SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S)



Similar documents
1/ 9 TED19_SCC 29/04/2015- ID: Standard form 2 - EN Passenger Transport (LBS) - CON116 Ipswich to Wetheringsett.

1/ 12 TED19_NRI 20/08/2015- ID: Standard form 2 - EN DETI/Invest NI Trade Advisory Services in Latin America and Canada

Service Contracts - A Guide toEC terms and Policies

1/ 9 TED19_NRI 06/03/2016- ID: Standard form 2 - EN T1310 Provision of a Workforce Management System

1/ 10 TED19_NRI 14/04/2016- ID: Standard form 2 - EN RI DEL-DELIVERY OF THE WORKABLE (NI) PROGRAMME

1/ 9 TED19_NRI 28/04/2016- ID: Standard form 2 - EN Production and presentation of a themed projectection light show

1/ 9 TED19_NRI 24/04/2016- ID: Standard form 2 - EN ID DCAL/NMNI PR and Corporate Communications

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY

1/ 9 TED19_NRI 30/01/2016- ID: Standard form 2 - EN Provision and Training for a Cyber Forensics and Security System

1/ 9 TED19_NRI 05/08/2015- ID: Standard form 2 - EN Invest NI - Provision of Patent Appraisal Services

1/ 10 TED19_NRI 10/04/2016- ID: Standard form 2 - EN DETI / Invest NI Design for Business Support Service

1/ 9 TED19_TFL 27/05/2016- ID: Standard form 2 - EN 639 Tottenham High Road - Enterprise Centre

Official name: Department of Contracts National ID: Postal address: Notre Dame Ravelin Town: Floriana Postal code: FRN 1600

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S)

1/ 8 TED19_SCC 27/05/2016- ID: Standard form 2 - EN Social Care Case Management System and Associated Modules

1/ 9 TED19_MLT 23/10/2015- ID: Standard form 2 - EN Tender for the Supply of Consumables for A) Microware Generator and B) Rf Generator

1/ 9 TED19_NRI 13/03/2016- ID: Standard form 2 - EN PSNI - Supply of Pyrotechnics

Town: London Postal code: SE1 8MJ

1/ 11 TED19_TFL 24/03/2016- ID: Standard form 2 - EN Rapid Charge Point Concession Framework

Department of Agriculture and Rural Development, Forest Service Dundonald House Upper Newtownards Road. Town: BELFAST Postal code: BT4 3SB

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S)

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY

Westminster City Council c/o Enterprise FM Enterprise FM 33 Tachbrook Street Town: London Postal code: SWIV 2JR. Telephone:

1/ 11 TED19_NRI 15/05/2016- ID: Standard form 2 - EN Patient Procedure Trolleys and Associated Equipment (350108)

1/ 13 TED19_NRI 28/01/2016- ID: Standard form 2 - EN Bipolar Forceps Single Use and Reusable [244466]

1/ 8 TED19_NRI 05/05/2016- ID: Standard form 2 - EN 001/0569/16 C6500 Photo Voltaic Installations

303 Airport Road West Town: BELFAST Postal code:bt3 9ED. Contact point(s): Telephone: For the attention of:

1/ 11 TED19_NRI 13/05/2016- ID: Standard form 2 - EN DfI TNI - T-1064 Term Contract for Minor Improvement Works 2017.

Town: Bruxelles Postal code: 1000

1/ 14 TED19_NRI 20/01/2016- ID: Standard form 2 - EN Microbiology Prepared Media, Antibiotic Discs and TB System and consumables [85673]

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Business Opportunity. Title: United Kingdom-Norwich: Library concierge and security services. Document Type: Contract Notice

The EU Directives on Public Procurement

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Prior information notice

FOUNDATION TRUST. 5 - European Communities, with participation by GPA countries

1/ 5 TED19_MLT 15/12/2015- ID: Standard form 3 - EN Provision of Servers and Maintenance and Support Services - T044/15

Notre Dame Ravelin Town: Floriana Postal code:frn 1600

1/ 5 TED19_MLT 12/12/2014- ID: Standard form 3 - EN Supply for Urine Leg Bags 750ml. Notre Dame Ravelin Town: Floriana Postal code:frn 1600

1/ 6 TED19_MLT 18/11/2015- ID: Standard form 3 - EN Tender for the Construction of a Grade Separated Junction at Node EA15 (Kappara)

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Postal address: Transport Malta, Malta Transport centre, Xatt L Ghassara Tal Gheneb, Marsa MRS 1917 Town: Marsa Postal code:mrs 1917

1/ 14 ENOTICES_FortumPowerHeatPol - ID:2010-XXXXXX Standard form 5 - EN Wroclaw CCGT CHP Plant Project Manager (EPCM)

