Tender Details
Title

Belgium – Civic centre construction work – Construction d'une cité administrative à Huy Change notice Place of performance: Belgium,Arr. Huy Main nature of the contract: Works Official name: Ville de Huy Type of procedure: Open Belgium – Civic center construction work – Construction of an administrative city in Huy Change notice Place of performance: Belgium,Arr. Huy Main nature of the contract: Works Official name: Ville de Huy Type of procedure: Open

Country
Language
French
Organization
Published Date
14.10.2024
Deadline Date
23.10.2024
Overview
618955-2024 - Competition Competition Belgium: Civic centre construction work Construction d'une cité administrative à Huy Type of procedure: Open Buyer Buyer: Ville de Huy Email: stephanie.delgiudice@huy.be Belgium, Huy LOT-0001: Bâtiment Civic centre construction work Belgium, Arr. Huy (BE331) Huy Start date: 16/12/2024 Duration end date: 30/03/2026 Deadline for receipt of tenders: 23/10/2024 - 11:00:00 (UTC+2) LOT-0002: Mobilier fixe - Signalétique Joinery work Belgium, Arr. Huy (BE331) Huy Start date: 16/12/2024 Duration end date: 30/03/2026 Deadline for receipt of tenders: 23/10/2024 - 11:00:00 (UTC+2) LOT-0003: Abords Parking lot construction work Belgium, Arr. Huy (BE331) Huy Start date: 16/12/2024 Duration end date: 30/03/2026 Deadline for receipt of tenders: 23/10/2024 - 11:00:00 (UTC+2) 618955-2024 - Competition Belgium – Civic centre construction work – Construction d'une cité administrative à Huy OJ S 200/2024 14/10/2024 Contract or concession notice – standard regime - Change notice Works 1. Buyer 1.1. Buyer Official name: Ville de Huy Email: stephanie.delgiudice@huy.be Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Construction d'une cité administrative à Huy Description: Situation L’infrastructure sera implantée sur des parcelles situées avenues des fossés n° 20,22,24,26,28 et rue Axhelière n°1, 1+ dont les références cadastrales sont les suivantes : HUY 2 – Section A - Parcelles n° 1019P/2, 1020G, 1020K, 1020P, 1020S, 1020T, 1020V, 1021E, 1022C, 1022D, 1022E, 1024C, 1024K, 1024L Programme Le projet s’inscrit dans le PLAN DE RELANCE EUROPEEN, dans le cadre de la rénovation énergétique des bâtiments publics appartenant aux pouvoirs locaux. Il fait suite à la volonté de la ville de Huy de réunir l’ensemble de ses services ainsi que ceux du CPAS au sein d’un site unique situé sur la rive gauche de la Meuse. Le choix de cette implantation est dicté par la volonté du Collège communal de redynamiser cette rive moins attractive. Il s'agit aussi de réaliser d’importantes économies en créant un bâtiment unique peu énergivore et parfaitement adapté aux besoins du personnel et des citoyens. Ce projet ambitieux est également dicté par la volonté de la Ville de Huy de lutter contre le changement climatique et de mettre en œuvre des politiques énergétiques durables. Le projet de la cité administrative comprend : - La démolition de deux bâtiments (un logement R+2+T et une ancienne imprimerie R+1+T) - La construction d’un nouveau bâtiment longiforme, ancré à la pente naturelle du terrain. Le bâtiment s’élève au fur et à mesure de la pente. Ce bâtiment abritera les services de la Ville ainsi que ceux du CPAS. - La construction d’un nouveau bâtiment (R+1) recréant le front de voirie de la rue Axhelière qui est actuellement interrompu suite à des démolitions précédentes. Ce bâtiment abritera le service Prévention. - La création d’un parking végétalisé. - La revalorisation de l’espace végétalisé existant par la création d’un nouveau parc public. - L’aménagement des abords de part et d’autre du bâtiment, avec au SO un aménagement végétalisé - avec sentiers et noues de récupération des eaux de pluie - qui relie l’espace public au parc arrière, et au NE l’aménagement d’une « venelle » interne au site qui distribue les différentes entrées et permet l’accès aux pompiers. La nouvelle cité administrative accueillera 225 postes de travail ; le projet porte une attention toute particulière à l’intégration du bâtiment, à une conception durable et circulaire ainsi qu’à la qualité et la diversité des espaces verts. (...) Voir Clauses administratives Procedure identifier: 15b29d9e-7ca4-4896-9db5-0e806e89dc5a Internal identifier: PPP05X-1516/4245/2024-2194 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45215222 Civic centre construction work 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 3 2.1.6. Grounds for exclusion Purely national exclusion grounds: (voir DUME) 5. Lot 5.1. Lot: LOT-0001 Title: Bâtiment Description: Objet : Gros-œuvre / Parachèvements / Electricité-data / HVAC / Sanitaires / Coordination Ce lot concerne tous les travaux de démolition et de construction, à savoir : - Tous les travaux de démolition et de désamiantage. - Tous les travaux attenants au gros œuvre fermé, défrichement et abattage le cas échéant, terrassement, stabilité, parachèvements y compris égouttage enterré, la menuiserie extérieure, la couverture des toitures, le plafonnage, les chapes, les carrelages, les revêtements de sols, les peintures, la menuiserie intérieure, les cloisons, les faux-plafonds, les portes, ... - Tous les travaux attenants aux installations sanitaires (adductions et évacuations et récupération d’eau), aux installations de chauffage et aux installations de ventilation. Il comprend également les installations de protection incendie. - Tous les travaux attenants aux installations électriques, à la détection incendie, à la téléphonie, au contrôle d'accès, à l'alarme anti-intrusion, au réseau informatique et à l’installation de panneaux photovoltaïques,… - Tous les travaux attenants aux installations d'ascenseurs. Internal identifier: 2024-2194 1 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45215222 Civic centre construction work 5.1.2. Place of performance Postal address: Avenue des Fossés 23 Town: Huy Postcode: 4500 Country subdivision (NUTS): Arr. Huy (BE331) Country: Belgium Additional information: nouvelle cité administrative 5.1.3. Estimated duration Start date: 16/12/2024 Duration end date: 30/03/2026 5.1.6. General information Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project fully or partially financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Criterion: Type: Technical and professional ability Description: Voir agréationNiveau(x) minimal(aux): Voir agréation Use of this criterion: Used Criterion: Type: Economic and financial standing Description: Voir agréationNiveau(x) minimal(aux): Voir agréation Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Description: * Le DUME, par lequel l'opérateur économique déclare qu’il ne se trouve pas dans une des situations d’exclusion