Tender Details
Title

Finland – Transport services (excl. Waste transport) – Koululaisten uima- ja urheilukuljetukset Place of performance: Finland,Varsinais-Suomi Main nature of the contract: Services Official name: Turun kaupunki Type of procedure: Open Finland – Transport services (excl. Waste transport) – Swimming and sports transportation for school children Place of performance: Finland, Varsinais-Suomi Main nature of the contract: Services Official name: City of Turku Type of procedure: Open

Country
Language
Finnish
Organization
Published Date
17.10.2024
Deadline Date
19.11.2024
Overview
628351-2024 - Competition Competition Finland: Transport services (excl. Waste transport) Koululaisten uima- ja urheilukuljetukset Finland, Varsinais-Suomi (FI1C1) Estimated value excluding VAT: 960 000,00 EUR Type of procedure: Open Buyer Buyer: Turun kaupunki Email: sari.holmberg@turku.fi Finland, Varsinais-Suomi (FI1C1), Turku LOT-0000: Koululaisten uima- ja urheilukuljetukset Transport services (excl. Waste transport) Finland, Varsinais-Suomi (FI1C1) Start date: 01/01/2025 Duration end date: 31/12/2026 Estimated value excluding VAT: 960 000,00 EUR Deadline for receipt of tenders: 19/11/2024 - 09:00:00 (UTC) 628351-2024 - Competition Finland – Transport services (excl. Waste transport) – Koululaisten uima- ja urheilukuljetukset OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Turun kaupunki Email: sari.holmberg@turku.fi Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Koululaisten uima- ja urheilukuljetukset Description: Turun kaupungin konsernihallinnon hankintapalvelut pyytää tarjouksia koululaisten uima- ja urheilukuljetuksista ajalle 1.1.2025 (tavoite) - 31.12.2026. Sopimusta voidaan Tilaajan erillisellä päätöksellä jatkaa alkuperäisin ehdoin kahden (2) vuoden optiolla ajalle 1.1.2027 - 31.12.2028. Hankinnan kohteena on koululaisryhmien vakiokuljetukset uimahalleihin ja liikuntapaikkoihin turistibusseilla. Kuljetusten määrät, aikataulut ja reitit pysyvät lähes samoina vuodesta toiseen. Palvelua tuottamaan valitaan yksi palveluntuottaja. Hankinnan arvioitu arvonlisäveroton arvo on noin 140 000 € / vuosi. Tilaaja ei sitoudu tiettyyn kuljetusmäärään tai -arvoon sopimuskauden aikana. Procedure identifier: 41f985be-50b3-4188-97e7-db9ebb4e73b4 Internal identifier: 6908-2024 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 60000000 Transport services (excl. Waste transport) 2.1.2. Place of performance Country subdivision (NUTS): Varsinais-Suomi (FI1C1) Country: Finland 2.1.3. Value Estimated value excluding VAT: 960 000,00 EUR 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Tarjoaja on kansalliseen lainsäädäntöön ja kansallisiin määräyksiin perustuen yllämainittuja tilanteita vastaavassa samankaltaisessa menettelyssä. Bankruptcy: Tarjoaja on konkurssissa. Corruption: Tarjoajalle tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, annettu lahjonnasta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Arrangement with creditors: Tarjoajalla on järjestelyjä velkojien kanssa. Participation in a criminal organisation: Tarjoajalle tai henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, on annettu rikollisjärjestön toimintaan osallistumisesta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Agreements with other economic operators aimed at distorting competition: Tarjoaja on tehnyt muiden kanssa sopimuksia, joilla pyritään vääristämään kilpailua. Breaching of obligations in the fields of environmental law: Tarjoaja on rikkonut ympäristölainsäädännön mukaisia velvoitteitaan. Money laundering or terrorist financing: Tarjoajalle itselleen tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, on annettu rahanpesusta tai terrorismin rahoituksesta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Fraud: Tarjoajalle tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen, on annettu petoksesta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Child labour and other forms of trafficking in human beings: Tarjoajalle itselleen tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, on annettu lapsityövoiman käytöstä tai muista ihmiskaupan muodoista lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Insolvency: Tarjoajan osalta on käynnistetty maksukyvyttömyys- tai likvidaatiomenettely. Breaching of obligations in the fields of labour law: Tarjoaja on rikkonut työlainsäädännön mukaisia velvoitteitaan. Assets being administered by liquidator: Tarjoajan varat ovat selvitysmiehen tai tuomioistuimen hallinnassa. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Tarjoajaa koskee jokin seuraavista tilanteista. a) on syyllistynyt väärän tiedon antamiseen poissulkemis- tai valintaperusteiden osalta, b) on jättänyt antamatta tällaisia tietoja, c) on toimittanut viiveellä tai ei lainkaan ostajan vaatimia tietoja, tai d) on yrittänyt vaikuttaa ostajan päätöksentekoprosessiin asiattomalla tavalla tai hankkinut luottamuksellista tietoa, joista voisi olla sille hankintamenettelyssä asiaankuulumatonta etua, taikka on toimittanut harhaanjohtavia tietoja, joilla voi olla merkittävä vaikutus poissulkemista, tarjoajan valintaa tai hankintaa koskeviin päätöksiin. Purely national exclusion grounds: Tarjoajan hallinto-, johto- tai valvontaelimen jäsen tai edustus-,päätös- tai valvontavaltaa käyttävä henkilö on rikosrekisteristä ilmenevällä lainvoimaisella tuomiolla tuomittu työturvallisuusrikoksesta, työaikasuojelurikoksesta, työsyrjinnästä, kiskonnantapaisesta työsyrjinnästä, työntekijöiden järjestäytymisvapauden loukkaamisesta tai luvattoman ulkomaisen työvoiman käytöstä. Conflict of interest due to its participation