Publications Office of the EU
Construction of a central deposit warehouse for the needs of the National Revenue Administration units and associated infrastructure in Charbice Górne, in the ‘design and build’ formula - 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

Construction of a central deposit warehouse for the needs of the National Revenue Administration units and associated infrastructure in Charbice Górne, in the ‘design and build’ formula Text automatically translated in your browsing language Automatically translated

  • Published
    11/06/2025
  • Today
    17/06/2025
  • Deadline
    30/06/2025
  • Opening of tenders
    30/06/2025
Status
Published
Type of contract
Works
Subject for Renewal
No
Buyer
Izba Administracji Skarbowej w Łodzi
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL711 Miasto Łódź
Business sector (Main CPV)
45000000 Construction work
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
1001-ILZ.260.18.2025
Description

The subject matter of the present proceedings is the design and construction of a central deposit warehouse for the needs of the units of the National Revenue Administration together with the accompanying infrastructure in Charbice Górne in the ‘design and build’ formula in accordance with the functional and utility programme (PFU) constituting Annex No 1 to the SWZ. The deposit warehouse will consist of six modules with a size of approximately 11,000 m2 each. The scope of the investment shall include: 1) development of the plot No.: 100806_5.0007.AR_1.225/3, 2) construction of a warehouse building with a social part, 3) construction of a concierge building, 4) construction of a fire pumping station building, 5) inrun scale with a foundation, 6) connection and external water supply system for domestic and fire purposes, 7) connection and external gas installation, 8) external sanitary sewerage system (including underground non-drain tanks for liquid waste), 9) telecommunications connection, 10) power connection, 11) external rainwater sewerage system (including a storage and drainage tank), 12) external power installation, 13) external telecommunications and telecommunications installation, 14) land hardening: the internal road system; wheeled communications (cars and lorries) and pedestrians, internal yards, fire road and parking spaces for fire brigade, bands around buildings, waste collection yards, b) storage yards for containers with petroleum substances, c) parking yard for damaged vehicles (tanks), d) parking for cars, e) parking for trucks (tanks) -100 parking spaces, 15) elements of small architecture, 16) exits and connections on road plots not belonging to the Ordering Party, 17) generator, 18) crusher for metals and plastics, 19) equipping buildings, 20) delivery and implementation of a warehouse management system. 2.The subject matter of the order consists of the basic order and the right of option. As part of the implementation of the investment in question, the Contracting Authority identified the following stages: 1)Phase I – basic contract as described in para. 2 point 1 of Chapter III of the SWZ, 2)Phase II – procurement involving the right of option as described in paragraph. 2 point 2 of Chapter III of the SWZ, 3) STAGE III – procurement involving the right of option as described in paragraph. 2 point 3 of Chapter III of the SWZ, 4) STAGE IV – procurement involving the right of option as described in paragraph. 2(4) of Chapter III of the SWZ. 3.The detailed scope and conditions of performance of the subject of the contract are contained in Chapter III of the SWZ and in the annexes: 1)Functional and Utility Programme – Annex 1 to the SWZ; (2)Model contract – Annex 2 to the CVT. 4. The contracting authority in accordance with Art. 1 of the Public Procurement Act, requires the Contractor or a subcontractor to employ persons (physical workers) performing all activities during the performance of the contract, i.e. works consisting in the performance of general construction, plastering, masonry, flooring and installation works. This requirement does not apply to activities related to the management of works, supervision over the construction works carried out and transport of materials and persons to the area of the construction works carried out. Detailed information on the employment of persons under an employment contract is contained in the model contract constituting Annex 2 to the SWZ. 5. The Contracting Authority shall not allow economic operators (as well as economic operators jointly applying for a contract, at least one of which is) established (respectively: residency) in countries other than: a Member State of the European Union, a State Party to the WTO Agreement on Government Procurement (GPA), as amended by Council Decision of 2 December 2013 on the conclusion of the Protocol amending the Agreement on Government Procurement (2014/115/EU; OJ EU L68, Volume 57) or a State party to a bilateral or regional agreement concluded by the European Union in the field of public procurement. 6. The contracting authority does not allow economic operators (as well as economic operators jointly applying for a contract) to rely on the technical or professional capacity or financial or economic situation of entities providing resources established (respectively: residency) in countries other than: a Member State of the European Union, a State Party to the WTO Agreement on Government Procurement (GPA), as amended by Council Decision of 2 December 2013 on the conclusion of the Protocol amending the Agreement on Government Procurement (2014/115/EU; OJ EU L68, Volume 57) or a State party to a bilateral or regional agreement concluded by the European Union in the field of public procurement. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://ias-lodz.ezamawiajacy.pl/
Tenders may be submitted
Electronic submission: required
https://ias-lodz.ezamawiajacy.pl/
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
30/06/2025 10:30
Place of performance
Award method
Dodatkowa gwarancja
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.