visées aux articles 67 à 69 de la loi du 17 juin 2016. L’article 70 de la loi du 17 juin 2016 relative aux marchés publics s’applique. Pour les motifs d’exclusion visés à l’article 67 de la loi, le candidat ou soumissionnaire signale d’initiative s’il a pris les mesures correctrices visées au paragraphe 1er de l'article 70 au début de la procédure. Le pouvoir adjudicateur procèdera à la vérification des obligations sociales et fiscales de tous les soumissionnaires dans les vingt jours suivant la date ultime pour l’introduction des demandes de participation ou des offres et à la vérification des autres obligations du soumissionnaire pressenti (absence de faillite, liquidation, cessation d’activités, réorganisation judiciaire, et le cas échéant agréation), sur la base des attestations qui sont disponibles électroniquement pour le pouvoir adjudicateur via l'application Télémarc ou via d’autres applications électroniques équivalentes et accessibles gratuitement dans d’autres Etats membres. Pour la vérification des condamnations éventuelles, Télémarc ne permettant pas d’avoir connaissance du casier judiciaire, le pouvoir adjudicateur demandera à l’adjudicataire pressenti de lui communiquer un extrait du casier judiciaire central. Ce dernier est à demander au Service du casier judiciaire central.  par courrier à l’adresse : SPF Justice - DG Organisation judiciaire - Casier judiciaire central - 115 boulevard de Waterloo, 1000 Bruxelles  par fax au numéro +32 2 552 27 82  par e-mail à cjc-csr@just.fgov.be  Pour de plus amples informations tel. au 02/5522747 (fr) ou 02/5522748 (nl). Ce document devra être communiqué au pouvoir adjudicateur dans les 5 jours ouvrables à compter de la demande faite au soumissionnaire. Capacité de tiers Le soumissionnaire ne peut faire appel à la capacité de tiers pour soumissionner au marché que dans les limites de l’article 78 de la Loi du 17/06/2016 et de l’article 73 de l’AR du 18/04/2017. En outre, ce tiers ne peut se trouver dans aucune des causes d’exclusion visées aux articles 67, 68 et 69 de la loi du 17/06/2016, ni en situation d’exclusion visée à l’article 48 de l’AR du 14/01/2013. Le soumissionnaire qui entend recourir à la capacité de tiers apporte au pouvoir adjudicateur la preuve qu'il disposera des moyens nécessaires, notamment en produisant l'engagement écrit de ces tiers à cet effet. Voir clauses administratives Use of this criterion: Used Criterion: Type: Other Description: Agréation et enregistrement des entrepreneurs: LOT 1 : D (Entreprises générales de bâtiments), Classe 8 LOT 2 : D5 (Menuiserie générale, charpentes et escaliers en bois), Classe 3 LOT 3 : C (Entreprises générales de travaux routiers), Classe 5 Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Cost Description: Prix Weight (points, exact): 100 5.1.11. Procurement documents Address of the procurement documents: https://cloud.3p.eu/Downloads/210/6692 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.publicprocurement.be Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Description of the financial guarantee: Cautionnement (5 % du montant initial du lot (hors TVA), arrondi à la dizaine supérieure) Deadline for receipt of tenders: 23/10/2024 11:00:00 (UTC+2) Deadline until which the tender must remain valid: 180 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Conseil d'état Organisation providing additional information about the procurement procedure: Ville de Huy Organisation receiving requests to participate: Ville de Huy Procurement service provider: 3P Prestataire de services TED eSender: FPS Policy and Support 5.1. Lot: LOT-0002 Title: Mobilier fixe - Signalétique Description: Mobilier fixe - Signalétique Internal identifier: 2024-2194 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45421000 Joinery work 5.1.2. Place of performance Postal address: Avenue des Fossés 23 Town: Huy Postcode: 4500 Country subdivision (NUTS): Arr. Huy (BE331) Country: Belgium Additional information: nouvelle cité administrative 5.1.3. Estimated duration Start date: 16/12/2024 Duration end date: 30/03/2026 5.1.6. General information Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Criterion: Type: Technical and professional ability Description: Voir agréationNiveau(x) minimal(aux): Voir agréation Use of this criterion: Used Criterion: Type: Economic and financial standing Description: Voir agréationNiveau(x) minimal(aux): Voir agréation Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Description: * Le DUME, par lequel l'opérateur économique déclare qu’il ne se trouve pas dans une des situations d’exclusion visées aux articles 67 à 69 de la loi du 17 juin 2016. L’article 70 de la loi du 17 juin 2016 relative aux marchés publics s’applique. Pour les motifs d’exclusion visés à l’article 67 de la loi, le candidat ou soumissionnaire signale d’initiative s’il a pris les mesures correctrices visées au paragraphe 1er de l'article 70 au début de la procédure. Le pouvoir adjudicateur procèdera à la vérification des obligations sociales et fiscales de tous les soumissionnaires dans les vingt jours suivant la date ultime pour l’introduction des demandes de participation ou des offres et à la vérification des autres obligations du soumissionnaire pressenti (absence de faillite, liquidation, cessation d’activités, réorganisation judiciaire, et le cas échéant agréation), sur la base des attestations qui sont disponibles électroniquement pour le pouvoir adjudicateur via l'application Télémarc ou via d’autres applications électroniques équivalentes et accessibles gratuitement dans d’autres Etats membres. Pour la vérification des condamnations éventuelles, Télémarc ne permettant pas d’avoir connaissance du casier judiciaire, le pouvoir adjudicateur demandera à l’adjudicataire pressenti de lui communiquer un extrait du casier judiciaire central. Ce dernier est à demander au Service du casier judiciaire central.  