Publications Office of the EU
Construction of the Primary School with a gymnasium in Wola Podłężna - 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

Construction of the Primary School with a gymnasium in Wola Podłężna Text automatically translated in your browsing language Automatically translated

  • Published
    28/02/2025
  • Today
    17/03/2025
  • Deadline
    04/04/2025
  • Opening of tenders
    04/04/2025
Status
Published
Type of contract
Works
Subject for Renewal
No
Buyer
GMINA KRAMSK
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL414 Koniński
Business sector (Main CPV)
45223000 Structures construction work
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
IGP.271.1.5.2025.MK
Description

The subject of the contract are construction works involving stage I of the investment-construction of a part of the complex comprising a primary school with a gymnasium, a hall, a dining room and 2 kindergarten departments in Wola Podłężna. The detailed scope of the subject-matter of the contract is specified in the technical documentation – Annex 7 to the SWZ. All requirements specified in the SWZ are minimum requirements, and their fulfillment is mandatory. Failure to meet the minimum requirements will result in rejection of the tender on the basis of Art. 1 point 5 of the Public Procurement Law as inconsistent with the terms of the contract. If there are trademarks, patents or origins, sources or a specific process that characterizes products or services provided by a particular contractor, the contracting authority allows to offer equivalent solutions with parameters not worse than those indicated by the contracting authority. An economic operator that invokes equivalent solutions must demonstrate that the works it offers meet the requirements specified by the contracting authority. The equivalent solutions used by the contractor shall be at least: • with the same strength and durability, with the same level of aesthetics; • the technical parameters indicated in the description of the subject of the contract; • meet the same functions, safety and quality requirements; • have the relevant documents for use. Where reference is made in the CVS to standards, technical assessments, technical specifications and technical reference systems referred to in Article 101 para. 1 point 2 of the Public Procurement Law and Art. 3 and 5 PPL, the contracting authority allows equivalent solutions. Whenever standards, technical assessments, technical specifications and technical reference systems referred to in Art. 1 point 2 and sec. 3 of the Public Procurement Act, the Contractor should assume that such a reference is accompanied by the words ‘or equivalent’. Where reference is made in the technical documentation to standards, European Technical Assessments, approvals, technical specifications and technical reference systems, the Contracting Authority shall allow solutions equivalent to those described. When analysing the technical documentation, the contractor should assume that each reference used in the design documentation is accompanied by the word ‘or equivalent’. Where trademarks are used in the technical documentation, this means that they are given by way of example and specify only the minimum expected quality parameters and the required standard. The Contractor may use equivalent materials or equipment, but with similar or better technical and quality characteristics, the application of which will not in any way impair the proper functioning of the solutions adopted in the technical documentation. The Contractor who uses equivalent equipment or materials will be obliged to demonstrate during the performance of the contract that the equipment and materials used by him meet the requirements specified by the Contracting Authority. The use of a label in the technical documentation means that the Contracting Authority accepts all labels confirming that the works, supplies or services concerned meet the equivalent requirements of the label specified by the Contracting Authority. Where an economic operator cannot obtain the label or an equivalent label specified by the contracting authority for reasons beyond its control, the contracting authority shall, within a time limit which it shall specify, accept other appropriate means of proof in question, in particular the technical documentation of the manufacturer, provided that the economic operator concerned proves that the works, supplies or services to be carried out by it meet the requirements of the label or the specific requirements indicated by the contracting authority. The use in the technical documentation of the requirement to hold a certificate issued by a conformity assessment body or a test report carried out by that body as evidence of compliance with the requirements or characteristics set out in the description of the subject-matter of the contract, the tender evaluation criteria or the contract performance conditions means that the contracting authority also accepts certificates issued by other equivalent conformity assessment bodies. The Contracting Authority shall also accept other appropriate means of proof, in particular the technical documentation of the manufacturer, where the Contractor concerned has neither access to the certificates or test reports nor the possibility of obtaining them in good time, provided that such lack of access cannot be attributed to the Contractor concerned, and provided that the Contractor concerned proves that the works, supplies or services which he performs meet the requirements or criteria set out in the description of the subject-matter of the contract, the tender evaluation criteria or the requirements relating to the performance of the contract. If the description of the subject of the contract includes a provision resulting from the KNR or KNNR indicating the need to use specific equipment with specific parameters in the performance of the contract, the Contracting Authority allows the use of other equipment as long as it ensures the achievement of the assumed design parameters and does not cause the risk of non-compliance of the work carried out with the technical documentation. The scope of works includes: ARCHITECTURE - BASIC CONSTRUCTION WORKS CONSTRUCTION - CONSTRUCTION WORKS CONSTRUCTION HOPE CONSTRUCTION - GROUND WORKS, FUNDAMENTS, INSULATIONS SANITAR INSTALLATIONS VENTILATION HEAT SOURCE ELECTRICAL INSTALLATIONS CONSTRUCTION OF THE CABLE SETUP OF BUILDINGS Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://zamowienia.sidaspzp.pl/zamawiajacy/gmina-kramsk
Tenders may be submitted
Electronic submission: required
https://zamowienia.sidaspzp.pl/zamawiajacy/gmina-kramsk
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
04/04/2025 10:15
Place of performance
Award method
Criterion:
Type: price
Description: Cena – waga 60,00 (maksymalnie można uzyskać 60,00 punktów Oferta o najniższej cenie otrzyma maksymalną ilość punktów, każdej następnej ofercie przyznaje się proporcjonalnie mniej punktów, stosując wzór: C = ( Cmin / Cbad ) x 60,00 punktów Cmin – cena oferty minimalnej, Cbad – cena oferty badanej
Weight (percentage, exact):
Criterion:
Type: quality
Description: Okres gwarancji na roboty budowlane oraz zamontowane materiały i urządzenia – waga 40,00 (maksymalnie można uzyskać 40,00 punktów Oferta uzyska liczbę punktów zależną od wskazanego przez Wykonawcę w ofercie okresu gwarancji: - za podanie okresu gwarancji 60 miesięcy – 40 punktów - za podanie okresu gwarancji 48 miesięcy – 20 punktów - za podanie okresu gwarancji 36 miesięcy – 0 punktów Minimalny okres gwarancji wynosi 36 miesięcy. Zaoferowanie przez Wykonawcę okresu gwarancji poniżej ustalonego minimum (36 miesięcy) lub niewskazanie żadnego okresu gwarancji spowoduje odrzucenie oferty jako niezgodnej z warunkami zamówienia – art. 226 ust. 1 pkt 5. W przypadku zaoferowania przez Wykonawcę dłuższego okresu gwarancji niż 60 miesięcy, Zamawiający przyjmie do obliczeń wartość 60 miesięcy – najdłuższy przyjęty w kryterium oceny ofert. Wykonawca oferowany okres gwarancji wskazuje w pełnych miesiącach – w przedziale od 36 do 60 miesięcy
Weight (percentage, exact):
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.