Publications Office of the EU
SZP/243-114/2025 Supply of research equipment to a new biochemical laboratory for students – 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/243-114/2025 Supply of research equipment to a new biochemical laboratory for students – tasks. Text automatically translated in your browsing language Automatically translated

  • Published
    27/05/2025
  • Today
    21/06/2025
  • Deadline
    27/06/2025
  • Opening of tenders
    27/06/2025
Status
Published
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)
42943500 Recirculating coolers
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Number of lots
8
Tender reference number
SZP/243-114/2025
Description

1. The subject of the contract is the supply of research equipment to a new biochemical laboratory for students – Tasks. The contracting authority specified the subject of the contract in the Tasks: Task 1 Universal fraction collector – 2 units CPV code 38000000-5 Laboratory, optical and precision equipment (except glass) Annex No. 3.1 to SWZ Task 2 Cell counter - 1 pc. CPV code 38000000-5 Laboratory, optical and precision equipment (except glass) Annex No 3.2 to the SWZ Task 3 Bench-top laboratory centrifuge — 2 pcs. CPV code 42931120-8 Table centrifuges Annex No. 3.3 to SWZ Task 4 Centrifuge - 1 pc. CPV code 42931000-1 Centrifuges Annex No 3.4 to SWZ Task 5 Vertical electrophoresis kit – 1 pc. CPV code 38000000-5 Laboratory, optical and precision equipment (except glass) Annex No 3.5 to the SWZ Task 6 Countertop laboratory mini centrifuge – 1 pc. CPV code 42931100-2 Laboratory centrifuges and accessories Annex No 3.6 to SWZ Task 7 Water bath with accessories – 1 pc. CPV code 38000000-5 Laboratory, optical and precision equipment (except glass) Annex 3.7 to SWZ Task 8 Water bath - 1 pc. CPV code 38000000-5 Laboratory, optical and precision equipment (except glass) Annex 3.8 to the SWZ The subject of the contract includes the supply of the above-mentioned equipment, the subject of the contract is the supply of equipment, its assembly / installation and commissioning and instruction on operation at a place designated by the Ordering Party. All costs related to the performance of the subject of the contract, including delivery, insurance, risk, commissioning and instruction, shall be borne by the Contractor. 2. Place of delivery: Wrocław University of Technology, F-4, 50-344 Wrocław, Gdańska 7/9, room c2. 3. A detailed description of the subject-matter of the contract for Tasks 1 to 8 is set out in Annex 3.1 to 3.8 to the SPC and in Annex 2 to the 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, is set out in the model contract, which states: Annex 2 to the SWZ. 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. The description of the subject of the contract (OPZ) is not subject to interpretation. If the Contractor considers that the specifications are unclear, incomplete, imprecise or erroneous, the Contractor must ask a question before submitting a tender. 5. 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: - Contractor’s tender form – interactive form available on the e-Procurement Platform,). - the statement referred to in Chapter II. VII point 1 SWZ - EED - interactive form available on the e-Procurement Platform - statement referred to in Chapter VII. VII point 1a SWZ - (respectively) Declarations of Annexes 5.1 and 5.2 to SWZ; - (if applicable) the commitment of the resource provider referred to in Chapter II. VII point 6 SWZ; - (if applicable) to demonstrate the reservation of information constituting a trade secret in accordance with Chapter III. X point 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; - (if applicable) Declaration by economic operators jointly applying for a contract - in accordance with Art. 4 of the PPA. - THE PROOF MEASURES CONCERNING THAT THE SUPPLY OFFERED BY THE CONTRACTOR MEETS THE REQUIREMENTS SPECIFIED BY THE ORDERING PARTNER, THE FEATURES: a description of the subject-matter of the contract offered – the technical specification of the subject-matter of the contract offered, together with any information for contractors – enabling it to be established that the equipment/set offered complies with the requirements of the contracting authority, as set out for each task in the annexes: from Annex 3.1 to Annex 3.8 Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://ezamowienia.gov.pl/mp-client/search/list/ocds-148610-dc540fbd-944b-440f-904e-f7618adbf07f
Tenders may be submitted
Electronic submission: required
https://ezamowienia.gov.pl/mp-client/search/list/ocds-148610-dc540fbd-944b-440f-904e-f7618adbf07f
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
27/06/2025 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.