par courrier à l’adresse : SPF Justice - DG Organisation judiciaire - Casier judiciaire central - 115 boulevard de Waterloo, 1000 Bruxelles  par fax au numéro +32 2 552 27 82  par e-mail à cjc-csr@just.fgov.be  Pour de plus amples informations tel. au 02/5522747 (fr) ou 02/5522748 (nl). Ce document devra être communiqué au pouvoir adjudicateur dans les 5 jours ouvrables à compter de la demande faite au soumissionnaire. Capacité de tiers Le soumissionnaire ne peut faire appel à la capacité de tiers pour soumissionner au marché que dans les limites de l’article 78 de la Loi du 17/06/2016 et de l’article 73 de l’AR du 18/04/2017. En outre, ce tiers ne peut se trouver dans aucune des causes d’exclusion visées aux articles 67, 68 et 69 de la loi du 17/06/2016, ni en situation d’exclusion visée à l’article 48 de l’AR du 14/01/2013. Le soumissionnaire qui entend recourir à la capacité de tiers apporte au pouvoir adjudicateur la preuve qu'il disposera des moyens nécessaires, notamment en produisant l'engagement écrit de ces tiers à cet effet. Voir clauses administratives Use of this criterion: Used Criterion: Type: Other Description: Agréation et enregistrement des entrepreneurs: LOT 1 : D (Entreprises générales de bâtiments), Classe 8 LOT 2 : D5 (Menuiserie générale, charpentes et escaliers en bois), Classe 3 LOT 3 : C (Entreprises générales de travaux routiers), Classe 5 Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Cost Description: Prix Weight (points, exact): 100 5.1.11. Procurement documents Address of the procurement documents: https://cloud.3p.eu/Downloads/210/6692 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.publicprocurement.be Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Description of the financial guarantee: Cautionnement (5 % du montant initial du lot (hors TVA), arrondi à la dizaine supérieure) Deadline for receipt of tenders: 23/10/2024 11:00:00 (UTC+2) Deadline until which the tender must remain valid: 180 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Conseil d'état Organisation providing additional information about the procurement procedure: Ville de Huy Organisation receiving requests to participate: Ville de Huy Procurement service provider: 3P Prestataire de services TED eSender: FPS Policy and Support 5.1. Lot: LOT-0003 Title: Abords Description: Abords Internal identifier: 2024-2194 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45223300 Parking lot construction work Additional classification (cpv): 45233161 Footpath construction work, 45233262 Pedestrian zone construction work, 45236250 Flatwork for parks, 45233200 Various surface works 5.1.2. Place of performance Postal address: Avenue des Fossés 23 Town: Huy Postcode: 4500 Country subdivision (NUTS): Arr. Huy (BE331) Country: Belgium Additional information: nouvelle cité administrative 5.1.3. Estimated duration Start date: 16/12/2024 Duration end date: 30/03/2026 5.1.6. General information Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Criterion: Type: Technical and professional ability Description: Voir agréationNiveau(x) minimal(aux): Voir agréation Use of this criterion: Used Criterion: Type: Economic and financial standing Description: Voir agréationNiveau(x) minimal(aux): Voir agréation Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Description: * Le DUME, par lequel l'opérateur économique déclare qu’il ne se trouve pas dans une des situations d’exclusion visées aux articles 67 à 69 de la loi du 17 juin 2016. L’article 70 de la loi du 17 juin 2016 relative aux marchés publics s’applique. Pour les motifs d’exclusion visés à l’article 67 de la loi, le candidat ou soumissionnaire signale d’initiative s’il a pris les mesures correctrices visées au paragraphe 1er de l'article 70 au début de la procédure. Le pouvoir adjudicateur procèdera à la vérification des obligations sociales et fiscales de tous les soumissionnaires dans les vingt jours suivant la date ultime pour l’introduction des demandes de participation ou des offres et à la vérification des autres obligations du soumissionnaire pressenti (absence de faillite, liquidation, cessation d’activités, réorganisation judiciaire, et le cas échéant agréation), sur la base des attestations qui sont disponibles électroniquement pour le pouvoir adjudicateur via l'application Télémarc ou via d’autres applications électroniques équivalentes et accessibles gratuitement dans d’autres Etats membres. Pour la vérification des condamnations éventuelles, Télémarc ne permettant pas d’avoir connaissance du casier judiciaire, le pouvoir adjudicateur demandera à l’adjudicataire pressenti de lui communiquer un extrait du casier judiciaire central. Ce dernier est à demander au Service du casier judiciaire central.  par courrier à l’adresse : SPF Justice - DG Organisation judiciaire - Casier judiciaire central - 115 boulevard de Waterloo, 1000 Bruxelles  par fax au numéro +32 2 552 27 82  par e-mail à cjc-csr@just.fgov.be  Pour de plus amples informations tel. au 02/5522747 (fr) ou 02/5522748 (nl). Ce document devra être communiqué au pouvoir adjudicateur dans les 5 jours ouvrables à compter de la demande faite au soumissionnaire. Capacité de tiers Le soumissionnaire ne peut faire appel à la capacité de tiers pour soumissionner au marché que dans les limites de l’article 78 de la Loi du 17/06/2016 et de l’article 73 de l’AR du 18/04/2017. En outre, ce tiers ne peut se trouver dans aucune des causes d’exclusion visées aux articles 67, 68 et 69 de la loi du 17/06/2016, ni en situation d’exclusion visée à l’article 48 de l’AR du 14/01/2013. Le soumissionnaire qui entend recourir à la capacité de tiers apporte au pouvoir adjudicateur la preuve qu'il disposera des moyens nécessaires, notamment en produisant l'engagement écrit de ces tiers à cet effet. Voir clauses administratives Use of this criterion: Used Criterion: Type: Other Description: Agréation et enregistrement des entrepreneurs: LOT 1 : D (Entreprises générales de bâtiments), Classe 8 LOT 2 : D5 (Menuiserie générale, charpentes et escaliers en bois), Classe 3 LOT 3 : C (Entreprises générales de travaux routiers), Classe 5 Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Cost Description: Prix Weight (points, exact): 100 5.1.11. Procurement documents Address of the procurement documents: https://cloud.3p.eu/Downloads/210/6692 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.publicprocurement.be Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Description of the financial guarantee: Cautionnement (5 % du montant initial du lot (hors TVA), arrondi à la dizaine supérieure) Deadline for receipt of tenders: 23/10/2024 11:00:00 (UTC+2) Deadline until which the tender must remain valid: 180 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Conseil d'état Organisation providing additional information about the procurement procedure: Ville de Huy Organisation receiving requests to participate: Ville de Huy Procurement service provider: 3P Prestataire de services TED eSender: FPS Policy and Support 8. Organisations 8.1. ORG-0001 Official name: Ville de Huy Registration number: BE0207334332 Postal address: Grand Place 1 Town: Huy Postcode: 4500 Country: Belgium Contact point: Stéphanie Del Giudice Email: stephanie.delgiudice@huy.be Telephone: +32 85217821 Fax: +32 85236840 Internet address: http://www.huy.be/ Buyer profile: https://www.publicprocurement.be Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure Organisation receiving requests to