in the procurement procedure: Tarjoajan osallistumisesta hankintamenettelyyn aiheutuu eturistiriitoja. Direct or indirect involvement in the preparation of this procurement procedure: Tarjoaja tai tarjoajaan liittyvä yritys on antanut ostajalle neuvoja tai muulla tavoin osallistunut hankintamenettelyn valmisteluun. Guilty of grave professional misconduct: Tarjoaja on syyllistynyt ammatin harjoittamiseen liittyvään vakavaan virheeseen. Early termination, damages or other comparable sanctions: Tarjoajan aikaisempia hankintasopimuksia tai käyttöoikeussopimuksia on irtisanottu ennenaikaisesti tai kyseisen aikaisemman sopimuksen yhteydessä on vaadittu vahingonkorvauksia tai määrätty muita vastaavia seuraamuksia. Breaching of obligations in the fields of social law: Tarjoaja on rikkonut sosiaalilainsäädännön mukaisia velvoitteitaan. Payment of social security contributions: Tarjoaja on rikkonut sosiaaliturvamaksujen maksamiseen liittyviä velvoitteitaan sijoittumismaassaan tai ostajan maassa. Business activities are suspended: Tarjoajan liiketoiminta on keskeytetty. Payment of taxes: Tarjoaja on rikkonut verojen maksamiseen liittyviä velvoitteitaan sijoittumismaassaan tai ostajan maassa. Terrorist offences or offences linked to terrorist activities: Tarjoajalle itselleen tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, annettu terrorismirikoksesta tai terroritoimintaan liittyvästä rikoksesta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. 5. Lot 5.1. Lot: LOT-0000 Title: Koululaisten uima- ja urheilukuljetukset Description: Turun kaupungin konsernihallinnon hankintapalvelut pyytää tarjouksia koululaisten uima- ja urheilukuljetuksista ajalle 1.1.2025 (tavoite) - 31.12.2026. Sopimusta voidaan Tilaajan erillisellä päätöksellä jatkaa alkuperäisin ehdoin kahden (2) vuoden optiolla ajalle 1.1.2027 - 31.12.2028. Hankinnan kohteena on koululaisryhmien vakiokuljetukset uimahalleihin ja liikuntapaikkoihin turistibusseilla. Kuljetusten määrät, aikataulut ja reitit pysyvät lähes samoina vuodesta toiseen. Palvelua tuottamaan valitaan yksi palveluntuottaja. Hankinnan arvioitu arvonlisäveroton arvo on noin 140 000 € / vuosi. Tilaaja ei sitoudu tiettyyn kuljetusmäärään tai -arvoon sopimuskauden aikana. Internal identifier: 764268 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 60000000 Transport services (excl. Waste transport) 5.1.2. Place of performance Country subdivision (NUTS): Varsinais-Suomi (FI1C1) Country: Finland 5.1.3. Estimated duration Start date: 01/01/2025 Duration end date: 31/12/2026 5.1.5. Value Estimated value excluding VAT: 960 000,00 EUR 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.7. Strategic procurement Social objective promoted: Fair working conditions 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Liikevaihto Description: Tarjoajan edellisen kahden (2) viimeksi vahvistetun tilikauden (12 kuukautta) liikevaihdon tulee kumpanakin tilikautena olla ollut vähintään 250 000 euroa. Mikäli tarjoajan tilikausi on pidempi tai lyhyempi toimintaa aloitettaessa tai lopetettaessa taikka tilinpäätöksen ajankohtaa muutettaessa, tarjoajan on esitettävä erillinen selvitys siitä, miten asetettu vaatimus täyttyy. Mikäli tarjoaja on sellainen uusi yritys, ettei sillä ole saatavilla vielä viimeksi vahvistettua tilinpäätöstä, voi tarjoaja osoittaa, että se muulla tavoin täyttää asetetun vaatimuksen esimerkiksi siten, että tarjoajan keskimääräinen liikevaihto tarjoajan toiminta-ajalta täyttää asetetun vaatimuksen. Tarjoajan on esitettävä erillinen selvitys siitä, miten asetettu vaatimus täyttyy. Mikäli tarjous tehdään ryhmittymänä, ryhmittymän jäsenet voivat täyttää liikevaihtovaatimuksen yhdessä. Tarjoaja vakuuttaa vaatimuksen täyttymisen ESPD IV osassa B kohdassa ''Tarjoajan yleinen vuotuinen liikevaihto''. Tarjoaja toimittaa pyydettäessä selvityksen liikevaihdon suuruudesta. Mikäli tarjous tehdään ryhmittymänä, ryhmittymän jäsenet voivat täyttää liikevaihtovaatimuksen yhdessä. Tarjoaja vakuuttaa vaatimuksen täyttymisen ESPD IV osassa B kohdassa ''Tarjoajan yleinen vuotuinen liikevaihto''. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Luottoluokitus Description: Tarjoajan Suomen Asiakastieto Oy:n Rating Alfa – suosituksen mukaisen tai vastaavan luottotietolaitoksen (ei pankin) luottokelpoisuusluokitus tulee olla vähintään tyydyttävä (A) tai vastaava, taikka tarjoajan taloudellinen ja rahoituksellinen tilanne muutoin vastaa em. vaatimusta. Mikäli tarjous tehdään ryhmittymänä, tulee kaikkien ryhmittymän jäsenten täyttää luottoluokitusvaatimus. Tarjoaja vakuuttaa vaatimuksen täyttymisen ESPD IV osassa B kohdassa ''Muut taloudelliset ja rahoitukselliset vaatimukset'' Use of this criterion: Used Criterion: Type: Other Name: Vastuuvakuutus Description: Tarjoajalla tulee olla koko sopimuskauden ajan voimassa oleva hankinnan kohteena olevaa toimintaa koskeva vastuuvakuutus, joka on riittävä suhteessa hankinnan laajuuteen ja riskeihin nähden, kuitenkin vähintään 500 000 euroa, ja joka kattaa tässä työssä Tilaajalle, kolmannelle osapuolelle tai tämän omaisuudelle aiheutuneet vahingot. Mikäli tarjous tehdään ryhmittymänä, tulee kaikilla ryhmittymän jäsenillä olla tämän vaatimuksen mukainen vastuuvakuutus taikka ryhmittymä ottaa sopimuskauden alkuun mennessä ryhmittymän nimiin tämän vaatimuksen mukaisen vastuuvakuutuksen. Tarjoaja vakuuttaa vaatimuksen täyttymisen ESPD IV osassa B kohdassa ''Ammatinharjoittajan vastuuvakuutus'' Use of this criterion: Used Criterion: Type: Other Name: Ympäristösuunnitelma Description: Hankinnat ovat keskeisessä roolissa ilmastonmuutoksen hillinnän tavoitteiden toteuttamisessa. Hankintalaki sekä Turun hankintastrategia ohjaavat hankintoja kohti ekologista kestävyyttä. Turun kaupungin strategian mukaisesti kaupungin ja sen konserniyhtiöiden tulee hankinnoissaan painottaa ilmasto-, ympäristö- ja elinkaarivaikutuksia. Turun kaupunki edellyttää tarjoajiltaan ympäristösuunnitelmaa. Tarjoaja vakuuttaa vaatimuksen täyttymisen ESPD IV osassa C kohdassa ’’Ympäristöasioiden hallintatoimenpiteet’’ sekä lataa tähän kohtaan tarjouspyynnön liitteenä oleva ympäristösuunnitelma täytettynä. Lisäksi voitte halutessanne ladata organisaationne oman ympäristösuunnitelman tai -raportin. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Referenssit Description: Ehdokkaalla tulee olla vähintään kolme (3) referenssiä henkilöiden tilauskuljetuspalveluista. Referenssien tulee täyttää seuraavat vaatimukset: - Yhden referenssin tulee olla arvoltaan vähintään 100 000 euroa - Referenssitoimeksiannoissa on toteutettu viimeisen kolmen (3) vuoden aikana henkilökuljetuspalveluja pikkubussilla, turistibussilla tai kaupunkibussilla. - Kolmen (3) vuoden aika lasketaan tarjouspyynnön jättöpäivästä taaksepäin. - Referenssit voivat olla yhdeltä asiakkaalta tai eri asiakkailta. - Mikäli ehdokas tekee tarjouksen ryhmittymänä, referenssinä voidaan esittää minkä tahansa ryhmittymään osallistuvan yrityksen referenssi, joka täyttää referenssille asetetut vaatimukset. Referenssien tulee olla tarkastettavissa. Nimettömiä referenssejä ei hyväksytä. Hankintayksikkö varaa oikeuden tarkastaa referenssin ottamalla yhteyttä annettuun yhteyshenkilöön todentaakseen ilmoitetut tiedot. Ehdokas vakuuttaa vaatimuksen täyttymisen ESPD IV osassa C kohdassa "TEKNINEN JA AMMATILLINEN PÄTEVYYS". Selvitys referensseistä on ladattava osallistumishakemuksen liitteeksi. Siitä tulee käydä ilmi palveluntuottajan osuus, Tilaaja, Tilaajan yhteystiedot. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Kuljettaja Description: Kuljettajan tulee olla ammattitaitoinen ja hänellä tulee olla kuljettamansa ajoneuvon luokkaa vastaava ajo-oikeus. Kuljettajalta edellytetään taitoa, motivaatiota ja huolellisuutta erilaisten asiakasryhmien kuljetuksiin sekä asiakkaiden mahdolliseen auttamiseen. Kuljettajalla tulee olla hyvät taidot sosiaaliseen kanssakäymiseen. Kuljettajana ei saa toimia henkilö, jolta sairauden, vian, vamman tai väsymyksen vuoksi tai muusta vastaavasta syystä puuttuvat siihen tarvittavat edellytykset. Palvelua suorittava kuljetushenkilöstö on suorittanut taloudellisen ajotavan koulutuksen, johon on sisältynyt ajoharjoittelua. Kaikilla kuljettajilla tulee olla palveluun nähden riittävä suomen kielen suullinen taito sekä palveluun nähden riittävä suullinen ruotsin- ja/ tai englannin kielen taito. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Description: Halvin tarjottu yhteenlaskettu hinta saa vertailussa enimmäispisteet 80. Muiden tarjoajien pistemäärä muodostuu suorassa suhteessa halvimpaan (halvin / vertailtava hinta x 80). Weight (points, exact): 80 Criterion: Type: Quality Description: Laadun osalta arvioidaan ekologiseen kestävyyteen liittyviä seikkoja. Ne on kuvattu kohdassa hankinnan kohteen kriteerit. Weight (points, exact): 20 5.1.11. Procurement documents Deadline for requesting additional information: 31/10/2024 09:00:00 (UTC) Address of the procurement documents: https://tarjouspalvelu.fi/turku?id=529919&tpk=6e13c403-c992-4286-b805-fa760037795d 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tarjouspalvelu.fi/turku?id=529919&tpk=6e13c403-c992-4286-b805-fa760037795d Languages in which tenders or requests to participate may be submitted: Finnish Electronic catalogue: Not allowed Tenderers may submit more than one tender: Allowed Deadline for receipt of tenders: 19/11/2024 09:00:00 (UTC) Deadline until which the tender must remain valid: 6 Months Information about public opening: Opening date: 19/11/2024 10:00:00 (UTC) 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: yes Electronic payment will be used: yes 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: Markkinaoikeus TED eSender: Hansel Oy (Hilma) 8. Organisations 8.1. ORG-0001 Official name: Markkinaoikeus Registration number: 3006157-6 Postal address: Radanrakentajantie 5 Town: Helsinki Postcode: 00520 Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1) Country: Finland Email: markkinaoikeus@oikeus.fi Telephone: +358 295643300 Internet address: http://www.oikeus.fi/markkinaoikeus Roles of this organisation: Review organisation 8.1. ORG-0002 Official name: Turun kaupunki Registration number: 0204819-8 Postal address: PL 630 Town: Turku Postcode: 20101 Country subdivision (NUTS): Varsinais-Suomi (FI1C1) Country: Finland Contact point: Sari Holmberg Email: sari.holmberg@turku.fi Telephone: +358 403585609 Internet address: http://www.turku.fi/hankinnat Roles of this organisation: Buyer 8.1. ORG-0003 Official name: Hansel Oy (Hilma) Registration number: FI09880841 Postal address: Mannerheiminaukio 1a Town: Helsinki Postcode: 00100 Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1) Country: Finland Contact point: eSender Email: tekninen@hankintailmoitukset.fi Telephone: 029 55 636 30 Internet address: http://hankintailmoitukset.fi Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: cc10d5ef-bdfb-4216-8fa7-cca9f26a1237 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 05:41:55 (UTC) Notice dispatch date (eSender): 16/10/2024 05:42:11 (UTC) Languages in which this notice is officially available: Finnish 11.2. Publication information Notice publication number: 628351-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/628351-2024/pdf Danish document