Publications Office of the EU
Delivery of a rescue and firefighting car for the Voluntary Fire Brigade in Dąbrowa - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates text translated automatically in your browsing language

Delivery of a rescue and firefighting car for the Voluntary Fire Brigade in Dąbrowa Text automatically translated in your browsing language Automatically translated

  • Awarded
    16/06/2025
  • Today
    14/07/2025
Status
Awarded
Type of contract
Supplies
Subject for Renewal
No
Buyer
Gmina Rozogi
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL622 Olsztyński
Business sector (Main CPV)
34144210 Firefighting vehicles
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
1,420,896.00 PLN
Tender reference number
ROŚ.271.3.2025
Description

1.The subject of the contract is the delivery of a medium rescue firefighting car to the Voluntary Fire Brigade in Dąbrowa as part of the implementation of the project entitled: ‘Strengthening the capacity of rescue services to carry out rescue operations in the Warmińsko-Mazurskie Province by retrofitting TSO units from the municipality of Rozogi and the municipality of Barciany’, hereinafter referred to as ‘the car’, which meets the minimum technical and operational requirements specified in Annex 1 to the tender specifications. 2.The contract is financed from the European Funds for Warmia and Mazury, as part of the Adaptation to Climate Change action. 3.The subject of the order should meet the following requirements: 1)Factory new car 2)4x4 drive, automatic transmission 3)Compression-ignition turbocharged diesel engine that meets the requirements for flue gas purity in accordance with applicable regulations. 4)Suspension front rear parabolic springs 5)Towing device front and rear 6)Fuel tank capacity: provides a minimum of 300 km or 4 hours of operation of the autopump 7)At the car there is a place and mountings for transporting equipment and equipment in accordance with CNBOP 8)Water tank: 3000 dm3 9)Water and foam tank made of corrosion resistant materials. 10)Power steering 11)Braking system equipped with ABS 12)Four-door cab, seating arrangement 1+1+4 13)Guarantee: chassis and bodywork: minimum 24 months 4.The vehicle must meet the technical conditions set out in the legal regulations in force in Poland for cars circulating on public roads and the conditions set out in the provisions of Community law of the European Union. The delivered car must have a certificate of approval and the required documents (vehicle card, instruction manual in Polish, warranty book) enabling registration of the vehicle, the vehicle should have a zero inspection performed by the Contractor, which will be confirmed in the warranty book of the vehicle, the Contractor will be obliged, at the request of the Ordering Party, to document the fulfilment by the offered vehicle of the technical requirements specified by the Ordering Party in the SWZ, the required minimum warranty period for the vehicle chassis is 24 months and for firefighting facilities 24 months. 5.Signature of the case: ROŚ.271.3.2025 6.Procurement names and codes according to the Common Procurement Vocabulary (CPV): 34144210­3 Fire engines 7.The Contractor undertakes to perform the contract in accordance with the GIP constituting Annex 1 to the GIP, the draft provisions of the contract (hereinafter: ‘PPU’), which form Annex 2 to the SWZ. 8.If the contractor finds that the parameters or national standards used in the SWZ and in the annexes to the SWZ or translating into European standards or international standards may indicate the producers of products or their sources of origin, it means that they are of such importance that the technical parameters of the products so indicated set out the minimum expectations required by the Ordering Party as to the quality of the products to be used to perform the subject of the contract. The Contractor is entitled to use equivalent products, i.e. those which have technical parameters not inferior to those indicated in the CVS and in the annexes to the CVS. The Contractor bears the burden of indicating ‘equivalence’. 9.The Contracting Authority recognises as equivalent solutions solutions that guarantee the fulfilment of technical, ecological, quality and aesthetic parameters specified in the technical specification for the execution and acceptance of works or in the design documentation. If the specification or design documentation does not specify such parameters, solutions meeting the requirements specified by the Contracting Authority when adopting the parameters of the solutions used in the technical design while maintaining compliance shall be considered equivalent solutions by referring, in order of preference, to: a) Polish Standards transposing European standards, b) standards of other Member States of the European Economic Area transposing European standards, c) European Technical Assessments, understood as documented assessments of the performance of a construction product in relation to its essential characteristics, in accordance with the relevant European Assessment Document, within the meaning of Article 2(12) of Regulation (EU) No 305/2011 of the European Parliament and of the Council of 9 March 2011 laying down harmonised conditions for the marketing of construction products and repealing Council Directive 89/106/EEC (OJ 2011 L 88, p. 5, as amended), (d) common technical specifications, understood as technical specifications in the field of electronic products laid down in accordance with Articles 13 and 14 of Regulation (EU) No 1025/2012 of the European Parliament and of the Council of 25 October 2012 on European standardisation, amending Council Directives 89/686/EEC and 93/15/EEC and Directives 94/9/EC, 94/25/EC, 95/16/EC, 97/23/EC, 98/34/EC, 2004/22/EC, 2007/23/EC, 2009/23/EC and 2009/105/EC of the European Parliament and of the Council and repealing Council Decision 87/95/EEC and Decision No 1673/2006/EC of the European Parliament and of the Council (OJ L 347, 27.10.2012, p. Urz. EU L 316, 14.11.2012, p. 12, as amended), (e) international standards, (f) non-compulsory technical specifications adopted by a standardisation body specialised in the development of technical specifications for repeated and continuous use, (g)other technical reference systems established by the European standardisation organisations; wherever specific technical solutions, brands or models of equipment are indicated in the SWZ, annexes to the SWZ or contract, the Contracting Authority shall allow equivalent solutions provided that technical, environmental and performance parameters not worse than those indicated in the description of the subject-matter of the contract are met. When offering an equivalent solution, the contractor must attach to the tender appropriate documents proving that these requirements have been met. Text automatically translated in your browsing language Automatically translated

Submission Method
Not available
Tenders may be submitted
Not available
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
Not available
Place of performance
Award method
okres gwarancji na podwozie pojazdu
Estimated value
Not available
Final contracted value
1,420,896.00 PLN
Award of contract
Official name: SZCZĘŚNIAK Pojazdy Specjalne Sp. z o.o.
Postal address:
Town: Bielsko-Biała
Postal code: 43-346
Country:
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.