participate 8.1. ORG-0002 Official name: 3P Prestataire de services Registration number: BE 0475.480.736 Town: Antwerpen Postcode: 2000 Country: Belgium Email: info@3p.eu Telephone: +32 3 294 30 51 Roles of this organisation: Procurement service provider 8.1. ORG-0003 Official name: FPS Policy and Support Registration number: BE 0671.516.647 Town: Brussel Postcode: 1000 Country: Belgium Email: e.proc@publicprocurement.be Telephone: +32 2 740 80 00 Roles of this organisation: TED eSender 8.1. ORG-0004 Official name: Conseil d'état Registration number: BE 0931.814.266 Postal address: rue de la Science 33 Town: Bruxelles Postcode: 1040 Country: Belgium Email: info@conseildetat.be Telephone: +32 22349611 Fax: +32 495928897 Internet address: http://www.raadvst-consetat.be/ Roles of this organisation: Review organisation 10. Change Version of the previous notice to be changed: b9d0cd82-67d6-420f-81df-9fe60ba915ea-01 Description: Les documents modifiés ont été ajoutés sous le nom "20241010-Addendum-4.zip" La version coordonnée des documents mis à jour (documents les plus récents) est également téléchargeable via le lien mentionné en "lien externe" dans la section "Documents". (https://cloud.3p.eu/Downloads/210/6692) 10.1. Change Section identifier: PROCEDURE The procurement documents were changed on: 10/10/2024 11. Notice information 11.1. Notice information Notice identifier/version: bdd37381-c4ce-4960-92ad-b16c02a36011 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 10/10/2024 00:00:00 (UTC+2) Notice dispatch date (eSender): 10/10/2024 00:00:00 (UTC+2) Languages in which this notice is officially available: French 11.2. Publication information Notice publication number: 618955-2024 OJ S issue number: 200/2024 Publication date: 14/10/2024 Czech document download: https://ted.europa.eu/cs/notice/618955-2024/pdf Danish document download: https://ted.europa.eu/da/notice/618955-2024/pdf German document download: https://ted.europa.eu/de/notice/618955-2024/pdf Greek document download: https://ted.europa.eu/el/notice/618955-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/618955-2024/pdf English document download: https://ted.europa.eu/en/notice/618955-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/618955-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/618955-2024/pdf French document download: https://ted.europa.eu/fr/notice/618955-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/618955-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/618955-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/618955-2024/pdf Italian document download: https://ted.europa.eu/it/notice/618955-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/618955-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/618955-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/618955-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/618955-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/618955-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/618955-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/618955-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/618955-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/618955-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/618955-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/618955-2024/pdf 618955-2024 - Competition Competition Belgium: Civic center construction work Construction of an administrative city in Huy Type of procedure: Open Buyer Buyer: City of Huy Email: stephanie.delgiudice@huy.be Belgium, Huy LOT-0001: Civic center building construction work Belgium, Arr. Huy (BE331) Huy Start date: 16/12/2024 Duration end date: 30/03/2026 Deadline for receipt of tenders: 23/10/2024 - 11:00:00 (UTC+2) LOT-0002: Fixed furniture - Signage Joinery work Belgium, Arr. Huy (BE331) Huy Start date: 16/12/2024 Duration end date: 30/03/2026 Deadline for receipt of tenders: 23/10/2024 - 11:00:00 (UTC+2) LOT-0003: Parking Area lot construction work Belgium, Arr. Huy (BE331) Huy Start date: 16/12/2024 Duration end date: 30/03/2026 Deadline for receipt of tenders: 23/10/2024 - 11:00:00 (UTC+2) 618955-2024 - Competition Belgium – Civic center construction work – Construction of an administrative city in Huy OJ S 200/2024 14/10/2024 Contract or concession notice – standard regime - Change notice Works 1. Buyer 1.1. Buyer Official name: Ville de Huy Email: stephanie.delgiudice@huy.be Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Construction of an administrative city in Huy Description: Situation The infrastructure will be built on plots located at avenues des fossés n° 20,22,24,26,28 and rue Axhelière n°1, 1+ whose cadastral references are as follows: HUY 2 – Section A - Plots no. 1019P/2, 1020G, 1020K, 1020P, 1020S, 1020T, 1020V, 1021E, 1022C, 1022D, 1022E, 1024C, 1024K, 1024L Program The project is part of the EUROPEAN RECOVERY PLAN, as part of the energy renovation of public buildings belonging to local authorities. It follows the desire of the city of Huy to bring together all of its services as well as those of the CPAS within a single site located on the left bank of the Meuse. The choice of this location is dictated by the desire of the Municipal College to revitalize this less attractive bank. It is also a question of making significant savings by creating a unique, energy-efficient building that is perfectly adapted to the needs of staff and citizens. This ambitious project is also dictated by the desire of the City of Huy to combat climate change and implement sustainable energy policies. The administrative city project includes: - The demolition of two buildings (a R+2+T housing unit and a former R+1+T printing works ) - The construction of a new elongated building, anchored to the natural slope of the land. The building rises as the slope progresses. This building will house the City's services as well as those of the CPAS. - The construction of a new building (R+1) recreating the road frontage of rue Axhelière which is currently interrupted following previous demolitions. This building will house the Prevention service.