download: https://ted.europa.eu/da/notice/628351-2024/pdf German document download: https://ted.europa.eu/de/notice/628351-2024/pdf Greek document download: https://ted.europa.eu/el/notice/628351-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/628351-2024/pdf English document download: https://ted.europa.eu/en/notice/628351-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/628351-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/628351-2024/pdf French document download: https://ted.europa.eu/fr/notice/628351-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/628351-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/628351-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/628351-2024/pdf Italian document download: https://ted.europa.eu/it/notice/628351-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/628351-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/628351-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/628351-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/628351-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/628351-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/628351-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/628351-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/628351-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/628351-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/628351-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/628351-2024/pdf 628351-2024 - Competition Competition Finland: Transport services (excl. Waste transport) Swimming and sports transport for schoolchildren Finland, Varsinais-Suomi (FI1C1) Estimated value excluding VAT: 960,000.00 EUR Type of procedure: Open Buyer Buyer: City of Turku Email : sari.holmberg@turku.fi Finland, Varsinais-Suomi (FI1C1), Turku LOT-0000: School children's swimming and sports transport Transport services (excl. Waste transport) Finland, Varsinais-Suomi (FI1C1) Start date: 01/01/ 2025 Duration end date: 31/12/2026 Estimated value excluding VAT: 960,000.00 EUR Deadline for receipt of tenders: 19/11/2024 - 09:00:00 (UTC) 628351-2024 - Competition Finland – Transport services ( excl. Waste transport) – School children's swimming and sports transport OJ S 203/2024 17/10/2024 Contract or Concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: City of Turku Email: sari.holmberg@turku.fi Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Schoolchildren's swimming and sports transportation Description: Turku City's corporate administration procurement services is requesting offers for schoolchildren's swimming and sports transportation for the period 1 January 2025 (target) - 31 December 2026. The contract can be extended by a separate decision of the Subscriber under the original terms with a two (2) year option for the period 1 January 2027 - 31 December 2028. The object of the procurement is the standard transportation of groups of schoolchildren to swimming pools and sports facilities by tourist buses. The quantities, schedules and routes of the transports remain almost the same from year to year. One service provider is selected to produce the service. The estimated value of the acquisition without value added tax is approximately €140,000/year. The customer does not commit to a specific transport quantity or value during the contract period. Procedure identifier: 41f985be-50b3-4188-97e7-db9ebb4e73b4 Internal identifier: 6908-2024 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 60000000 Transport services (excl. Waste transport) 2.1.2. Place of performance Country subdivision (NUTS): Varsinais-Suomi (FI1C1) Country: Finland 2.1.3. Value Estimated value excluding VAT: EUR 960,000.00 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like Bankruptcy under national law: Based on national legislation and national regulations, the offeror is in a similar procedure to the situations mentioned above. Bankruptcy: The offeror is bankrupt. Corruption: A legally binding conviction for bribery given to the tenderer or any person who is a member of its administrative, management or supervisory body or who has decision-making, representative or supervisory authority, which was given no more than five years ago, or for which a directly confirmed exclusion is still in effect in effect. Arrangement with creditors: The tenderer has arrangements with creditors. Participation in a criminal organization:The offeror or a person who is a member of its administrative, management or supervisory body or who has decision-making, representational or supervisory authority has been given a legally binding sentence for participation in the activities of a criminal organization, which was given no more than five years ago or for which a directly confirmed exclusion is still valid . Agreements with other economic operators aimed at distorting competition: The tenderer has made agreements with others aimed at distorting competition. Breaching of obligations in the fields of environmental law: The tenderer has breached his obligations according to environmental law. Money laundering or terrorist financing: The tenderer himself or any person who is a member of its administrative, management or supervisory body or who has decision-making, representation or supervisory authority has been given a legally binding sentence for money laundering or terrorist financing, which has been given no more than five years ago or with which the directly confirmed exclusion is still valid. Fraud: The Offeror, or any person who is a member of its administrative, management or supervisory body, has been subject to a