/year) Time: 10:00. Venue: Contracting authority s registered office (1016 Budapest, Gellérthegy u. 30-32.) Participation at the opening procedure: in accordance with the provisions of 110(2). 3) Date and time of announcing the result of the participation stage: Date: 27.07.2011 (day/month/year) Time: 15:00. 4) Course of the negotiations and the basic rules prescribed by the contracting authority:

Contracting authority will conduct negotiations with the bidders regarding the details of their submitted bids. The aims of the negotiations are to clarify specify the conditions and to exactly state the technical requirements. Contracting authority plans 1 stage, in the course of which it will conduct oral negotiations with each bidder separately. 5) The purchase of the participation documentation is a condition of participation in the procedure. 6) The applicants for participation must make a declaration with respect to 71(1)(a-d) and of the Act. 7) In the case of the evaluation criteria for the selection of the generally most beneficial bid, the lower and upper limits of the scores that may be given upon the evaluation of the content elements of the bids in accordance with the criteria: 1-10, where 1 point is the worst and 10 points are the best value. In the case of from the 2 nd until 4 th criteria the evaluation will be performed by involving an expert committee where each member of the committee will sort the bids, placing first the bid which is best in their opinion explained in writing, and then the placements of each bidder will be aggregated. In the case of the evaluation criteria the bid element most favourable for the contracting authority will score 10 points, and the most unfavourable proportionately less points but minimum 1 point. The scores falling between the two values will be placed along the straight line defined by the above two scores. The method of evaluation in the case of the 1st criterion (the lower value is the better) will be the determination of the proportions, while in the case of from the 2 nd until 4 th criteria the evaluation will be performed by a combination of sorting and proportioning as described in the documentation. The formula for defining the scores: P=(A examined A worst) / (A best A worst) x (P max P min) + P min VI.4) LEGAL REMEDY VI.4.1) Body conducting the procedure for legal remedy Official name: Public Procurement Council Postal address: Margit Krt. 85. Town/City/Village Budapest Email: - Internet address (URL): - Postcode: 1024 Country: Hungary Phone: 336 7777 Fax: 336 7778 Body conducting the conciliation procedure (if applicable) Official name:

Postal address: City/Town/Village Postcode: Country: Email: Internet address (URL): Phone: Fax: VI.4.2) Submission of an application for legal remedy (please complete point VI.4.2. OR, if necessary, point VI.4.3.) Exact information concerning the deadline for the submission of the application for legal remedy: VI.4.3) Information concerning the application for legal remedy can be obtained from the following body Official name: Public Procurement Council Postal address: Margit Krt. 85. Town/City/Village Budapest Email: - Postcode: 1024 Country: Hungary Phone: 336 7777 Internet address (URL): - VI.5) DATE OF THE PUBLICATION OF THIS ANNOUNCEMENT: (day/month/year) Additional addresses and points of contact ANNEX A Fax: 336 7778 I) ADDITIONAL INFORMATION CAN BE OBTAINED AT THE FOLLOWING ADDRESSES AND POINTS OF CONTACT Official name: Law Office no. 37. Postal address: Bosnyák tér 5. City/Town/Village Budapest Postcode: 1149 Country: HU Contact point(s): Gyula Biró To: Phone: +361-666- 1424 Email: gyula.biro@agrar-europa.hu Fax: +361-666-1425

Internet address (URL): II) ADDRESSES AND CONTACT POINTS WHERE THE DOCUMENTATION AND THE SUPPLEMENTARY DOCUMENT BE OBTAINED (INCLUDING INFORMATION REGARDING COMPETITIVE DIALOGUES AND THE DYNAMIC PURCHA SYSTEM) Official name: Postal address: City/Town/Village Postcode: Country: Contact point(s): Phone: To: Email: Fax: Internet address (URL): III) ADDRESSES AND CONTACT POINTS WHERE THE BIDS/APPLICATIONS FOR PARTICIPATION MUST BE SUBMITTED Official name: VÁTI Nonprofit Kft. Postal address: Gellérthegy utca 30-32. Town/City/Village Budapest Contact point(s): Magdolna Kalapáti To: Legal Office Postcode: 1016 Country: Hungary Phone: 457-5503 E-mail: frank.agnes@vati.hu; aszeloczei@vati.hu; kalapati@vati.hu Fax: 224-3189 Internet address (URL): http://www.vati.hu ANNEX B INFORMATION CONCERNING THE STAGES

PHASE NUMBER 1 DEFINITION 1) DEFINITION OF THE PART 2) COMMON PROCUREMENT VOCABULARY (CPV) 3) QUANTITY If it is known, the estimated value excluding VAT (in only figures): Currency: OR: and between Currency: 4) DURATION OF THE CONTRACT OR INDICATION OF A DIFFERENT STARTING DATE/COMPLATION DEADLINE (if applicable) Duration in months: or, in days: (of the date of conclusion of the contract) OR Starting from (day/month/year) Completion (day/month/year) 5) ADDITIONAL INFORMATION CONCERNING THE PARTS -------------------------------------- (Several copies of this annex may be used, depending on the number of the parts) ------------------------------------------