- The creation of a green car park. - The enhancement of the existing green space by creating a new public park. - The development of the surroundings on either side of the building, with a green layout to the SW - with paths and rainwater collection ditches - which connects the public space to the rear park, and to the NE the development of an internal "alley" on the site which distributes the different entrances and provides access to the fire brigade. The new administrative city will accommodate 225 workstations; the project pays particular attention to the integration of the building, to a sustainable and circular design as well as to the quality and diversity of green spaces. (...) See Administrative clauses Procedure identifier: 15b29d9e-7ca4-4896-9db5-0e806e89dc5a Internal identifier: PPP05X-1516/4245/2024-2194 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45215222 Civic center construction work 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 3 2.1.6. Grounds for exclusion Purely national exclusion grounds: (see DUME) 5. Lot 5.1. Lot: LOT-0001 Title: Building Description: Subject: Structural work / Finishing / Electricity-data / HVAC / Sanitary / Coordination This lot concerns all demolition and construction work, namely: - All demolition and asbestos removal work. - All work adjoining the closed structural work, clearing and felling where applicable, earthworks, stability, finishing including buried drainage, exterior joinery, roof covering, plastering, screeds, tiling, floor coverings, painting, interior joinery, partitions, false ceilings, doors, ... - All work adjoining sanitary installations (water supply and drainage and recovery), heating installations and ventilation installations. It also includes fire protection installations. - All works related to electrical installations, fire detection, telephony, access control, burglar alarm, computer network and installation of photovoltaic panels, etc. - All works related to elevator installations. Internal identifier: 2024-2194 1 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45215222 Civic centre construction work 5.1.2. Place of performance Postal address: Avenue des Fossés 23 Town: Huy Postcode: 4500 Country subdivision (NUTS): Arr. Huy (BE331) Country: Belgium Additional information: nouvelle cité administrative 5.1.3. Estimated duration Start date: 16/12/2024 Duration end date: 30/03/2026 5.1.6. General information Reserved participation: Participation is not reserved.The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project fully or partially financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Criterion: Type: Technical and professional ability Description: See accreditationMinimum level(s): See accreditation Use of this criterion: Used Criterion: Type: Economic and financial standing Description: See accreditationMinimum level(s): See accreditation Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Description: * The DUME, by which the economic operator declares that it is not in one of the exclusion situations referred to in Articles 67 to 69 of the Law of 17 June 2016. Article 70 of the Law of 17 June 2016 on public procurement applies. For the reasons for exclusion referred to in Article 67 of the law, the candidate or tenderer shall indicate on its own initiative whether it has taken the corrective measures referred to in paragraph 1 of Article 70 at the start of the procedure. The contracting authority will verify the social and tax obligations of all tenderers within twenty days following the final date for submitting requests to participate or tenders and verify the other obligations of the prospective tenderer (absence of bankruptcy, liquidation, cessation of activities, judicial reorganization, and where applicable approval), on the basis of the certificates that are available electronically to the contracting authority via the Télémarc application or via other equivalent electronic applications accessible free of charge in other Member States. To verify any convictions, as Télémarc does not provide access to the criminal record, the contracting authority will ask the prospective contractor to provide it with an extract from the central criminal record. The latter must be requested from the Central Criminal Records Service.  by post to the following address: FPS Justice - DG Judicial Organisation - Central Criminal Records - 115 boulevard de Waterloo, 1000 Brussels  by fax to +32 2 552 27 82  by e-mail to cjc-csr@just.fgov.be  For further information tel. 02/5522747 (fr) or 02/5522748 (nl). This document must be communicated to the contracting authority within 5 working days of the request made to the tenderer. Capacity of third parties The tenderer may only call upon the capacity of third parties to bid on the contract within the limits of Article 78 of the Law of 17/06/2016 and Article 73 of the Royal Decree of 18/04/2017. Furthermore, this third party cannot be in any of the causes of exclusion referred to in Articles 67, 68 and 69 of the law of 17/06/2016, nor in a situation of exclusion referred to in Article 48 of the Royal Decree of 14/01/2013.The tenderer who intends to use the capacity of third parties shall provide the contracting authority with proof that it will have the necessary means, in particular by producing the written commitment of these third parties to this effect. See administrative clauses Use of this criterion: Used Criterion: Type: Other Description: Approval and registration of contractors: LOT 1: D (General building contractors), Class 8 LOT 2: D5 (General carpentry, timber frames and staircases), Class 3 LOT 3: C (General road works contractors), Class 5 Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Cost Description: Price Weight (points, exact): 100 5.1.11. Procurement documents Address of the procurement documents: https://cloud.3p.eu/Downloads/210/6692 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.publicprocurement.be Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Description of the financial guarantee: Deposit (5% of the initial amount of the lot (excluding VAT), rounded up to the nearest ten) Deadline for receipt of tenders: 23/10/2024 11:00:00 (UTC+2) Deadline until which the tender must remain valid: 180 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Review organisation: Conseil d'état Organisation providing additional information about the procurement procedure: Ville de Huy Organisation receiving requests to participate: Ville de Huy Procurement service provider: 3P TED eSender service provider: FPS Policy and Support 5.1. Lot: LOT-0002 Title: Fixed furniture - Signage Description: Fixed furniture - Signage Internal identifier: 2024-2194 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45421000 Joinery work 5.1.2. Place of performance Postal address: Avenue des Fossés 23 Town: Huy Postcode: 4500 Country subdivision (NUTS): Arr. Huy (BE331) Country: Belgium Additional information: nouvelle cité administrative 5.1.3. Estimated duration Start date: 16/12/2024 Duration end date: 30/03/2026 5.1.6. General information Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Criterion: Type: Technical and professional ability Description: See accreditation Minimum level(s):See accreditation Use