final conviction for fraud that was issued no more than five years ago or for which a directly confirmed disqualification is still in effect. Child Labor and other forms of trafficking in human beings: The tenderer himself or any person who is a member of its administrative, management or supervisory body or who has decision-making, representational or supervisory authority has been given a legally binding notice on the use of child labor or other forms of human trafficking a judgment which was given no more than five years ago or which directly confirms the exclusion is still valid. Insolvency: Insolvency or liquidation proceedings have been initiated for the offeror. Breaching of obligations in the fields of Labor law: The tenderer has breached his obligations according to labor law. Assets being administered by liquidator: The bidder's assets are administered by a liquidator or a court. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: The tenderer is affected by one of the following situations. a) has been guilty of providing false information regarding the exclusion or selection criteria, b) has failed to provide such information, c) has delivered the information requested by the buyer late or not at all, or d) has tried to influence the buyer's decision-making process in an inappropriate way or has obtained confidential information that could to have an irrelevant advantage for it in the procurement procedure, or has provided misleading information that may have a significant impact on decisions regarding exclusion, selection of the tenderer or procurement. Purely national exclusion grounds: A member of the tenderer's administrative, management or supervisory body, or a person exercising representation, decision-making or supervisory authority, has been convicted of an occupational safety offense by a final sentence appearing in the criminal record,for the crime of working time protection, employment discrimination, anti-racist employment discrimination, violation of employees' freedom of association or the use of unauthorized foreign labor. Conflict of interest due to its participation in the procurement procedure: Conflicts of interest arise from the tenderer's participation in the procurement procedure. Direct or indirect involvement in the preparation of this procurement procedure: The bidder or a company related to the bidder has given advice to the buyer or otherwise participated in the preparation of the procurement procedure. Guilty of grave professional misconduct: The tenderer is guilty of serious professional misconduct. Early termination, damages or other comparable sanctions: The provider's previous procurement contracts or right-of-use agreements have been terminated prematurely, or damages have been demanded or other similar sanctions have been imposed in connection with the previous contract in question. Breaching of obligations in the fields of social law: The provider has breached its obligations according to social law. Payment of social security contributions: The bidder has breached his obligations related to the payment of social security contributions in his country of location or in the buyer's country. Business activities are suspended: The provider's business activities have been suspended. Payment of taxes: The bidder has violated his obligations related to the payment of taxes in his country of location or in the buyer's country. Terrorist offenses or offenses linked to terrorist activities: A legally binding sentence for a terrorist offense or an offense linked to terrorist activities has been given to the tenderer himself or to any person who is a member of its administrative, management or supervisory body or who has decision-making, representative or supervisory authority in it, which is issued no more than five years ago or with which the directly confirmed exclusion is still valid. 5. Lots 5.1. Lot: LOT-0000 Title: Schoolchildren's swimming and sports transport Description: Turku City's corporate administration procurement services is requesting offers for schoolchildren's swimming and sports transport for the period 1.1.2025 (target) - 31.12.2026. The contract can be extended by a separate decision of the Subscriber under the original terms with a two (2) year option for the period 1 January 2027 - 31 December 2028. The object of the procurement is the standard transportation of groups of schoolchildren to swimming pools and sports facilities by tourist buses. The quantities, schedules and routes of the transports remain almost the same from year to year. One service provider is selected to produce the service. The estimated value of the acquisition without value added tax is approximately €140,000/year. The customer does not commit to a specific transport quantity or value during the contract period. Internal identifier: 764268 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 60000000 Transport services (excl. Waste transport) 5.1.2. Place of performance Country subdivision (NUTS): Varsinais-Suomi (FI1C1) Country: Finland 5.1.3. Estimated duration Start date: 01/01/2025 Duration end date: 31/12/2026 5.1.5.Value Estimated value excluding VAT: 960,000.00 EUR 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.7. Strategic procurement Social objective promoted: Fair working conditions 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Turnover Description: The tenderer's turnover for the previous two (2) most recently confirmed financial periods (12 months) must have been at least 250,000 euros in both financial periods. If the tenderer's accounting period is