Contract notice. Services

This notice in TED website:

1/ 7 TED19_MLT 25/05/2016- ID: Standard form 3 - EN Tender for the Supply of Oxygenators and Tubing Packs

L-Luxembourg: PE-ITEC-DIT-ITIM-2012/03-CLAVIS document management software 2013/S Contract notice. Supplies

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

France-Paris: Security systems and services 2014/S Contract notice. Services

UK-London: IT services: consulting, software development, Internet and support 2011/S CONTRACT NOTICE. Services

PRIOR INFORMATION NOTICE SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S) Official name:

Norway-Trondheim: Architectural, engineering and planning services 2016/S Contract notice. Services

Liverpool City Region Local Enterprise Partnership Request for Written Quotation. for. Mobile telephone contract. July 2015

This notice in TED website:

This notice in TED website:

Germany-Frankfurt-on-Main: ECB - Provision of end user computing and system operation (EUCSO) managed services 2015/S

APPENDIX I EU PROCUREMENT AN INTRODUCTION

Directorate-General for Interpretation and Conferences. Call for proposals. Financial support for training in conference interpreting

BUDGET HEADING INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

SECTION I: CONTRACTING AUTHORITY SECTION II: OBJECT OF THE CONTRACT II.1 DESCRIPTION I.1 NAME, ADDRESSES AND CONTACT POINT(S)

East Sussex Business Centres - Building Design Services.

This notice in TED website:

D-Frankfurt-on-Main: ECB - invitation to tender facility management services 2011/S Contract notice

B-Diegem: facilities management services 2011/S CONTRACT NOTICE - UTILITIES. Services

Luxembourg-Luxembourg: FL/RAIL16 Translation services 2016/S Contract notice. Services

Germany-Frankfurt-on-Main: ECB - Supply and maintenance of network and WDM components 2015/S Contract notice. Services

Luxembourg-Luxembourg: FL/SCIENT15 Translation services 2015/S Contract notice. Services

Luxembourg-Luxembourg: FL/TERM15 Translation services 2015/S Contract notice. Services

EIB Guide for Procurement

ANNEX IV Procurement by grant Beneficiaries in the context of European Union external actions 1

SUBCONTRACTING FOR EXTERNAL EXPERTISE

External aid programmes - Service contract - Contract notice - Restricted procedure

Procurement Journey Notes - GB - Version 8. Procurement Journey - SOC Mitigation

Business Opportunity. Title: Denmark-Ballerup: Lubricating preparations. Document Type: Contract Notice

BUDGET HEADING INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

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

HR-Zagreb: IPA digital archival information system software in the Agency for Medicinal Products and Medical Devices 2012/S

ACT As of 14 December 2005

Application Form Call: KA1 - Learning Mobility of Individuals. VET learner and staff mobility

1/ 20 TED19_TFL ID: Standard form 6 - EN SWIP - Lot 1 Civils - Value Band 3 : 2m and above

INVITATION TO PARTICIPATE

EUROPEAN COMMISSION Executive Agency for Small and Medium-sized Enterprises (EASME)

EUROPEAN COMMISSION DIRECTORATE-GENERAL HOME AFFAIRS. Directorate B - Migration, Asylum. Preparatory Action HOME/2013/CFP/PARS

Act. on Public Contracts GENERAL PROVISIONS ON THE PRINCIPLES AND SCOPE OF APPLICATION

Establishing a network on quality and costeffectiveness in long-term care and dependency prevention

DK-Kastrup: enterprise resource planning software package 2010/S CONTRACT NOTICE - UTILITIES. Services

TENDER SPECIFICATIONS. Support services to foster Web Talent in Europe by encouraging the use of Massive Open Online Courses focused on web skills

Section I: Contracting authority/entity I.1) Name, addresses and contact point(s) Forsvarsministeriets Materiel- og Indkøbsstyrelse

EUROPEAN COMMISSION Employment, Social Affairs and Inclusion DG. Employment and Social Legislation, Social Dialogue Labour Law

SERVICE CONTRACT NOTICE TRAVEL AGENCY SERVICES Location: Barcelona /Spain UfM Member States

How To Make A Proposal For A Project In European Media

United Kingdom-London: IT services: consulting, software development, Internet and support 2015/S Contract notice.

Annex A: Pre-Qualification Questionnaire Core Questions

United Kingdom-Worcester: Facilities management software package and software package suite 2016/S Contract notice.