of this criterion: Used Criterion: Type: Economic and financial standing Description: See accreditationMinimum level(s): See accreditation Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Description: * The DUME, by which the economic operator declares that it is not in one of the exclusion situations referred to in Articles 67 to 69 of the Law of 17 June 2016. Article 70 of the Law of 17 June 2016 on public procurement applies. For the reasons for exclusion referred to in Article 67 of the Law, the candidate or tenderer shall indicate on its own initiative whether it has taken the corrective measures referred to in paragraph 1 of Article 70 at the start of the procedure. The contracting authority will verify the social and tax obligations of all tenderers within twenty days following the final date for submitting requests for participation or tenders and will verify the other obligations of the prospective tenderer (absence of bankruptcy, liquidation, cessation of activities, judicial reorganization, and where applicable approval), on the basis of the certificates that are available electronically to the contracting authority via the Télémarc application or via other equivalent electronic applications accessible free of charge in other Member States. To verify any convictions, as Télémarc does not provide access to the criminal record, the contracting authority will ask the prospective tenderer to provide it with an extract from the central criminal record. This must be requested from the Central Criminal Record Service.  by post to the following address: FPS Justice - DG Judicial Organisation - Central Criminal Records - 115 boulevard de Waterloo, 1000 Brussels  by fax to +32 2 552 27 82  by e-mail to cjc-csr@just.fgov.be  For further information tel. 02/5522747 (fr) or 02/5522748 (nl). This document must be communicated to the contracting authority within 5 working days of the request made to the tenderer. Capacity of third parties The tenderer may only call upon the capacity of third parties to bid on the contract within the limits of Article 78 of the Law of 17/06/2016 and Article 73 of the Royal Decree of 18/04/2017. In addition, this third party may not be in any of the causes of exclusion referred to in Articles 67, 68 and 69 of the law of 17/06/2016, nor in a situation of exclusion referred to in Article 48 of the Royal Decree of 14/01/2013. The tenderer who intends to use the capacity of third parties shall provide the contracting authority with proof that it will have the necessary means, in particular by producing the written commitment of these third parties to this effect. See administrative clauses Use of this criterion: Used Criterion: Type: Other Description: Approval and registration of contractors: LOT 1: D (General building companies), Class 8 LOT 2: D5 (General carpentry,timber frames and stairs), Class 3 LOT 3: C (General road works companies), Class 5 Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Cost Description: Price Weight (points, exact): 100 5.1.11. Procurement documents Address of the procurement documents: https://cloud.3p.eu/Downloads/210/6692 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.publicprocurement.be Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Description of the financial guarantee: Deposit (5% of the initial amount of the lot (excluding VAT), rounded up to the nearest ten) Deadline for receipt of tenders: 23/10/2024 11:00:00 (UTC+2) Deadline until which the tender must remain valid: 180 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Review organization: Conseil d'état Organization providing additional information about the procurement procedure: Ville de Huy Organization receiving requests to participate: Ville de Huy Procurement service provider: 3P Provengère de services TED eSender: FPS Policy and Support 5.1. Lot: LOT-0003 Title: Approaches Description: Approaches Internal identifier: 2024-2194 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45223300 Parking lot construction work Additional classification (cpv): 45233161 Footpath construction work, 45233262 Pedestrian zone construction work, 45236250 Flatwork for parks, 45233200 Various surface works 5.1.2. Place of performance Postal address: Avenue des Fossés 23 Town: Huy Postcode: 4500 Country subdivision (NUTS): Arr. Huy (BE331) Country: Belgium Additional information: new administrative city 5.1.3. Estimated duration Start date: 16/12/2024 Duration end date: 30/03/2026 5.1.6. General information Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Criterion: Type: Technical and professional ability Description: See accreditation Minimum level(s): See accreditation Use of this criterion: Used Criterion: Type: Economic and financial standing Description: See accreditation Minimum level(s): See accreditation Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Description: * The DUME,by which the economic operator declares that it is not in one of the exclusion situations referred to in Articles 67 to 69 of the Law of 17 June 2016. Article 70 of the Law of 17 June 2016 on public procurement applies. For the reasons for exclusion referred to in Article 67 of the Law, the candidate or tenderer shall indicate on its own initiative whether it has taken the corrective measures referred to in paragraph 1 of Article 70 at the start of the procedure. The contracting authority will verify the social and tax obligations of all tenderers within twenty days following the final date for submitting requests to participate or tenders and will verify the other obligations of the prospective tenderer (absence of bankruptcy, liquidation, cessation of activities, judicial reorganization, and where applicable approval), on the basis of the certificates that are available electronically to the contracting authority via the Télémarc application or via other equivalent electronic applications accessible free of charge in other Member States. To verify any convictions, as Télémarc does not provide access to the criminal record, the contracting authority will ask the prospective tenderer to provide it with an extract from the central criminal record. This must be requested from the Central Criminal Record Service.  