Publications Office of the EU
Supply of chemical reagents for the Central Laboratory of the Main Plant Health and Seed Inspectorate - 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

Supply of chemical reagents for the Central Laboratory of the Main Plant Health and Seed Inspectorate Text automatically translated in your browsing language Automatically translated

  • Published
    17/03/2025
  • Deadline
    22/04/2025
  • Opening of tenders
    22/04/2025
  • Today
    04/06/2025
Status
Submission closed
Type of contract
Supplies
Subject for Renewal
No
Buyer
Krajowa Izba Odwoławcza
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL911 Miasto Warszawa
Business sector (Main CPV)
33696300 Chemical reagents
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Number of lots
64
Tender reference number
WIP.261.19.2025.OM
Description

1. The subject of the contract is the supply of chemical reagents for the Central Laboratory of the Main Plant Health and Seed Inspectorate, as defined in Annex 2, divided into 64 lots. 2. The detailed method of performance of the subject-matter of the contract is set out in Annex 1 to the SWZ – Draft provisions of the contract and Annex 2 to the SWZ – Assortment and price form. 3. Place of delivery: in accordance with Annex 3 and Annex 3a to the SWZ. 4. The ordering party is the General Inspectorate of Plant Health and Seeds, Al. Jana Pawła II 11, 00-828 Warsaw in the name and on behalf of which the Government Administration Service Centre operates, ul. Powsińska 69/71, 02-903 Warsaw. 5. The Contracting Authority does not allow the possibility of submitting equivalent tenders in selected parts, as indicated in Annex 2 to the SWZ. The Contracting Authority informs that replacing any chemical reagent and introducing its substitute into the test procedure requires a very expensive and time-consuming validation process each time. This would make it impossible to ensure the continuity of research work, would reduce the efficiency of the Laboratory's work, which could extend the waiting period for the test result and would significantly increase the costs of the Laboratory's operation. In extreme cases, the validation procedure could demonstrate the unsuitability of the purchased replacement for testing, which would necessitate repurchase and disorganize the work of the Laboratory. The laboratories of the Central Laboratory use test methodologies generally accepted internationally and in the European Union, requiring the use of specific laboratory equipment of a certain standard and quality (there is often a direct indication in the methodology). In addition, it is necessary to maintain a certain mode of operation by using the equipment used so far (their change may significantly affect the quality of the results or make it necessary to re-optimize the method). In other parts, whenever trademarks, patents or origin, as well as standards, are used in the content of the SWZ, including in the description of the subject of the contract, the Ordering Party allows trademarks, patents or origin, as well as equivalent standards - provided that the objects of the contract offered by the Contractor are of the same or better quality parameters. 6. The contracting authority does not provide for the award of contracts referred to in Art. 1 point 8 of the Public Procurement Act. 7. The contracting authority does not provide for the electronic auction referred to in Articles 227 to 238 of the Public Procurement Act. 8. The Contracting Authority does not allow the submission of variant tenders within the meaning of Art. 1 of the PPL Act. 9. The contracting authority shall allow partial tenders to be submitted. Each Contractor has the right to submit a tender for one or more parts of these proceedings, as described in Annex 2 to the SWZ. 10. The contracting authority does not envisage concluding the framework agreement referred to in Articles 311 to 315 of the Public Procurement Act. 11. The contracting authority does not provide for reimbursement of costs of participation in the procedure. 12. The Contracting Authority does not allow the submission of tenders in the form of electronic catalogues or the attachment of electronic catalogues to the tender. 13. The contracting authority may cancel the procurement procedure if the funds that the contracting authority intended to use to finance all or part of the contract were not awarded to it and the possibility of cancelling the procedure on this basis was provided for in the contract notice. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://zamowienia.eb2b.com.pl
Tenders may be submitted
Electronic submission: required
https://zamowienia.eb2b.com.pl
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
22/04/2025 11:30
Place of performance
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.