SERVICE CONTRACT NOTICE Travel Agency Services No. 2 Kosovo

BUDGET HEADING CALL FOR PROPOSALS VP/2014/002

Doing business with the European Commission Tips for potential contractors

Contract notice utilities. Supplies

Transcription:

1/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S) Official name: Open University of Cyprus National ID: Postal address: 33, Gianu Kranidioti, Latsia Business Center 3rd floor Town: Nicosia Postal code: 2220 Country: Cyprus Contact point(s): Procurement Office of Open University of Cyprus Telephone: +357 22411673/600 For the attention of: Marina Demetriou Email: procurement@ouc.ac.cy Fax: +357 22411679 Internet address(es) (if applicable) General address of the contracting authority (URL): www.ouc.ac.cy Address of the buyer profile (URL): http://www.eprocurement.gov.cy Electronic access to information (URL): http://www.eprocurement.gov.cy Electronic submission of tenders and requests to participate (URL): http://www.eprocurement.gov.cy Further information can be obtained at: As in above-mentioned contact point(s) Other: please complete Annex A.I Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s) Other: please complete Annex A.II Tenders or requests to participate must be sent to: As in above-mentioned contact point(s) Other: please complete Annex A.III I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES Ministry or any other national or federal authority, including their regional or local subdivisions National or federal agency/office Regional or local authority Regional or local agency/office Body governed by public law European institution/agency or international organisation General public services Defence Public order and safety Environment Ecomic and financial affairs Health Housing and community amenities

2/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN Other (please specify): Social protection Recreation, culture and religion I.4) Contract award on behalf of other contracting authorities Education Other (please specify): The contracting authority is purchasing on behalf of other contracting authorities: (If, information on those contracting authorities can be provided in Annex A) SECTION II: OBJECT OF THE CONTRACT II.1) DESCRIPTION II.1.1) Title attributed to the contract by the contracting authority the good operation warranty of a Student Information Management System for the needs of Open University of Cyprus - Part of the project «Development of the Open University of Cyprus' Techlogical Infrastructure II.1.2) Type of contract and location of works, place of delivery or of performance (Choose one category only - works, supplies or services - which corresponds most to the specific object of your contract or purchase(s)) (a) Works (b) Supplies (c) Services Execution Design and execution Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities Purchase Lease Rental Hire purchase A combination of these Service category No 7 (For service categories 1-27, please see Annex II of Directive 2004/18/EC) Main site or location of works Main place of delivery Main place of performance NUTS code CY000 II.1.3) The tice involves A public contract The establishment of a framework agreement The setting up of a dynamic purchasing system (DPS) II.1.4) Information on framework agreement (if applicable) Framework agreement with several operators Number OR, if applicable,maximum number of participants to the framework agreement envisaged Framework agreement with a single operator Duration of the framework agreement: Duration in year(s): or month(s):

3/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN Justification for a framework agreement, the duration of which exceeds four years: Estimated total value of purchases for the entire duration of the framework agreement (if applicable; give figures only): Estimated value excluding VAT: Currency: OR Range: between and Currency: Frequency and value of the contracts to be awarded: (if kwn): II.1.5) Short description of the contract or purchase(s) The Contract Scope is for the supply, installation, configuration, implementation, training in the use and the good operation warranty of a Student Information Management System for the needs of OUC. The Contract is implemented within the scope of the OUC euniversity project (Work Package 2). The System that will be implemented must include all the required functional modules in order to maintain the lifecycle of OUC students, as well as to facilitate all the other relevant services and procedures. These functional modules namely are: Recruiting Admissions Academic Records Student Financials Alumni Events and Scheduling Location Management Reporting Self-Services The Contract Scope also includes: End-users and administrators training. The purchase of additional services to carry on work related to the contract. These services are estimated to be 500 manhours. The purchase of these services is optional for the Contracting Authority. The extension of the Good Operation Warranty period for up to 36 months. The need for extending the Good Operation Warranty period is optional for the Contracting Authority and will be evaluated on an annual basis. Optional purchase of up to 5 additional user licenses. II.1.6) Common procurement vocabulary (CPV) Main vocabulary Supplementary vocabulary (if applicable) Main object 48000000 Additional object(s) 72000000 II.1.7) Contract covered by the Government Procurement Agreement (GPA) II.1.8) Division into lots (for information about lots, use Annex B as many times as there are lots) If, tenders should be submitted for (tick one box only) one lot only one or more lots all lots II.1.9) Variants will be accepted