by post to the following address: FPS Justice - DG Judicial Organisation - Central Criminal Records - 115 boulevard de Waterloo, 1000 Brussels  by fax to +32 2 552 27 82  by e-mail to cjc-csr@just.fgov.be  For further information tel. 02/5522747 (fr) or 02/5522748 (nl). This document must be communicated to the contracting authority within 5 working days of the request made to the tenderer. Capacity of third parties The tenderer may only call upon the capacity of third parties to bid on the contract within the limits of Article 78 of the Law of 17/06/2016 and Article 73 of the Royal Decree of 18/04/2017. In addition, this third party may not be in any of the exclusion grounds referred to in Articles 67, 68 and 69 of the Law of 17/06/2016, nor in a situation of exclusion referred to in Article 48 of the Royal Decree of 14/01/2013. The tenderer who intends to use the capacity of third parties shall provide the contracting authority with proof that it will have the necessary means, in particular by producing the written commitment of these third parties to this effect. See administrative clauses Use of this criterion: Used Criterion: Type: Other Description: Approval and registration of contractors: LOT 1: D (General building companies), Class 8 LOT 2: D5 (General carpentry, wooden frames and stairs), Class 3 LOT 3: C (General road works companies), Class 5 Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Cost Description: Price Weight (points, exact): 100 5.1.11.Procurement documents Address of the procurement documents: https://cloud.3p.eu/Downloads/210/6692 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.publicprocurement.be Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Description of the financial guarantee: Deposit (5% of the initial amount of the lot (excluding VAT), rounded up to the nearest ten) Deadline for receipt of tenders: 23/10/2024 11:00:00 (UTC+2) Deadline until which the tender must remain valid: 180 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Review organization: Conseil d'Etat Organization providing additional information about the procurement procedure: Ville de Huy Organization receiving requests to participate: Ville de Huy Procurement service provider: 3P Provengère de services TED eSender: FPS Policy and Support 8 . Organizations 8.1. ORG-0001 Official name: Ville de Huy Registration number: BE0207334332 Postal address: Grand Place 1 Town: Huy Postcode: 4500 Country: Belgium Contact point: Stéphanie Del Giudice Email: stephanie.delgiudice@huy.be Telephone: +32 85217821 Fax: +32 85236840 Internet address: http://www.huy.be/ Buyer profile: https://www.publicprocurement.be Roles of this organization: Buyer Organization providing additional information about the procurement procedure Organization receiving requests to participate 8.1. ORG-0002 Official name: 3P Service provider Registration number: BE 0475.480.736 Town: Antwerpen Postcode: 2000 Country: Belgium Email: info@3p.eu Telephone: +32 3 294 30 51 Roles of this organization: Procurement service provider 8.1 . ORG-0003 Official name: FPS Policy and Support Registration number: BE 0671.516.647 Town: Brussel Postcode: 1000 Country: Belgium Email: e.proc@publicprocurement.be Telephone: +32 2 740 80 00 Roles of this organization: TED eSender 8.1. ORG-0004 Official name: Conseil d'état Registration number: BE 0931.814.266 Postal address: rue de la Science 33 Town: Bruxelles Postcode: 1040 Country: Belgium Email: info@conseildetat.be Telephone: +32 22349611 Fax: +32 495928897 Internet address: http://www.raadvst-consetat.be/ Roles of this organisation: Review organisation 10. Change Version of the previous notice to be changed: b9d0cd82-67d6-420f-81df-9fe60ba915ea-01 Description: The documents modified were added as "20241010-Addendum-4.zip" The coordinated version of the updated documents (most recent documents) can also be downloaded via the link mentioned in "external link" in the "Documents" section. (https://cloud.3p.eu/Downloads/210/6692) 10.1. Change Section identifier: PROCEDURE The procurement documents were changed on: 10/10/2024 11. Notice information 11.1. Notice information Notice identifier/version: bdd37381-c4ce-4960-92ad-b16c02a36011 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 10/10/2024 00:00:00 (UTC+2) Notice dispatch date (eSender): 10/10/2024 00:00:00 (UTC+2) Languages ​​in which this notice is officially available: French 11.2. Publication information Notice publication number: 618955-2024 OJ S issue number: 200/2024 Publication date: 14/10/2024 Czech document download: https://ted.europa.eu/cs/notice/618955-2024/pdf Danish document download: https://ted.europa.eu/da/notice/618955-2024/pdf German document download: https://ted.europa.eu/ de/notice/618955-2024/pdf Greek document download: https://ted.europa.eu/el/notice/618955-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/618955-2024/pdf English document download: https://ted.europa.eu/en/notice/618955-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/618955-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/618955-2024/pdf French document download: https://ted.europa.eu/fr/notice/618955-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/618955-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/618955-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/618955-2024/pdf Italian document download: https://ted.europa.eu/it/notice/618955-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/618955-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/618955-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/618955-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/618955-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/618955-202 4/pdf Portuguese document download: https://ted.europa.eu/pt/notice/618955-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/618955-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/618955-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/618 955-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/618955-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/618955-2024/pdfCompetition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 10/10/2024 00:00:00 (UTC+2) Notice dispatch date (eSender): 10/10/2024 00:00: 00 (UTC+2) Languages ​​in which this notice is officially available: French 11.2. Publication information Notice publication number: 618955-2024 OJ S issue number: 200/2024 Publication date: 14/10/2024 Czech document download: https://ted.europa.eu/cs/notice/618955-2024/pdf Danish document download: https://ted.europa.eu/da/notice/618955-2024/pdf German document download: https://ted.europa.eu/de/notice/618955-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/618955-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/618955-2024/pdf English document download: https://ted. europa.eu/en/notice/618955-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/618955-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/618955-2024/pdf French document download: https:// ted.europa.eu/fr/notice/618955-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/618955-2024/pdf Croatian document