Tender Details
Title

Norway – Snow-clearing services – Winter operations for Voss herad lot 39 Hodnaberg Place of performance: Norway,Vestland Main nature of the contract: Services Official name: Voss Herad Type of procedure: Open

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
19.11.2024
Overview
627515-2024 - Competition Competition Norway: Snow-clearing services Winter operations for Voss herad lot 39 Hodnaberg Norway, Vestland (NO0A2) Type of procedure: Open Buyer Buyer: Voss Herad Email: ragnhild.i.vadla@voss.herad.no Norway, Vestland (NO0A2), Voss LOT-0000: Lot 39 Hodnaberg Snow-clearing services Norway, Vestland (NO0A2) Duration: 53 Months Deadline for receipt of tenders: 19/11/2024 - 11:00:00 (UTC) 627515-2024 - Competition Norway – Snow-clearing services – Winter operations for Voss herad lot 39 Hodnaberg OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Voss Herad Email: ragnhild.i.vadla@voss.herad.no Legal type of the buyer: Body governed by public law, controlled by a local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Winter operations for Voss herad lot 39 Hodnaberg Description: The aim of the procurement is to cover the need for gritting and snow clearing services on municipal roads and places in Voss herad, in the periodane that are hosted as the snow clearing season, and beyond the services that the operations department in Voss herad carries out itself. Voss herad performs enough winter maintenance under management. The operations department ploughs and sprinkles enough areas and places themselves, and these areala are thus not included in this procurement. Other assignments that are not encompassed are between the parting of snow clearing, costing of sand after season, etc. The start of the season is different for gritting and for snow clearing, and the season offers time lots on areas that are lifted or partly lies above 200 metres above sea level. See overview of the season in Annex 1A Gritting and snow clearing instructions. The municipal vegans and places in Voss herad are divided into 39 lots. Voss herad is responsible for three of the routes, and 35 of the routes have been announced in a single competition, case no. 24/7213. See Annex 1B Route overview and link: Snow clearing - Voss herad (kommunekart.com) The services will include emergency preparedness, snow clearing and gritting of the awarded routes and possibly snow clearing. Other services that naturally right under the agreement area can also be included in the framework agreement, to a smaller extent. The start-up date is as soon as possible after the award. See Annex 1 Requirement Specifications Annex 1A Gritting and Snow clearing instructions for Voss herad 2024 - 2028 and Annex 1B Route overview for further information. Procedure identifier: c553062a-b810-497a-837a-4343049d25ba Internal identifier: 24/8509 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: The competition is held as an open tender contest, cf. the Public Procurement Regulations § 13-1 (1). This procedure would like all interested tenderers to deliver a tender. It's not necessary to negotiate. It is therefore not necessary to change the tender after the deadline for receipt of tenders has expired. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90620000 Snow-clearing services Additional classification (cpv): 90600000 Cleaning and sanitation services in urban or rural areas, and related services 2.1.2. Place of performance Country subdivision (NUTS): Vestland (NO0A2) Country: Norway Additional information: See the area overview. 2.1.4. General information Additional information: The contract will include requirements for wages and working conditions, documentation and sanctions in accordance with the regulations on wages and working conditions dated 8 February 2008 no. 112, and eigne seriousness requirements. Tenderers cannot deliver a tender that requests lots of the scope of a lot/sub-contract. As a result, it is not necessary to deliver sub-sheds. Tenderers can submit tenders for the drawn-out routes that they have the capacity to handle. Legal basis: Directive 2014/24/EU Anskaffelsesforskriften - 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 1 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 1 2.1.6. Grounds for exclusion 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. 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) 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). 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. 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? 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? 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: Lot 39 Hodnaberg Description: The services comprise main stand-by, snow clearing and gritting of the awarded route and possibly snow clearing. Internal identifier: 24/8509 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90620000 Snow-clearing services Additional classification (cpv): 90600000 Cleaning and sanitation services in urban or rural areas, and related services 5.1.2. Place of performance Country subdivision (NUTS): Vestland (NO0A2) Country: Norway 5.1.3. Estimated duration Duration: 53 Months 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): no 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: Use of this criterion: Not 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: Use of this criterion: Not 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: Use of this criterion: Not 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? Use of this criterion: Not 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? Use of this criterion: Not 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 Requirement: Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established. Tenderers must have an organisation number. Documentation requirement: Norwegian tenderers: Company Registration Certificate Foreign tenderers: Confirmation that the company is registered in a company register, professional register or a trade register in accordance with the law in the country where the tenderer is established. 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 Requirement: Experience Tenderers shall have experience from comparable assignments. Documentation: A description of the tenderer's relevant assignments during the last five years. The description must include information on: • Namn at the reception of the service provider (customer/contracting authority), with name of the contractor • Date (from/to) • Contract value for the tenderer • Short description of the delivery and what deliveries the tenderer was responsible for (the type of services/assignments that were carried out, and the tenderer should state their role). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of personnel they can use for and who can benefit from this assignment, even if the experience was worked up by the personnel who have performed the services for an other supplier. Individual contractors can document experience from work for other contractors. Hugs commitment statement if a tenderer will rely on sub-contractors to fulfil the experience requirement. Please use annex 4A Template overview of relevant assignments, or enclose an overview with corresponding information. 