4/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN II.2) QUANTITY OR SCOPE OF THE CONTRACT II.2.1) Total quantity or scope (including all lots and options, if applicable) If applicable, estimated value excluding VAT (give figures only): 1140000.00 Currency: EUR OR Range: between and Currency: II.2.2) Options (if applicable) If, description of these options: Purchasing additional services in order for the Contractor to perform related work: 35.000 Purchasing additional user licenses: 5.000 36-months extension of the Good Operation Warranty period: 200.000 Right to use the negotiated procedure: 200.000 If kwn, provisional timetable for recourse to these options: in months: 76 or days: (from the award of the contract) II.2.3)Information about renewals (if applicable) This contract is subject to renewal Number of possible renewals (if any): or Range: between and If kwn, in the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: or days: (from the award of the contract) II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION Duration in months: 76 or days: (from the award of the contract) OR Starting Completion (dd/mm/yyyy) (dd/mm/yyyy) SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS RELATING TO THE CONTRACT III.1.1) Deposits and guarantees required (if applicable) Tender Guarantee: 50.000 Performance Guarantee: 5% of the Contract price ascribed to the Primary Objects Good Operation Guarantee: 5% of the Contract Value ascribed to the primary objects and to any options executed by the Contracting Authority up to the inception of the Good Operation Warranty period Maintenance Performance Guarantee: 10% of the annual cost for extending the Good Operation Warranty period III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them 1. Payment shall be made in accordance with the provisions of articles 34 and 35 of Annex I. GENERAL CONDITIONS OF CONTRACT, in the manner described below:

5/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN i. First interim payment equal to twenty two per cent (22%) of the Contract Value ascribed to the Primary Objects, after the acceptance of the Deliverable 2.3. ii. Second interim payment equal to thirty three per cent (33%) of the Contract Value ascribed to the Primary Objects, after the acceptance of the Deliverable 3.1. iii. Third interim payment equal to seventeen per cent (17%) of the Contract Value ascribed to the Primary Objects, after the acceptance of the Deliverable 3.4 and the issuance of the Provisional Acceptance Certificate of the Information System. iv. Final Payment, payment of the balance of the Contract Value ascribed to the Primary Objects after final acceptance of the Information System and on condition of submission of the Good Operation Guarantee of article 6 of Annex I. GENERAL CONDITIONS OF CONTRACT. 2. Should the Contracting Authority exercise the right of article 2 paragraph 3 of Part B, the payment of maintenance services shall be after signature of the relevant Agreement and against submission by the Contractor of the Maintenance Performance Guarantee. 3. Should the Contracting Authority exercise the right of article 2 paragraph 4 of Part B, the relevant payments shall be made against an invoice issued by the Contractor. 4. Should the Contracting Authority exercise the right of article 2 paragraph 5 of Part B, i. In case the performance of the Additional Services is prior issuance of the Final Acceptance Certificate of the Information System, the relevant payment shall be included into the Final Payment and subject to the Acceptance of the Services by the Contracting Authority. ii. Otherwise, the relevant payment shall be made against an invoice issued by the Contractor and subject to the Acceptance of the Services by the Contracting Authority. III.1.3) Legal form to be taken by the group of ecomic operators to whom the contract is to be awarded (if applicable) 1. Eligible for participation in the present tender procedure are natural or legal persons (governed by public or private law) or consortia of natural and/or legal persons lawfully established in Cyprus or in any other Member State of the European Union (EU) or of the European Ecomic Area (EEA) or in third countries who have signed and ratified the International Government Procurement Agreement (GPA) or have signed and ratified association agreements or bilateral agreement with the EU or with the Republic of Cyprus. 2. Consortia of natural and/or legal persons may submit a joint Tender on the following conditions: a. That the participation rate of each person is stated in the Tender. b. That all persons participating in the Consortium fulfill the requirement of lawful establishment in Cyprus or in any other Member State of the European Union (EU) or of the European Ecomic Area (EEA) or in third countries who have signed and ratified the International Government Procurement Agreement (GPA) or have signed and ratified association agreements or bilateral agreement with the EU or with the Republic of Cyprus. 3. Consortia are t obliged to take a specific legal form in order to submit their Tenders. If the selected Contractor is a consortium, then such consortium shall t be obliged to take a specific legal form before the Contract is signed. 4. Every natural or legal person may participate in the tender procedure either individually or in one consortium only. 5. To implement the Contract Scope, the Tenderer may use subcontractors, whom it is obliged to name in its Technical Offer, also mentioning the part of the Contract Scope that they shall undertake, in accordance with the provisions of paragraph 8.3.2 of Part A. It is understood that in the event the Tenderer intends to subcontract to third parties any share of the contract, the Tenderer, in preparing his Tender, has been informed on whether the same subcontractor participates in more than one (1) Tender of the same competition under any capacity. III.1.4) Other particular conditions to which the performance of the contract is subject (if applicable) If, description of particular conditions III.2) CONDITIONS FOR PARTICIPATION III.2.1) Personal situation of ecomic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if requirements are met: 1. To participate in the tender procedure, interested ecomic operators must meet the following requirements concerning their personal situation: a. They must t have been convicted by final judgement, of a Cypriot or foreign court, for participation in a criminal organisation (as defined in Article 2(1) of Council Joint Action 98/73/JHA), corruption (as defined in Article 3 of the Council Act of 26 May 1997 and Article 2(1) of Council Joint Action 2003/568/JHA, respectively), fraud (within the meaning of Article

