Tender Details
Title
Norway – Real estate services with own property – Framework agreement for estate agent services - Housing broker Place of performance: Norway Main nature of the contract: Services Official name: Trondheim kommune Type of procedure: Open
Country
Language
English
Organization
Published Date
21.05.2024
Deadline Date
02.09.2024
Overview
297379-2024 - Competition Competition Norway: Real estate services with own property Framework agreement for estate agent services - Housing broker Norway, Anywhere in the given country Estimated value excluding VAT: 10 000 000,00 NOK Type of procedure: Open Buyer Buyer: Trondheim kommune Norway, TRONDHEIM LOT-0000: Framework agreement for estate agent services - Housing broker Real estate services with own property Norway, Anywhere in the given country Start date: 31/12/2024 Duration end date: 31/12/2026 Estimated value excluding VAT: 10 000 000,00 NOK Deadline for receipt of tenders: 02/09/2024 - 14:00:00 (UTC) 297379-2024 - Competition Norway – Real estate services with own property – Framework agreement for estate agent services - Housing broker OJ S 97/2024 21/05/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Trondheim kommune Legal type of the buyer: Public undertaking Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Framework agreement for estate agent services - Housing broker Description: Trondheim municipality c/o the Ownership Unit, intends to procure and dispose of real estate. The disposal properties shall be sold at an independent fixed valuation or to the highest bidder in an open round of bids. The properties that are distributed in the market are normally sold through estate agents. Based on this, the Ownership Unit needs to join up with one broker for brokerage services through a framework agreement. The framework agreement applies to the following brokerage services: * Housing and leisure brokering* Valuation* Consultancy services* Settlement Broker, the Contracting Authority intends to enter into a framework agreement with one's tenderer. The framework agreement will be valid from 01.01.2025 until 31.12.2026, i.e. for 2 years with an option for a further 1+1 year. Procedure identifier: 855b8b7d-7bbd-4a51-8a6d-4511de6cdf1d Internal identifier: 2024/4232 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: Trondheim municipality c/o the Ownership Unit, intends to procure and dispose of real estate. The disposal properties shall be sold at an independent fixed valuation or to the highest bidder in an open round of bids. The properties that are distributed in the market are normally sold through estate agents. Based on this, the Ownership Unit needs to join up with one broker for brokerage services through a framework agreement. The framework agreement applies to the following brokerage services: * Housing and leisure brokering* Consultancy services* Settlement Brokering, the Contracting Authority intends to enter into a framework agreement with one tenderer. The framework agreement will be valid from 01.01.2025 until 31.12.2026, i.e. for 2 years with an option for a further 1+1 year. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 70100000 Real estate services with own property 2.1.2. Place of performance Country: Norway Anywhere in the given country 2.1.3. Value Estimated value excluding VAT: 10 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU Anskaffelsesforskriften - 2.1.6. Grounds for exclusion: Analogous situation like bankruptcy under national law: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Bankruptcy: Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Corruption: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier. Arrangement with creditors: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Participation in a criminal organisation: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42) Agreements with other economic operators aimed at distorting competition: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? Breaching of obligations in the fields of environmental law: Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Money laundering or terrorist financing: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15). Fraud: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48). Child labour and other forms of trafficking in human beings: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1). Insolvency: Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Breaching of obligations in the fields of labour law: Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Assets being administered by liquidator: Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award? Purely national exclusion grounds: The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply? Conflict of interest due to its participation in the procurement procedure: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? Direct or indirect involvement in the preparation of this procurement procedure: Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition? Guilty of grave professional misconduct: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. Early termination, damages or other comparable sanctions: Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions? Breaching of obligations in the fields of social law: Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Payment of social security contributions: Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in? Business activities are suspended: Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Payment of taxes: Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in? Terrorist offences or offences linked to terrorist activities: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision. 5. Lot 5.1. Lot: LOT-0000 Title: Framework agreement for estate agent services - Housing broker Description: Trondheim municipality c/o the Ownership Unit, intends to procure and dispose of real estate. The disposal properties shall be sold at an independent fixed valuation or to the highest bidder in an open round of bids. The properties that are distributed in the market are normally sold through estate agents. Based on this, the Ownership Unit needs to join up with one broker for brokerage services through a framework agreement. The framework agreement applies to the following brokerage services: * Housing and leisure brokering* Valuation* Consultancy services* Settlement Broker, the Contracting Authority intends to enter into a framework agreement with one's tenderer. The framework agreement will be valid from 01.01.2025 until 31.12.2026, i.e. for 2 years with an option for a further 1+1 year. Internal identifier: 2024/4232 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 70100000 Real estate services with own property 5.1.2. Place of performance Country: Norway Anywhere in the given country 5.1.3. Estimated duration Start date: 31/12/2024 Duration end date: 31/12/2026 5.1.5. Value Estimated value excluding VAT: 10 000 000,00 NOK 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: 'Total' annual turnover Description: The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Tenderers shall, upon request, submit annual accounts for the last two years, approved by the auditor. Shall be submitted upon request. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Average annual turnover Description: The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: "Specific annual turnover" Description: Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average set-up Description: Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: The tenderer's establishment date Description: If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Financial key figures Description: For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Liability insurance Description: The insured amount in the tenderer ́s liability insurance is the following: Minimum qualification requirements Tenderers shall have professional insurance that covers the contracting authority ́s loss in the event of insufficient and wrong consultancy etc. Liability insurance is to be presented when the contract is signed or upon request. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Other economic and financial requirements Description: Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have a rating of minimum B or equivalent. Documentation requirement: Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting, for example, a declaration from a financial institution about surety. Shall be enclosed with the tender when submitting the tender. Use of this criterion: Used Criterion: Type: Other Name: Certificates issued by independent bodies for quality assurance standards. Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a quality system suited to the content of the contract. Documentation: Certificate for the company's quality system/management system, confirming that the tenderer fulfils certain quality assurance standards, for example ISO 9001:2002. The contracting authority will also accept other documentation for equivalent quality assurance measures if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality assurance standards. As a minimum a general description of the system ́s content, including an overview of inspection plans and check-lists that are relevant for this contract, must be presented. Use of this criterion: Used Criterion: Type: Other Name: Certificates issued by independent bodies for environmental management standards. Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Tenderers must have procedures to carry out the assignment in an environmentally appropriate manner. Documentation: Tenderers shall present certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards. E.g. the EU Scheme for Environmental Management and Environmental Audits (EMAS), other recognised environmental management systems in the Regulation (EF) no. 1221/2009 article 45 or other environmental management standards based on relevant European or international standards from accredited bodies. The contracting authority will accept equivalent certificates issued by bodies in other EEA countries (e.g. Eco-Lighthouse, ISO 14001). Other documentation that shows that the tenderer has procedures to carry out the assignment in an environmentally responsible manner. Annex 9 Environmental Statement can also be used. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register Description: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Description: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Foreign companies: Certificate verifying that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is registered. Delivered upon contract signing or upon request. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: In the case of service contracts: Authorisations from a particular organisation required Description: Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: In the case of service contracts: Membership in a particular organisation is required Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country? Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Services only Description: Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have broad competence and experience within the relevant performance/sub-category. Tenderers shall have carried out assignments of the same nature, complexity/degree of difficulty and the extent/size requested. Documentation requirement: Reference list of the tenderer's (company's) five most relevant deliveries in the last 3 years. Shall be enclosed with the tender when submitting the tender. If a tenderer uses sub-suppliers to be qualified, this must be in the column under the company name. Commitment statement annex 10 must be completed. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Technical personnel or technical units Description: Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Technical facilities and quality assurance measures Description: The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Investigation and research facilities Description: The tenderer ́s survey and research facilitates are as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Management and tracing of the supply chain Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Control Permission Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Education and professional qualifications Description: The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management measures Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Number of employees in the management Description: The tenderer ́s number of employees in the management during the last three years was as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Average workforce Description: The tenderer's average annual workforce in the last three years has been as follows: Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tools, materials and technical equipment. Description: Tenderers can use the following tools, material and technical equipment to carry out the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Portion of the contract to sub-suppliers. Description: The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Permissions Description: Tenderers shall have permission to operate estate agents for compensation, cf. the Estate Agency Act § 2-1. Permission from the Financial Supervisory Authority of Norway to operate estate agents, or equivalent in accordance with the Estate Agency Act § 2-1. (Requested by the Contracting Authority in the Register of Business Enterprises at www.finanstilsynet.no) Minimum qualification requirements Use of this criterion: Used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Deadline for requesting additional information: 23/08/2024 10:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/222373782.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/222373782.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Variants: Not allowed Deadline for receipt of tenders: 02/09/2024 14:00:00 (UTC) Deadline until which the tender must remain valid: 110 Days Information about public opening: Opening date: 02/09/2024 14:20:00 (UTC) Terms of contract: Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Trøndelag Tingrett 8. Organisations 8.1. ORG-0001 Official name: Trondheim kommune Registration number: 942110464 Postal address: Erling Skakkes gate 14 Town: TRONDHEIM Postcode: 7004 Country: Norway Contact point: Pål Øyvind Solbu Email: pal-oyvind.solbu@trondheim.kommune.no Telephone: +47 72540000 Internet address: https://www.trondheim.kommune.no Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Trøndelag Tingrett Registration number: 926 722 794 Department: TRONDHEIM KOMMUNE Postal address: Munkegata 1 Town: TRONDHEIM Postcode: 7013 Country: Norway Email: ttro.service@domstol.no Telephone: 73542400 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 585cb4e9-cdab-480d-9f21-dbe3cb7cd1e0 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 16/05/2024 14:33:16 (UTC) Notice dispatch date (eSender): 16/05/2024 14:33:38 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 297379-2024 OJ S issue number: 97/2024 Publication date: 21/05/2024 Czech document download: https://ted.europa.eu/cs/notice/297379-2024/pdf Danish document download: https://ted.europa.eu/da/notice/297379-2024/pdf German document download: https://ted.europa.eu/de/notice/297379-2024/pdf Greek document download: https://ted.europa.eu/el/notice/297379-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/297379-2024/pdf English document download: https://ted.europa.eu/en/notice/297379-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/297379-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/297379-2024/pdf French document download: https://ted.europa.eu/fr/notice/297379-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/297379-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/297379-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/297379-2024/pdf Italian document download: https://ted.europa.eu/it/notice/297379-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/297379-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/297379-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/297379-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/297379-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/297379-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/297379-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/297379-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/297379-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/297379-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/297379-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/297379-2024/pdf
NAICS
Business Special Die and Tool InformationT Management
CPVS
Tools Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper System, storage and content management software package Environmental management Mains Baths Control, safety, signalling and light equipment Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Lead Suits Research, testing and scientific technical simulator Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Forms Parts of chain Chain Vats Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Gates Other services Accounting, auditing and fiscal services Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Cotton wool Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Chains Awards Suits Business cases Environmental management Inspection Quality control Co financing Year end audits Equipment cases Gates Liability insurance Case making services Seals Securities E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation)
Regions
Europe Northern Europe Western Europe
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Bridges and Tunnels Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Water and Sanitation Law and Legal Environmental Work Printing and Publishing Services Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Steel Aviation Petroleum Products Electronics Real Estate Marine
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