Publications Office of the EU
SZP/242-014/2025 Delivery of microscopes for the Central Laboratory of Preclinical Sciences of the Medical Faculty of the Wrocław University of Technology - tasks - 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

SZP/242-014/2025 Delivery of microscopes for the Central Laboratory of Preclinical Sciences of the Medical Faculty of the Wrocław University of Technology - tasks Text automatically translated in your browsing language Automatically translated

  • Published
    31/01/2025
  • Deadline
    04/03/2025
  • Opening of tenders
    04/03/2025
  • Awarded
    11/04/2025
  • Today
    07/07/2025
Status
Awarded
Type of contract
Supplies
Subject for Renewal
No
Buyer
Politechnika Wrocławska
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL514 Miasto Wrocław
Business sector (Main CPV)
38516000 Monocular and/or binocular light compound microscopes
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
223,976.12 PLN
Number of lots
3
Tender reference number
SZP/242-014/2025 Dostawa mikroskopów dla Centralnego Laboratorium Nauk Przedklinicznych Wydziału Medycznego Politechniki Wrocławskiej - zadania
Description

SZP/242-014/2025 Delivery of microscopes for the Central Laboratory of Preclinical Sciences of the Medical Faculty of the Wrocław University of Technology - tasks The Ordering Party specified the subject of the contract in the Tasks: Task No. Name and CPV CODE Detailed description of the subject of the contract (OPZ) Task 1 EDUCATIONAL MICROSCOPE – 6 pieces CPV Code 38516000-5 - Bi-lens optical microscopes Annex 3.1 to SWZ Task 2 OPTICAL MICROSCOPE – 1 piece CPV Code 38516000-5 - Bi-lens optical microscopes Annex 3.2 to SWZ Task 3 REVERSE MICROSCOPE – 1 piece CPV Code 38516000-5 - Bi-lens optical microscopes Annex 3.3 to SWZ The subject of the contract includes the supply of the above equipment, 2. Place of delivery: Wrocław University of Technology, Wrocław, ul. On Causeway 13, bud.L room. 1 4-8. 3. A detailed description of the subject-matter of the contract for Tasks 1 to 3 can be found in Annex 3.1 – 3.3 to the EMS – OP and in Annex 2 – draft contract, respectively. 4. The detailed scope of performance of the subject-matter of the contract, which is the draft provisions of the public procurement contract, can be found in the model contract, constituting Annexes No. 2 to the SWZ. 5. The Contractor is obliged to include in the tender all the necessary equipment, hardware and software controllers to implement the functional assumptions of the subject of the contract. 6. If the Contracting Authority specifies in the GIP that a given element is to have certain features, this element is to work effectively with these features, and not only have such a theoretical possibility in a configuration other than the one provided. The characteristics required in the specification (OPZ) are the minimum parameters. In accordance with Article 257 of the Public Procurement Law, the Contracting Authority provides for the possibility of cancelling the procedure in question if the funds that the Contracting Authority intended to use to finance all or part of the contract have not been granted to it. The contracting authority provides for the application of the so-called reverse procedure referred to in Art. 1 PPA, i.e. The Contracting Authority will first examine and evaluate the tenders and then select the Contractor whose tender has received the highest score in terms of the lack of grounds for exclusion and fulfilment of the conditions for participation in the procedure. The Contractor shall be bound by the tender from the date of expiry of the deadline for submission of tenders for 90 days. The tender must consist of: 1. Contractor’s tender form – interactive form available on the e-Procurement Platform,). 2. the statement referred to in Chapter II. VII point 1 SWZ - EED - interactive form available on the e-Procurement Platform of the 3rd statement referred to in Chapter VII. VII point 1a SWZ - (respectively) Declarations of Annexes 5.1 and 5.2 to SWZ; 4. (if applicable) the commitment of the resource provider referred to in Chapter II. VII point 6 SWZ; 5. (if applicable) to demonstrate the reservation of information constituting a trade secret in accordance with Chapter III. X point 6; 6. the document(s) from which the right to sign the Tender arises in accordance with Chapter III. Point X(15) of the SWZ; (if applicable) the relevant powers of attorney in accordance with X point 16 of the SWZ; 7. (if applicable) Declaration by economic operators jointly applying for a contract - in accordance with Art. 4 of the PPA. 8. PROOF MEASURES PROVIDING THAT the deliveries offered by the Contractor meet the requirements specified by the Ordering Party, features: 8.1. description of the offered object of the contract - technical specification of the offered object of the contract together with possible Information for Contractors - allowing to determine the conformity of the offered device / set with the requirements of the Ordering Party presented respectively for each Task in the annexes: from Annex 3.1 to Annex 3.3 to the SWZ (Technical and functional parameters of the device. Requested by the Contracting Authority ) – completed Annex 3.x to the SWZ for each of the offered Tasks No x (where x=1,2,3) – respectively ‘Annex 3.x to the SWZ – OPZ’. The Contracting Authority considers the technical and functional parameters of the equipment offered by the Contractor in Annex 3.1-3.3 to the SWZ to be the means of proof in question. The requirement to indicate ‘Name, type, model and manufacturer of the equipment offered’ does not constitute the means of proof in question. In accordance with Article 107 of the Public Procurement Law, if the Contractor has not submitted the evidence in question or if the evidence submitted is incomplete, the Contracting Authority will call for it to be submitted or supplemented within the prescribed period. This rule shall not apply if, despite the submission of the measure of inquiry in question, the tender is rejected or there are grounds for invalidating the procedure. Contractors may apply for the award of a contract if they fulfil the conditions relating to: 1. ability to operate in business transactions, the Ordering Party does not impose a condition in the above scope. 2. the right to conduct a specific business or professional activity, if it results from separate provisions, the Ordering Party does not impose a condition in the above scope. 3. the economic or financial situation of the Ordering Party does not set a condition in the above scope. 4. the technical or professional capacity of the Ordering Party does not set a condition in the above scope. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://ezamowienia.gov.pl/mp-client/search/list/ocds-148610-00d214f2-8c25-4c4e-a00f-803e7771e2c3
Tenders may be submitted
Electronic submission: required
https://ezamowienia.gov.pl/mp-client/search/list/ocds-148610-00d214f2-8c25-4c4e-a00f-803e7771e2c3
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
04/03/2025 10:30
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.