6/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN 1 of the Convention relating to the protection of the financial interests of the European Communities of 27 November 1995) or money laundering (as defined in Article 1 of Council Directive 2005/60/EEC). b. They must t be bankrupt or in the process of being wound up, have their affairs administered by the court, have entered into an arrangement with creditors, have suspended business activities or be in any analogous situation arising from a similar procedure under national laws and regulations. c. They must t be the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations. d. They must t have been convicted by a judgment which has the force of res judicata of any offence concerning their professional conduct. e. They must t have been found guilty of grave professional misconduct proven by any means which the Contracting Authority can demonstrate. f. They must have fulfilled their obligations relating to the payment of social security contributions and their obligations relating to the payment of taxes and duties as at the closing date for the submission of Tenders, in accordance with the legal provisions of the Republic of Cyprus or with those of the country where they are established. g. They must t have been found guilty of serious misrepresentation in supplying the information required above and have t failed to supply such information. 2. It is understood that if the interested ecomic operator is a consortium of persons, the above requirements must be met by all consortium members. 3. The same requirements must be met by the entities whose capacities the Tenderer is invoking, within the meaning of paragraph 6.2.2 item (4), and paragraph 6.2.3 item (6) of Part A. III.2.2) Ecomic and financial capacity Information and formalities necessary for evaluating if requirements are met: 1. For certifying the Ecomic and Financial Standing of the Tenderer in accordance with paragraph 6.2.2 of Part A, the relevant Table, a template for which is contained in the Appendix to the Tender Document (Form 4), duly completed and accompanied by copies or extracts of the audited financial statements for the last three (3) financial years (2010, 2011 and 2012), where the Tenderer is obliged to publish audited financial statements (where the publication of audited financial statements is required under the company laws of the country where the Tenderer is established) or a Statement of the respective required financial data of the Tenderer where the Tenderer is t obliged to publish audited financial statements. Especially in regards to the copies or extracts of the audited financial statements, these may be sent to the Contracting Authority by registered post and in accordance with the provisions of subsection (3) of paragraph 8.1 of Part A. Where a Statement of the respective required financial data is submitted, it must be signed by the company management and be certified by an authorized, independent, accountant or equivalent qualification holder in the country of origin. 2. If the Tenderer relies on the capacities of other entities within the meaning of paragraph 6.2.2 item (4) of Part A, submission of the following supporting documents is required: - Declarations by these entities, whereby they shall guarantee to the Contracting Authority that, should the Tenderer be appointed Contractor, they shall place at its disposal the necessary resources as appropriate (Form 18). - The declaration of paragraph 8.3.1.1 item (3) of Part A. It is understood that in such a case, the supporting documents of paragraph 8.3.1.1 item (4), of Part A, should Minimum level(s) of standards possibly required (if applicable): 1. Their average annual turver for the last three (3) financial years (2010, 2011, 2012) must be at least equal to one million (1.000.000) euros 2. Interested ecomic operators must during the last three (3) years (2010, 2011, 2012) have been active and financially robust business units, in accordance with their audited financial statements and with the auditors reports accompanying these. More specifically, their average annual operating results for the last three (3) years must be positive. 3. It is understood that if the interested ecomic operator is a consortium of persons, it is sufficient for the above requirements to be met cumulatively by the consortium members. 4. Pursuant to the provisions of article 53(2) of Law 12(I)/2006, an interested ecomic operator may rely on the capacities of other entities, regardless of the legal nature of the links it has with them. In such a case, it must be able to prove to the Contracting Authority that it shall have at its disposal the resources necessary.