longer or shorter when starting or ending operations, or when changing the date of the financial statements, the tenderer must present a separate report on how the set requirement is met. If the bidder is such a new company that it does not yet have the most recently confirmed financial statements available, the bidder can demonstrate that it meets the set requirement in another way, for example by showing that the bidder's average turnover during the bidder's period of operation meets the set requirement. The tenderer must present a separate report on how the set requirement is met. If the offer is made as a group, the members of the group can fulfill the turnover requirement together. The tenderer assures the fulfillment of the requirement in ESPD IV part B, section "General annual turnover of the tenderer". Upon request, the provider will provide a report on the size of the turnover. If the offer is made as a group, the members of the group can meet the turnover requirement together. The tenderer assures the fulfillment of the requirement in ESPD IV part B, section "General annual turnover of the tenderer". Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Credit rating Description: The creditworthiness rating of the bidder's Suomen Asiakastieto Oy's Rating Alfa - recommended or similar by a credit information institution (not a bank) must be at least satisfactory (A) or equivalent, or the bidder's the economic and financial situation otherwise meets the above requirement. If the offer is made as a consortium, all members of the consortium must meet the credit rating requirement. The tenderer guarantees the fulfillment of the requirement in ESPD IV part B, section ``Other economic and financial requirements'' Use of this criterion: Used Criterion: Type: Other Name: Liability insurance Description: The tenderer must have a liability insurance for the activity to be procured that is valid throughout the contract period, which is sufficient in relation to the scope and risks of the procurement, however at least 500,000 euros, and which covers the damage caused to the Customer, a third party or its property in this work. If the offer is made as a group,all group members must have liability insurance in accordance with this requirement, or the group must take out liability insurance in the group's name in accordance with this requirement by the beginning of the contract period. The tenderer assures the fulfillment of the requirement in ESPD IV part B, section ``Professor's liability insurance'' Use of this criterion: Used Criterion: Type: Other Name: Environmental plan Description: Procurement plays a central role in the implementation of climate change mitigation goals. The Procurement Act and Turku's procurement strategy guide procurement towards ecological sustainability. In accordance with the strategy of the city of Turku, the city and its group companies must emphasize climate, environmental and life cycle effects in their purchases. The city of Turku requires its providers to have an environmental plan. The tenderer confirms the fulfillment of the requirement in ESPD IV part C, section ``Environmental management measures'' and uploads the completed environmental plan attached to the request for tender to this section. In addition, if you wish, you can download your organization's own environmental plan or report. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: References Description: The candidate must have at least three (3) references from private transport services. References must meet the following requirements: - One reference must be worth at least 100,000 euros - In the past three (3) years, passenger transport services by minibus, tourist bus or city bus have been implemented in the reference commissions. - The period of three (3) years is counted backwards from the date of submission of the request for tender. - References can be from one customer or from different customers. - If the candidate makes an offer as a group, the reference of any company participating in the group that meets the requirements set for the reference can be presented as a reference. References must be verifiable. Anonymous references are not accepted. The procurement unit reserves the right to check the reference by contacting the given contact person to verify the information provided. The candidate confirms the fulfillment of the requirement in ESPD IV Part C under "TECHNICAL AND PROFESSIONAL QUALIFICATIONS". The statement of references must be uploaded as an attachment to the application for participation. It must show the service provider's share, Subscriber, Subscriber's contact information. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Driver Description: The driver must be professional and have a driving license corresponding to the class of the vehicle he is driving. The driver is required to have skill, motivation and care for transporting different groups of customers and helping customers if possible. The driver must have good social skills. A person may not act as a driver who has an illness, defect,due to injury or fatigue or another similar reason, the necessary conditions are lacking. The transport personnel performing the service have completed economic driving training, which included driving practice. All drivers must have sufficient oral Finnish language skills for the service and sufficient oral Swedish and/or English language skills for the service. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Description: The lowest offered combined price gets a maximum score of 80 in the comparison. The score of other bidders is in direct proportion to the cheapest (cheapest / comparable price x 80). Weight (points, exact): 80 Criterion: Type: Quality Description: Regarding quality, aspects related to ecological sustainability are evaluated. They are described in the section criteria for the object of acquisition. Weight (points, exact): 20 5.1.11. Procurement documents Deadline for requesting additional information: 31/10/2024 09:00:00 (UTC) Address of the procurement documents: https://tarjouspalvelu.fi/turku?id=529919&tpk=6e13c403-c992-4286-b805-fa760037795d 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tarjouspalvelu.fi/turku?id=529919&tpk=6e13c403-c992-4286-b805-fa760037795d Languages ​​in which tenders or requests to participate may be submitted: Finnish Electronic catalogue: Not allowed Tenderers may submit more than one tender: Allowed Deadline for receipt of tenders: 19/11/2024 09:00:00 (UTC) Deadline until which the tender must remain valid: 6 Months Information about public opening: Opening date: 19/11/2024 10:00:00 (UTC) 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: yes Electronic payment will be used: yes 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 organization: Market Court TED eSender: Hansel Oy (Hilma) 8. Organizations 8.1. ORG-0001 Official name: Markkinaoikeus Registration number: 3006157-6 Postal address: Radanrakentajantie 5 Town: Helsinki Postcode: 00520 Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1) Country: Finland Email: markkinaoikeus@oikeus.fi Telephone: +358 295643300 Internet address: http://www.oikeus.fi/markkinaoikeus Roles of this organization: Review organization 8.1. ORG-0002 Official name: City of Turku Registration number: 0204819-8 Postal address: PL 630 Town: Turku Postcode: 20101 Country subdivision (NUTS): Varsinais-Suomi (FI1C1) Country: Finland Contact point: Sari Holmberg Email: sari.holmberg @turku.fi Telephone: +358 403585609 Internet address: http://www.turku.fi/hankinnat Roles of this organization: Buyer 8.1. ORG-0003 Official name: Hansel Oy (Hilma) Registration number: FI09880841 Postal address:Mannerheiminaukio 1a Town: Helsinki Postcode: 00100 Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1) Country: Finland Contact point: eSender Email: tekninen@hankintaylokset.fi Telephone: 029 55 636 30 Internet address: http://hankintayloksyet.fi Roles of this organization: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: cc10d5ef-bdfb-4216-8fa7-cca9f26a1237 - 01 Form type: Competition Notice type: Contract or Concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 05:41:55 (UTC) Notice dispatch date (eSender): 16/10/2024 05:42:11 (UTC) Languages ​​in which this notice is officially available: Finnish 11.2. Publication information Notice publication number: 628351-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/628351-2024/pdf Danish document download: https://ted.europa.eu/da/notice/628351-2024/pdf German document download: https://ted.europa.eu/de/notice/628351-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/628351-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/628351-2024/pdf English document download: https://ted. europa.eu/en/notice/628351-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/628351-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/628351-2024/pdf French document download: https://ted.europa.eu/fr/notice/628351-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 628351-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/628351-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/628351-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/628351-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/628351-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/628351-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/628351-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/628351-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/628351-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/628351-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/628351-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/628351-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/628351-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/628351 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/628351-2024/pdfcc10d5ef-bdfb-4216-8fa7-cca9f26a1237 - 01 Form type: Competition Notice type: Contract or Concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 05:41:55 (UTC) Notice dispatch date ( eSender): 16/10/2024 05:42:11 (UTC) Languages ​​in which this notice is officially available: Finnish 11.2. Publication information Notice publication number: 628351-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/628351-2024/pdf Danish document download: https://ted.europa.eu/da/notice/628351-2024/pdf German document download: https://ted.europa.eu/de/notice/628351-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/628351-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/628351-2024/pdf English document download: https://ted. europa.eu/en/notice/628351-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/628351-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/628351-2024/pdf French document download: https://ted.europa.eu/fr/notice/628351-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 628351-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/628351-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/628351-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/628351-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/628351-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/628351-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/628351-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/628351-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/628351-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/628351-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/628351-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/628351-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/628351-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/628351 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/628351-2024/pdfcc10d5ef-bdfb-4216-8fa7-cca9f26a1237 - 01 Form type: Competition Notice type: Contract or Concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 05:41:55 (UTC) Notice dispatch date ( eSender): 16/10/2024 05:42:11 (UTC) Languages ​​in which this notice is officially available: Finnish 11.2. Publication information Notice publication number: 628351-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/628351-2024/pdf Danish document download: https://ted.europa.eu/da/notice/628351-2024/pdf German document download: https://ted.europa.eu/de/notice/628351-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/628351-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/628351-2024/pdf English document download: https://ted. europa.eu/en/notice/628351-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/628351-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/628351-2024/pdf French document download: https://ted.europa.eu/fr/notice/628351-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 628351-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/628351-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/628351-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/628351-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/628351-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/628351-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/628351-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/628351-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/628351-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/628351-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/628351-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/628351-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/628351-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/628351 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/628351-2024/pdf//ted.europa.eu/es/notice/628351-2024/pdf English document download: https://ted.europa.eu/en/notice/628351-2024/pdf Estonian document download: https://ted. europa.eu/et/notice/628351-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/628351-2024/pdf French document download: https://ted.europa.eu/ fr/notice/628351-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/628351-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/ 628351-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/628351-2024/pdf Italian document download: https://ted.europa.eu/it/notice/628351-2024/ pdf Lithuanian document download: https://ted.europa.eu/lt/notice/628351-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/628351-2024/pdf Maltese document download : https://ted.europa.eu/mt/notice/628351-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/628351-2024/pdf Polska document download: https:/ /ted.europa.eu/pl/notice/628351-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/628351-2024/pdf Romanian document download: https://ted.europa .eu/ro/notice/628351-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/628351-2024/pdf Slovenian document download: https://ted.europa.eu/sl /notice/628351-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/628351-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/628351 -2024/pdf//ted.europa.eu/es/notice/628351-2024/pdf English document download: https://ted.europa.eu/en/notice/628351-2024/pdf Estonian document download: https://ted. europa.eu/et/notice/628351-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/628351-2024/pdf French document download: https://ted.europa.eu/ fr/notice/628351-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/628351-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/ 628351-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/628351-2024/pdf Italian document download: https://ted.europa.eu/it/notice/628351-2024/ pdf Lithuanian document download: https://ted.europa.eu/lt/notice/628351-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/628351-2024/pdf Maltese document download : https://ted.europa.eu/mt/notice/628351-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/628351-2024/pdf Polska document download: https:/ /ted.europa.eu/pl/notice/628351-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/628351-2024/pdf Romanian document download: https://ted.europa .eu/ro/notice/628351-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/628351-2024/pdf Slovenian document download: https://ted.europa.eu/sl /notice/628351-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/628351-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/628351 -2024/pdf
NAICS
Scenic and Sightseeing Transportation Business InformationT Corporate Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation Funds
CPVS
Timetables General, compression and print utility software package
UNSPSC
Liability insurance
Regions
Europe Northern Europe Western Europe
Sectors
Non-Renewable Energy Oil and Gas Transportation Services Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Petroleum Products
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