Publications Office of the EU
Maintenance of the OTAGO system - provision of technical assistance and maintenance of the Integrated OTAGO City Management System - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates CPV codes deduced from the text of the procedure

- indicates text translated automatically in your browsing language

Maintenance of the OTAGO system - provision of technical assistance and maintenance of the Integrated OTAGO City Management System Text automatically translated in your browsing language Automatically translated

  • Published
    22/05/2025
  • Today
    25/06/2025
  • Deadline
    26/06/2025
  • Opening of tenders
    26/06/2025
Status
Published
Type of contract
Services
Subject for Renewal
No
Buyer
Miasto Zielona Góra - Urząd Miasta Zielona Góra
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL432 Zielonogórski
Business sector (Main CPV)
72267100 Maintenance of information technology software
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
DO-ZP.271.42.2025
Description

1. A detailed description of the subject-matter of the contract is set out in Annex I.2 to the SWZ. 2. The Contracting Authority informs that the indications of common names, trademarks, names of producers, photos in the elements of the description of the subject of the contract, which may appear in the SWZ together with the attachments, serve only to determine visual, technical and quality characteristics. The product names, trademarks, patents or origin used in the SWZ together with the attachments should be treated as examples - the Ordering Party allows the use of equivalent products (materials, equipment). A product shall be considered equivalent if it has the same functional, visual, material and technical characteristics as the specific product indicated in the RTS but bears a different trade mark, patent or origin. The quality of the equivalent product must not be inferior to that described in the subject of the contract, must not in any way lower the standard and must not change the rules and technical solutions adopted in this RTS, and thus deprive the User of any performance, functionality, usability described or resulting from the RTS. The contractor who accepts equivalent solutions (products) for the evaluation of the tender is obliged to prove the equivalence of the solutions adopted, including equipment and materials. In order to confirm that the equivalent solution offered meets the requirements set out in the RTS, the Contractor is required to submit, together with the tender, a detailed description / list of the object of the equivalent contract offered, in which, for each solution, he will specify the features allowing for the unambiguous identification of the solution offered and confirmation of compliance with the description of the subject of the contract. Note: Failure to submit such a description/list will be tantamount to accepting the solutions indicated in the SWZ and the annexes to the SWZ. 3. The information on parameters and functions contained in this SWZ, together with its annexes, are minimum data - the Contracting Authority accepts to offer products with extended functions and better parameters, provided that they meet the minimum requirements specified in this contract. 4. In accordance with Art. 1 of the Public Procurement Act, the Contracting Authority requires that the subject of the contract be carried out taking into account the requirements regarding accessibility for people with disabilities and design for all users, in particular in accordance with the principles of universal design referred to in the Convention on the Rights of Persons with Disabilities of 13 December 2006 (Journal of Laws 2012, item 1169 as amended). 5. The Ordering Party requires that the persons indicated by the Contractor who will participate in the performance of the contract and contact the Ordering Party during the performance of the subject of the contract speak Polish at a communicative level. In the event that the above-mentioned persons do not speak Polish, during the term of the contract and for the purpose of performing the subject of the contract, the Contractor is obliged to provide an interpreter at his own expense and with his own efforts. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://ezamowienia.gov.pl/mp-client/search/list/ocds-148610-db309372-9be3-4c18-8bfb-21552e07cf62
Tenders may be submitted
Electronic submission: required
https://ezamowienia.gov.pl/mp-client/search/list/ocds-148610-db309372-9be3-4c18-8bfb-21552e07cf62
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
26/06/2025 10:00
Place of performance
Award method
cena oferty
Estimated value
Not available
Final contracted value
Not available
Award of contract
Not available
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.