7/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN also include the documents concerning these entities depending on the resources made available. III.2.3) Technical capacity Information and formalities necessary for evaluating if requirements are met: 1. For certifying the technical and professional ability of the Tenderer in accordance with paragraph 6.2.3 of Part A, the following: (a) A statement providing general information about the following characteristics of the Tenderer as a minimum: Business structure Activity areas Products marketed and services provided Facilities and equipment (b) A list of the personnel employed by the Tenderer under a permanent employment relationship, showing that the participation requirement specified in paragraph 6.2.3 item (1) of Part A is met, in the format of the relevant Template contained in the Appendix to the Tender Documents (Form 5). (c) A list of a maximum of ten (10) contracts, showing that the participation requirements specified in items (2) and (3) of paragraph 6.2.3 of Part A are met, which should be in the format of the relevant Template contained in the Appendix to the Tender Documents (Form 5). (d) Information documenting the successful implementation of the contracts of paragraph 6.2.3 item (3) of Part A, as follows: If the Employer is a Public Entity, a relevant certificate issued by the competent Public Authority or an acceptance certificate. If the Employer is a private entity, a certificate from that private entity or, failing this, a simple declaration by the Tenderer in which the data of the contact person at the entity where the contract was executed must be given. (e) Detailed CVs of the personnel to be included in the Project Team, as specified in Section 8 of Annex II. TERMS OF REFERENCE TECHNICAL SPECIFICATIONS of the Tender Documents, in a standardised format, using the template contained in the Appendix to the TenderDocuments (Form 6). 2. If the Project Team personnel proposed for meeting the requirements in personnel, as these are specified in Section 4 of Annex II. TERMS OF REFERENCE TECHNICAL SPECIFICATIONS of the Tender Documents, is t in the permanent employment of the Tenderer, declarations by these persons, stating that a relevant cooperation agreement with the Tenderer exists and that they accept the terms of the tender procedure. 3. If the Tenderer relies on the capacities of other entities within the meaning of paragraph 6.2.3 item (6) of Part submission of the following supporting documents is required: Declarations by these entities, whereby they shall guarantee to the Contracting Authority that, should the Minimum level(s) of standards possibly required (if applicable): 1. The number of scientific personnel permanently employed by the interested ecomic operator, on average during the last three (3) years, should t be less than twelve (12). The term "scientific personnel" implies higher education degrees holders with relevant, to their degree, job description. 2. They must possess, and be able to document adequately, kw-how and experience in the implementation of contracts similar to the contract being put out to tender and, more specifically, they must be able to document their kwhow, reliability, effectiveness and experience in the delivery of similar products. 3. They must, during the last thirty six (36) months (from the date of tenders submission deadline defined in paragraph 2.21 of Part A), have completed successfully at least two (2) contracts, with a budgeted cost each amounting to at least six hundred and fifty thousand (650.000) euros and having as their scope the implementation of Student Information Systems, The term completed shall mean that implementation of the respective contract is at least 80% complete. If the experience of the applicant (or member of the consortium or other entity in which the applicant relies to satisfy the requirements of the above paragraph) was acquired by a consortium executed contract, then this criterion is satisfied only if the candidate (or member of a candidate consortium) had stake in that at least 40%. 4. They must include in the proposed Project Team personnel whose qualifications shall cover the minimum required ones for the Contractor s personnel, as these are described in Section 8 of Annex II. TERMS OF REFERENCE TECHNICAL SPECIFICATIONS of the Tender Documents. 5. It is understood that if the interested ecomic operator is a consortium of persons, it is eugh for the above requirements to be met cumulatively by the consortium members. 6. Pursuant to the provisions of article 54(3) of Law 12(I)/2006, an interested ecomic operator may rely on the capacities of other entities, regardless of the legal nature of the links it has with them. In such a case, it must be able to prove to the Contracting Authority that it shall have at its disposal the resources necessary.

8/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN Tenderer be appointed Contractor, they shall place at its disposal the necessary resources as appropriate (Form 18). The declaration of paragraph 8.3.1.1 item (3). It is understood that in such a case, the supporting documents of paragraph 8.3.1.1 items (5) and (6) of Part A, should also include the documents concerning these entities, depending on the resources made available. In the event that the Tenderer relies on the capacities of other entities and the Project Team includes key experts that are in the permanent employment of these other entities, then the submission of the declarations by these experts as requested by paragraph 8.3.1.1(6) of Part A is t required. III.2.4) Information about reserved contracts (if applicable) The contract is restricted to sheltered workshops The execution of the contract is restricted to the framework of sheltered employment programmes III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS III.3.1) Execution of the service is reserved to a particular profession If,reference to the relevant law, regulation or administrative provision: III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service SECTION IV: PROCEDURE IV.1) TYPE OF PROCEDURE IV.1.1) Type of procedure Open Restricted Accelerated restricted Negotiated Justification for the choice of accelerated procedure: Candidates have already been selected If, provide names and addresses of ecomic operators already selected under Section VI.3) Additional information Accelerated negotiated Justification for the choice of accelerated procedure: Competitive dialogue IV.2) AWARD CRITERIA IV.2.1) Award criteria (please tick the relevant box(es)) Lowest price OR

9/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN The most ecomically advantageous tender in terms of Criteria the criteria stated below (the award criteria should be given with their weighting or in descending order of importance where weighting is t possible for demonstrable reasons) the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document Weighting 1. FINANCIAL OFFER RELATIVE COST 35 2. TECHNICAL OFFER EVALUTION SCORE 3. 4. 5. 65 Criteria 6. 7. 8. 9. 10. Weighting IV.2.2) An electronic auction will be used If, additional information about electronic auction (if appropriate) IV.3) ADMINISTRATIVE INFORMATION IV.3.1) File reference number attributed by the contracting authority (if applicable) OUC016/2013 - ΑΠΚΥ016/2013 IV.3.2) Previous publication(s) concerning the same contract If, Prior information tice Notice on a buyer profile Notice number in OJ: 2013/S 119-192599 of 13/06/2013 (dd/mm/yyyy) Other previous publications (if applicable) IV.3.3) Conditions for obtaining specifications and additional documents (except for a DPS) or descriptive document (in the case of a competitive dialogue) Time limit for receipt of requests for documents or for accessing documents Date: (dd/mm/yyyy) Time: Payable documents If, price (give figures only): Terms and method of payment: Currency: IV.3.4) Time-limit for receipt of tenders or requests to participate Date: 17/02/2014 (dd/mm/yyyy) Time: 11:30 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up Any EU official language Official EU language(s):

10/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN ES CS DA DE ET EL EN FR IT LV LT HU MT NL PL PT SK SL FI SV BG GA RO Other: IV.3.7) Minimum time frame during which the tenderer must maintain the tender (open procedure) Until: (dd/mm/yyyy) OR Duration in month(s): 7 OR days: (from the date stated for receipt of tender) IV.3.8) Conditions for opening tenders Date: 18/02/2014 (dd/mm/yyyy) Time: Place (if applicable): Persons authorised to be present at the opening of tenders (if applicable) SECTION VI: COMPLEMENTARY INFORMATION VI.1) THIS IS A RECURRENT PROCUREMENT (if applicable) If, estimated timing for further tices to be published: VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS If, reference to project(s) and/or programme(s): FUND: European Regional Development Fund (ERDF) OBJECTIVE: Regional Competitiveness and Employment. PRIORITY: Invation and Kwledge-Based Ecomy. VI.3) ADDITIONAL INFORMATION (if applicable) 1) The duration of Contract Execution is 76 months from the date of commencement of the implementation of the Contract Scope: - 16 months implementation of the OUC Student Information System (including the pilot use period) - 24 months of good operation warranty - 36 months extension of the good operation warranty period 2) The Contract budget includes the Contacting Authority s right to use the negotiated procedure of article 33.(d)(ii) of Law 12(I)/2006 for 200.000, as per article 2.4 of Part B. 3) Tenders should be submitted ONLY electronically at the place specified in paragraph 2.20. Annex III (Instructions for electronic submission of tenders) gives detailed instructions for the electronic submission of tenders. Also, related manuals are available online at: https://www.eprocurement.gov.cy/cepro/viewinfo.do?section=eproc 4) The eprocurement System does t allow the submission of Tender Packages that are more than 100MB. For this reason, the Tenderer, during the preparation of its Tender must take into consideration the following: i. To have eugh time for the preparation of its Tender, in order to confirm that its size does t exceed the limit of 100MB. If this is the case, the electronic Tender must be redone by taking into account the point (ii) below. ii. In case that the size of the Tender Package is larger than 100MB, the Tenderer should arrange that specific large files included in the Technical Sub-Envelope of its Tender, to be sent via post to the Contracting Authority. Only the documents defined in item (4) of paragraph 8.3.1.1 and paragraph 8.3.2.5 of Part A, can be sent (in digital format) by post 5) In case the Tenderer chooses to send specific documents by post, then, these documents should, with the responsibility of the interested ecomic operator, be mailed prior to the deadline for submission of Tenders and be received by the Contracting Authority by the deadline submission of additional data as stated in paragraph 2.21 of Part A. The envelopes with the additional documents will be kept sealed in a secure area of the Procurement Office of the Contracting Authority until the expiration of the deadline for the submission of additional documents (as defined in paragraph 2.21 of Part A). 6) In preparing its Financial Offer, the Tenderer must take into account the following:

