Publications Office of the EU
"Successful delivery of dairy products to the warehouses of the 33rd Military Economic Branch located in Kielce and Sandomierz (order divided into 2 parts)" - 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

"Successful delivery of dairy products to the warehouses of the 33rd Military Economic Branch located in Kielce and Sandomierz (order divided into 2 parts)" Text automatically translated in your browsing language Automatically translated

  • Published
    04/12/2024
  • Deadline
    20/12/2024
  • Opening of tenders
    20/12/2024
  • Today
    19/01/2025
Status
Submission closed
Type of contract
Supplies
Subject for Renewal
No
Buyer
33 Wojskowy Oddział Gospodarczy w Nowej Dębie
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL824 Tarnobrzeski
Business sector (Main CPV)
15500000 Dairy products
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Number of lots
2
Tender reference number
Zp100/2024
Description

This contract is divided into the following two lots: 1) Part 1 - Successive delivery of dairy products to the warehouse located in Kielce; 2) Part 2 - Successive delivery of dairy products to the warehouse located in Sandomierz. A detailed description of the subject-matter of the contract, for each product item, is set out in the annex to the SWZ – Minimum quality requirements. Detailed determination of the quantity of the individual assortment being the subject of the contract carried out under the basic contract and the contract carried out under the right of option are specified in the annexes to this SWZ - Detailed Valuation Forms. The production of the subject of the contract, its packaging and transport must meet the requirements of applicable national and EU food law. These provisions are set out in the Annex to the CVT – draft agreement. Contractors, as food business operators operating food or catering establishments, are required to ensure food safety in accordance with the principles of the Hazard Analysis and Critical Control Points System, known as the ‘HACCP system’ (procedure aimed at ensuring food safety by identifying and estimating hazards from the point of view of food health requirements and the risk of hazards occurring during the course of all stages of food production and marketing, this system is also aimed at defining methods for eliminating or reducing hazards and establishing corrective actions). In view of the above, the Contractor applying for the award of the contract must have the following up-to-date documents (including for the duration of the contract), which will be presented at the request of the Contracting Authority: a) confirmation of the implemented HACCP system in the form of a HACCP certificate issued by companies accredited and authorized by the Polish Centre for Accreditation with its registered office in Warsaw or a national accreditation organization for a given country or b) a certificate of the competent body of the State Sanitary Inspectorate or the Veterinary Inspectorate on supervision over the use of the implemented HACCP system, confirming compliance with the requirements necessary to ensure hygiene in the production process or trade in the items subject to the contract and to ensure the proper quality of these items. The agreement in respect of each of the parts into which these proceedings have been divided will be valid from the date of its conclusion until 31 December 2025. The parties to the future contract agree that the performance of the contract will start no earlier than 1 January 2025 and will last until 31 December 2025 or until the amount constituting the maximum remuneration due to the Contractor for the performance of the contract, in accordance with the content of the offer submitted by the Contractor, is exhausted. If the Ordering Party uses an order executed under the option right, the Ordering Party shall, by 30 November 2025 at the latest, submit to the Contractor the first written statement regarding the contract awarded under the option right together with the determination of its scope. The delivery of the products subject to these proceedings will take place no more than 6 times a week. The Contractor is obliged to secure his tender with a security (for each part separately) in the amount of: Part 1: PLN 12 000.00; Part 2: 7 000,00 zł. At the latest on the date of conclusion of the contract, the Contractor whose offer was considered to be the most advantageous (in terms of a given part) is obliged to submit in accordance with § 9 sec. 1 of the draft contract – a policy confirming third party liability insurance in respect of the activities carried out. The contracting authority provides for the possibility of cancelling the procedure in question on the basis of Article 310(1) of the Public Procurement Act, i.e. if the funds that the contracting authority intended to allocate to finance all or part of the contract have not been awarded to it. The Contractor will be bound by the submitted offer for a period of 90 days, i.e. until 19 March 2025. The time limit for the submission of tenders shall run from the expiry of the time limit for the submission of tenders. In the event that the selection of the most advantageous offer does not take place before the expiry of the deadline for binding the offer specified in the SWZ, the Ordering Party shall, before the expiry of the deadline for binding the offer, once ask the Contractors for consent to extend this deadline by the period specified by him, not longer than 60 days. A tender may be submitted for one or two parts of the procedure. Contractors jointly applying for the award of the contract (Consortium / partners of the Civil Company) within the meaning of Article 58 of the Public Procurement Act: 1) are jointly and severally liable for non-performance or improper performance of the contract; 2) they must appoint a representative to represent them in the procurement procedure or to represent them in the procedure and conclude the contract for this contract, in accordance with Art. 2 of the Public Procurement Act - the appointment of a proxy must result from the documents attached to the offer (power of attorney or other documents from which the appointment of a proxy will result). In this procurement procedure, communication between the Contracting Authority and the Contractors takes place electronically via the Procurement Platform available at the following address: https://platformazakupowa.pl/transaction/1029254 and the "Send a message to the Ordering Party" form. The “Send a message to the customer” button is used to ask questions to the SWZ, answer the customer's calls or send appeals. Subjective means of evidence and other documents or statements referred to in the Regulation shall be submitted in electronic form, i.e. bearing a qualified electronic signature. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://platformazakupowa.pl/transakcja/1029254
Tenders may be submitted
Electronic submission: required
https://platformazakupowa.pl/transakcja/1029254
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
20/12/2024 12:00
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.