Publications Office of the EU
Supply of laboratory equipment for the Provincial Police Headquarters in Lublin - 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 laboratory equipment for the Provincial Police Headquarters in Lublin Text automatically translated in your browsing language Automatically translated

  • Published
    11/06/2025
  • Today
    17/06/2025
  • Deadline
    18/06/2025
  • Opening of tenders
    18/06/2025
Status
Published
Type of contract
Supplies
Subject for Renewal
No
Buyer
Komenda Wojewódzka Policji w Lublinie
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL814 Lubelski
Business sector (Main CPV)
38000000 Laboratory, optical and precision equipments (excl. glasses)
Total estimated contract value (excluding VAT)
1,459,029.46 PLN
Total final contract value (excluding VAT)
Not available
Number of lots
11
Tender reference number
31/2.2.17/25/SZP/D
Description

1. The subject of the contract is the supply of laboratory equipment for the needs of the Provincial Police Headquarters in Lublin. 2. The subject of the contract is divided into 11 lots (packages) and includes the supply of the following equipment: 1) Package 1 – automatic DNA magnetic isolation machine, 2) Package 2 – automatic pipetting station 8 channels (30 positions), 3) Package 3 – automatic pipetting station 8 channels (6 positions), 4) Package 4 – laboratory centrifuges, 5) Package 5 – laboratory mill, 6) Package 6 – laboratory freezers with drawers, 7) Package 7 – gas chromatograph with single quadrupole mass detector with autosampler of liquid samples, 8) Package 8 – heating jacket, magnetic stirrer with tripod, biological microscope, UV bactericidal lamp, videoendoscope, electronic thickness gauge for film and paper, 9) Package 9 – forensic illuminators, a complete set of handles for illuminators with accessories, evidence photography columns with mounting rails, 10) Package 10 – fixed and variable capacity single-channel automatic pipettes, 11) Package 11 – test tube stands and tripods for Qiasymphony SP, adaptive tube inserts. 3. A detailed description of the subject-matter of the contract is set out in the procurement documents, in particular in Annexes 1.1-1.11 to the SWZ – price forms (which are also a detailed description of the subject-matter of the contract for packages 1-11), in Annex 6.1 to the SWZ – model contract for package 1, 2, 3, 6, 7, and Annex 6.2 to the SWZ – model contract for package 4, 5, 8, 9, 10, 11. 4. The assortment offered by the contractor must meet all the requirements specified by the Ordering Party in the procurement documents, in particular in Annexes 1.1 -1.11 to the SWZ (price forms constituting at the same time a detailed description of the subject of the contract for packages 1-11). 5. The contractor must give, in particular, the name, manufacturer and model of the equipment offered (column 3), the gross unit price and the gross value (to two decimal places) in Annexes 1.1 to 1.11 to the CVT. If the contractor fails to indicate in column 3 of Annexes 1.1-1.11 the name, manufacturer and model of the equipment offered, its tender will be rejected. 6. The equipment offered by the contractor must be manufactured no later than 2024. 7. The required minimum warranty period for the delivered equipment is: 12 months for package 1, 2, 3 and 11 and 24 months for package 4, 5, 6, 7, 8, 9 and 10 (counting from the date of signing the acceptance protocol and commissioning of the device / from the date of signing the acceptance protocol). 8. The Contractor undertakes to apply the prices fixed in the public procurement procedure. 9. By submitting an offer for package Nos 1, 2, 3, 6 and 7, the Contractor will ensure that training is carried out for the staff of the Provincial Police Headquarters’ Forensic Laboratory in Lublin on the safety of use, maintenance and operation of the device and software by the Contractor’s authorised representative at the Contracting Authority’s premises, in accordance with a pre-established training plan. In addition, the contractor will provide certificates for participants in these trainings. 10. The Ordering Party requires acceptance of the model contract in its entirety. 11. The contracting authority does not provide for the granting of advances. 12. Form and date of payment of the VAT invoice – transfer, 30 days from the date of issue of the VAT invoice by the Contractor. 13. The Contractor shall provide the VAT invoice issued to the following address: Provincial Police Headquarters in Lublin, Department of Supply, ul. Grenadier 3, 20 - 331 Lublin. 14. If the contractor issues a structured electronic invoice via the platform, it will include the following symbol in the invoice field named ‘Buyer Reference’: LB2K00. Further details on the description of the subject-matter of the contract are provided in Chapter IV of the SWZ. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://ezamowienia.gov.pl/mp-client/search/list/ocds-148610-3fd54c63-e4b5-4a64-8472-c892abed2fe0
Tenders may be submitted
Electronic submission: required
https://ezamowienia.gov.pl/mp-client/search/list/ocds-148610-3fd54c63-e4b5-4a64-8472-c892abed2fe0
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
18/06/2025 12:00
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.