11/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN i. All the operating system licences will be provided by the Contracting Authority. Thus, their cost should t be calculated in the Tenderer s Financial Offer. ii. The cost for extending the good operation warranty period for thirty six (36) months shall t exceed the amount of 200.000. Non-compliance with this limit will lead to rejection of the bid offered. iii. All Proposed System Components must be offered under a perpetual license scheme. The implemented System (as described in Annex II and Form 8) must be fully operational, and annual user licenses should be required in order to be accessed and/or used. 7) The implementation plan of the Contract Scope will be in accordance to the Contractor s Offer and will be finalized during the project Initiation preliminary actions. Due to the fact that the funding period ends on December of 2015, the need for reprogramming the implementation of the Contract Scope might arise in order for the Final Acceptance of the Information System to be issued before ending of the funding period. In this case, any necessary amendments to the Contract, will be agreed between the two parties in order to adjust any section of the Agreement as required. VI.4) PROCEDURES FOR APPEAL VI.4.1) Body responsible for appeal procedures Official name: Tenders Review Authority National ID: Postal address: 81-83 Griva Digeni Avenue, 2nd Floor, P.O. Box 24820 Town: Nicosia Postal code: 1304 Country: Cyprus Telephone: +357 22445100 Email: tra@aap.gov.cy Fax: +357 22445107 Internet address (URL): http://www.tra.gov.cy Body responsible for mediation procedures (if applicable) Official name: Postal address: Town: Country: Email: Internet address (URL): National ID: Postal code: Telephone: Fax: VI.4.2) Lodging of appeals (please fill heading VI.4.2 OR if need be, heading VI.4.3) Precise information on deadline(s) for lodging appeals: 1. Every interested ecomic operator who has or had an interest in being awarded the Contract and who has sustained or is likely to sustain a loss as a result of an act or decision of the Contracting Authority which precedes the signature of the Contract and for which it is alleged that it violates any provision of the legislation in force, has the right to file a recourse to the Tenders Review Authority in accordance with the provisions of the Law on the Review Procedures concerning the Award of Public Contracts of 2010 (Law 104(I)/2010). 2. To file a recourse to the Tenders Review Authority, the applicant must pay a n-refundable fee which is deposited into the General Government Account. More details are given in the Website of the Tenders Review Authority (www.tra.gov.cy). 3. Regarding the manner and procedure for filing recourses, the manner in which these are examined and the procedure for the issue of the relevant rulings, the provisions of the Law on the Review Procedures concerning the Award of Public Contracts of 2010 (Law 104(I)/2010) shall apply. VI.4.3) Service from which information about the lodging of appeals may be obtained Official name: Tenders Review Authority National ID: Postal address: 81-83 Griva Digeni Avenue, 2nd Floor, P.O. Box 24820 Town: Nicosia Postal code: 1304

12/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN Country: Cyprus Telephone: +357 22445100 Email: tra@aap.gov.cy Fax: +357 22445107 Internet address (URL): http://www.tra.gov.cy VI.5) DATE OF DISPATCH OF THIS NOTICE: 12/12/2013 (dd/mm/yyyy) Category No [1] Subject Annex C1 General procurement SERVICE CATEGORIES REFERRED TO IN SECTION II: OBJECT OF THE CONTRACT Directive 2004/18/EC 1 Maintenance and repair services 2 Land transport services [2],including armoured car services, and courier services, except transport of mail 3 Air transport services of passengers and freight, except transport of mail 4 Transport of mail by land [3] and by air 5 Telecommunications services 6 Financial services:(a) Insurance services(b) Banking and investment services [4] 7 Computer and related services 8 Research and development services [5] 9 Accounting, auditing and bookkeeping services 10 Market research and public opinion polling services 11 Management consulting services [6] and related services 12 Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services 13 Advertising services 14 Building-cleaning services and property management services 15 Publishing and printing services on a fee or contract basis 16 Sewage and refuse disposal services; sanitation and similar services Category No [7] Subject 17 Hotel and restaurant services 18 Rail transport services 19 Water transport services 20 Supporting and auxiliary transport services 21 Legal services 22 Personnel placement and supply services [8] 23 Investigation and security services, except armoured car services 24 Education and vocational education services

13/ 13 TED24_ 12/12/2013- ID:2013-000917 Standard form 2 - EN Category No [7] Subject 25 Health and social services 26 Recreational, cultural and sporting services [9] 27 Other services 1. Service categories within the meaning of Article 20 and Annex IIA to Directive 2004/18/EC 2. Except for rail transport services covered by category 18. 3. Except for rail transport services covered by category 18. 4. Except financial services in connection with the issue, sale, purchase or transfer of securities or other financial instruments, and central bank services. Also excluded: services involving the acquisition or rental, by whatever financial procedures, of land, existing buildings, or other immovable property or concerning rights thereon; nevertheless, financial services supplied at the same time as, before or after the contract of acquisition or rental, in whatever form, shall be subject to this Directive. 5. Except research and development services other than those where the benefits accrue exclusively to the contracting authority for its use in the conduct of its own affairs on condition that the service provided is wholly remunerated by the contracting authority. 6. Except arbitration and conciliation services 7. Service categories within the meaning of Article 21 and Annex IIB of Directive 2004/18/EC 8. Except employment contracts. 9. Except contracts for the acquisition, development, production or co-production of program material by broadcasters and contracts for broadcasting time.