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: Not 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: Minimum qualification requirements Requirement: Implementation ability - berths with crew and equipment. Tenderers must have access to a sufficient amount of linen (with crew) and equipment to comply with the contractual terms for the sub-contracts (sections) that the tenderer delivered the tender. Equipment and machines in the equipment for intended use. See Annex 1B for the description of equipment requirements and Annex 1C for an overview of choirs for many berths with crew required to document sufficient capacity, for kvar lot. It is not necessary to offer same berths or crew on two different routes. On this lot (39), the bunk linen with crew and equipment will be suitable for fulfilling the capacity requirement. Documentation: Overview of what equipment and machines the tenderers have at their disposal, at dømes: • Tractor/work machine • Snow clearing equipment • Snow blower • Gritting equipment • Brøytarar (crew) If a tenderer will use sub-suppliers for available equipment, the tenderer must enclose a commitment statement which states that the tenderer can use machinery/crew/equipment. Please use annex 4B Template overview of available equipment, or enclose an overview. Use of this criterion: 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 5.1.10. Award criteria Criterion: Type: Quality Name: Climate and environment Description: Under this criteria, a judgement has been made of rutinar and measures such as bidreg to reduce the environmental impact of the execution of the contract. The following will be evaluated between others: • Korleis supplier will plan the logistics so that they reduce numbers of bunk requisition kilometres to and from the route, and during the execution of the work on the route itself. • Binding use of machines with classification beyond minimum, which is step IV, i.e. the host has given higher details if the tenderer commits to, for example, clearing the machine with step V on one or several routes. Reveal what debts will be, if it hosts a tender on several routes. • Other measures that reduce the use of fuel, to the death of the host snow clearing up or downhill on areas with high debris, use of engine heating, osb. Measures and routes must be concrete and binding in order to obtain information. One may benefit from relevant swells. Weight (percentage, exact): 30 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Deadline for requesting additional information: 11/11/2024 11:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/240549464.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/240549464.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 19/11/2024 11:00:00 (UTC) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 19/11/2024 11:00:00 (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: Hordaland tingrett 8. Organisations 8.1. ORG-0001 Official name: Voss Herad Registration number: 960510542 Postal address: Uttrågata 9, Postboks 145 Town: Voss Postcode: 5701 Country subdivision (NUTS): Vestland (NO0A2) Country: Norway Contact point: Ragnhild Igland Vadla Email: ragnhild.i.vadla@voss.herad.no Telephone: +47 56519400 Fax: +47 56519451 Internet address: https://voss.herad.no/ Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Hordaland tingrett Registration number: 926 723 367 Town: Bergen Country: Norway Email: hordaland.tingrett@domstol.no Telephone: 55 69 97 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/hordaland-tingrett/ Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 8cf9973f-dd68-4d0a-9409-1a2f80dc444a - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 10:56:41 (UTC) Notice dispatch date (eSender): 16/10/2024 11:13:28 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 627515-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/627515-2024/pdf Danish document download: https://ted.europa.eu/da/notice/627515-2024/pdf German document download: https://ted.europa.eu/de/notice/627515-2024/pdf Greek document download: https://ted.europa.eu/el/notice/627515-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/627515-2024/pdf English document download: https://ted.europa.eu/en/notice/627515-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/627515-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/627515-2024/pdf French document download: https://ted.europa.eu/fr/notice/627515-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/627515-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/627515-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/627515-2024/pdf Italian document download: https://ted.europa.eu/it/notice/627515-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/627515-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/627515-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/627515-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/627515-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/627515-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/627515-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/627515-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/627515-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/627515-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/627515-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/627515-2024/pdf
NAICS
Business All Other Professional Computing Infrastructure Providers Navigational Professional Sand Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Copper Ventilation Religious Executive and Legislative Offices Financial Transactions Processing Securities Plumbing Justice Other Professional Turned Product and Screw Other Justice Machinery Regulation Investigation Engine Measuring Plumbing Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Engine Ventilation Copper Professional Funds
CPVS
Tools Petroleum products, fuel, electricity and other sources of energy Iron, lead, zinc, tin and copper Parts of lift, skip hoists or escalators Bindings Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Environmental management Mains Sand Control, safety, signalling and light equipment Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Snow Lead Lifts, skip hoists, hoists, escalators and moving walkways Parts of lifts Fuels Research, testing and scientific technical simulator Heating works Other community, social and personal services Control, safety or signalling equipment for parking facilities Templates Command, control, communication systems Foundation work for highways, roads, streets and footpaths Concrete Construction work for highways, roads Electricity, heating, solar and nuclear energy 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 Concrete work Lifting, handling, loading or unloading machinery Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Engine parts Engines Other services Goods lifts Lifts Linen Keys Control, safety or signalling equipment for roads Gravel, sand, crushed stone and aggregates Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Heating, ventilation and air-conditioning installation work Electronic, electromechanical and electrotechnical supplies Designs Tool parts Parts of fuel, hand and concrete pumps Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Sand Fuels Ploughs Lifts Engines Chains Nuts Templates Awards Business cases Environmental management Inspection Quality control Logistics Co financing Employment Machine made parts Equipment cases Snow blowers Liability insurance Single room Case making services Cleaning, sorting, and grading machine parts and accessories Securities Jacket, Winter E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation)
Regions
Europe Northern Europe Western Europe
Sectors
Services Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables
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