download: https://ted.europa. eu/hr/notice/618955-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/618955-2024/pdf Italian document download: https://ted.europa.eu/it/ notice/618955-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/618955-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/618955-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/618955-2024/pdf Dutch document download: https:// ted.europa.eu/nl/notice/618955-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/618955-2024/pdf Portuguese document download: https://ted.europa. eu/pt/notice/618955-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/618955-2024/pdf Slovak document download: https://ted.europa.eu/sk/ notice/618955-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/618955-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/618955-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/618955-2024/pdfCompetition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 10/10/2024 00:00:00 (UTC+2) Notice dispatch date (eSender): 10/10/2024 00:00: 00 (UTC+2) Languages ​​in which this notice is officially available: French 11.2. Publication information Notice publication number: 618955-2024 OJ S issue number: 200/2024 Publication date: 14/10/2024 Czech document download: https://ted.europa.eu/cs/notice/618955-2024/pdf Danish document download: https://ted.europa.eu/da/notice/618955-2024/pdf German document download: https://ted.europa.eu/de/notice/618955-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/618955-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/618955-2024/pdf English document download: https://ted. europa.eu/en/notice/618955-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/618955-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/618955-2024/pdf French document download: https:// ted.europa.eu/fr/notice/618955-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/618955-2024/pdf Croatian document download: https://ted.europa. eu/hr/notice/618955-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/618955-2024/pdf Italian document download: https://ted.europa.eu/it/ notice/618955-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/618955-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/618955-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/618955-2024/pdf Dutch document download: https:// ted.europa.eu/nl/notice/618955-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/618955-2024/pdf Portuguese document download: https://ted.europa. eu/pt/notice/618955-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/618955-2024/pdf Slovak document download: https://ted.europa.eu/sk/ notice/618955-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/618955-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/618955-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/618955-2024/pdfeu/en/notice/618955-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/618955-2024/pdf Finnish document download: https://ted.europa.eu/fi/ notice/618955-2024/pdf French document download: https://ted.europa.eu/fr/notice/618955-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/618955- 2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/618955-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/618955-2024/pdf Italian document download: https://ted.europa.eu/it/notice/618955-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/618955-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/618955-2024/pdf Maltese document download: https:// ted.europa.eu/mt/notice/618955-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/618955-2024/pdf Polska document download: https://ted.europa. eu/pl/notice/618955-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/618955-2024/pdf Romanian document download: https://ted.europa.eu/ro/ notice/618955-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/618955-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/618955-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/618955-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/618955-2024/pdfeu/en/notice/618955-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/618955-2024/pdf Finnish document download: https://ted.europa.eu/fi/ notice/618955-2024/pdf French document download: https://ted.europa.eu/fr/notice/618955-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/618955- 2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/618955-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/618955-2024/pdf Italian document download: https://ted.europa.eu/it/notice/618955-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/618955-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/618955-2024/pdf Maltese document download: https:// ted.europa.eu/mt/notice/618955-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/618955-2024/pdf Polska document download: https://ted.europa. eu/pl/notice/618955-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/618955-2024/pdf Romanian document download: https://ted.europa.eu/ro/ notice/618955-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/618955-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/618955-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/618955-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/618955-2024/pdf
NAICS
Business Navigational Specialized Freight (except Used Goods) Trucking ConstructionT General Freight Trucking LoggingT Ventilation Specialized Freight (except Used Goods) Trucking Construction LoggingT InformationT Measuring Navigational General Freight Trucking Ventilation Construction Logging
CPVS
Timber Cases Sections Publications Blankets Frames Pitch Records Business services: law, marketing, consulting, recruitment, printing and security Electricity, heating, solar and nuclear energy Maps Lockers Blueprints Picks Catalogues Gates Panels Roadworks Soil Seats Architectural, construction, engineering and inspection services Vegetable saps, extracts, peptic substances and thickeners Anchors Wood Staircases
UNSPSC
Soil Wood Post Pitch Flooring Doors and windows and glass Anchors Heating and ventilation and air circulation Ventilation Awards Blankets Catalogs Civic organizations and associations and movements Garbage dump Lockers In situ Surface Laboratory stands and racks and trays Personal communication holders or mounts, stands Gates Suite Automotive heating ventilation air conditioning HVAC resistor assembly Coffee, green Humanitarian Relief Items, Kits, or Accessories
Regions
Europe Western Europe
Sectors
Civil Works Building Construction Energy-Power and Electrical Computer Hardwares and Consumables Building Material
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert