Tender Details
Title
Norway – Architectural, construction, engineering and inspection services – Framework agreement for consultancy services and engineering design - combination techniques and landslides/danger to nature. Place of performance: Norway,Vestland Main nature of the contract: Services Official name: Sunnfjord kommune Type of procedure: Open
Country
Language
English
Organization
Published Date
29.05.2024
Deadline Date
20.08.2024
Overview
316769-2024 - Competition Competition Norway: Architectural, construction, engineering and inspection services Framework agreement for consultancy services and engineering design - combination techniques and landslides/danger to nature. Norway, Vestland (NO0A2) Estimated value excluding VAT: 14 000 000,00 NOK Type of procedure: Open Buyer Buyer: Sunnfjord kommune Norway, Førde LOT-0001: Consultancy services and engineering design services for municipal engineering, including roads, lakes, sewage and parks. Architectural, construction, engineering and inspection services Norway, Vestland (NO0A2) Duration: 2 Years Estimated value excluding VAT: 14 000 000,00 NOK Deadline for receipt of tenders: 20/08/2024 - 10:00:00 (UTC) LOT-0002: Geological assessments of landslides/dangers of nature, including consultancy services and engineering design services for securing measures (1) Architectural, construction, engineering and inspection services Norway, Vestland (NO0A2) Duration: 2 Years Estimated value excluding VAT: 14 000 000,00 NOK Deadline for receipt of tenders: 20/08/2024 - 10:00:00 (UTC) 316769-2024 - Competition Norway – Architectural, construction, engineering and inspection services – Framework agreement for consultancy services and engineering design - combination techniques and landslides/danger to nature. OJ S 103/2024 29/05/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Sunnfjord kommune Legal type of the buyer: Public undertaking, controlled by a local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Framework agreement for consultancy services and engineering design - combination techniques and landslides/danger to nature. Description: The aim of the notice is to enter into one or several framework agreements for technical consultancy services for two different service groups. It is the eininga Technical Operations that shall benefit from the agreement. The contracting authority will enter into a contract with up to 4 different tenderers in total. It is necessary to submit tenders for one or both of the service groups: 1. Consultancy and engineering design services for municipal engineering, including roads, water, sewage and parks. 2. Geological assessments of landslides/dangers of nature, including consultants and engineering design services for security measures. Procedure identifier: ea712320-5e2e-40ac-81a0-0655d0b7c045 Internal identifier: 24/1582 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71000000 Architectural, construction, engineering and inspection services Additional classification (cpv): 71300000 Engineering services, 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71311200 Transport systems consultancy services, 71311210 Highways consultancy services, 71311220 Highways engineering services, 71311300 Infrastructure works consultancy services, 71312000 Structural engineering consultancy services, 71313000 Environmental engineering consultancy services, 71317000 Hazard protection and control consultancy services, 71318000 Advisory and consultative engineering services, 71320000 Engineering design services, 71322000 Engineering design services for the construction of civil engineering works, 71322100 Quantity surveying services for civil engineering works, 71322200 Pipeline-design services, 71322300 Bridge-design services, 71322400 Dam-design services, 71322500 Engineering-design services for traffic installations, 71324000 Quantity surveying services, 71325000 Foundation-design services, 71326000 Ancillary building services, 71327000 Load-bearing structure design services, 71400000 Urban planning and landscape architectural services, 71500000 Construction-related services, 71600000 Technical testing, analysis and consultancy services, 71800000 Consulting services for water-supply and waste consultancy, 90000000 Sewage, refuse, cleaning and environmental services 2.1.2. Place of performance Country subdivision (NUTS): Vestland (NO0A2) Country: Norway 2.1.3. Value Estimated value excluding VAT: 14 000 000,00 NOK Maximum value of the framework agreement: 18 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 2 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 2 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, at the enforceable verdict 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 corruption, involving servicemen in the European Communities or in 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 legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not 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 in article 2 of The Council ́s framework decision 2008/841/RIA of 24 October 2008 on combating 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 of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?White money or financing terrorism. 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 legally enforceable verdict 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?Speed as discussed in Article 1 of the convention on protection of the European Communities' financial interests (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, at a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. 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: If the tenderer: a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting the supporting documents that the contracting authority requests. ord) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could have a significant influence on decisions on rejection, selection or award? Purely national exclusion grounds: In accordance with ESPD part III: The justification for rejection, section D: "Other rejection justifications that are stipulated in the national legislation in the contracting authority ́s member state" The Norwegian procurement resonance goes further than that followed by the rejection reasons stated in the EU directive on public procurements and in the standard form for ESPD. It is therefore stated that all the rejection reasons in the Public Procurement Regulations § 24-2, including the national rejection reasons, are also in force. The reasons for rejection in the Public Procurement Regulations § 24-2 are clean national rejection reasons: - §24-2(2). The contracting authority has stated that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a legal sentence for the stated convicted conditions. The requirement that the contracting authority shall reject tenderers who have adopted conditions for the stated punitive conditions is a distinctively Norwegian requirement. - 24-2(3) letter in. The rejection reason in the ESPD form debts depends on serious errors in the vocational training, medan the Norwegian rejection reason also involves other serious errors that can lead to doubt about the professional integrity of the supplier. 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 activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 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-0001 Title: Consultancy services and engineering design services for municipal engineering, including roads, lakes, sewage and parks. Description: The aim of the notice is to enter into one or several framework agreements for technical consultancy services for two different service groups. It is the eininga Technical Operations that shall benefit from the agreement. The contracting authority will enter into a contract with up to 4 different tenderers in total. It is necessary to submit tenders for one or both of the service groups: 1. Consultancy and engineering design services for municipal engineering, including roads, water, sewage and parks. 2. Geological assessments of landslides/dangers of nature, including consultants and engineering design services for security measures. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71000000 Architectural, construction, engineering and inspection services Additional classification (cpv): 71300000 Engineering services, 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71311200 Transport systems consultancy services, 71311210 Highways consultancy services, 71311220 Highways engineering services, 71311300 Infrastructure works consultancy services, 71312000 Structural engineering consultancy services, 71313000 Environmental engineering consultancy services, 71317000 Hazard protection and control consultancy services, 71318000 Advisory and consultative engineering services, 71320000 Engineering design services, 71322000 Engineering design services for the construction of civil engineering works, 71322100 Quantity surveying services for civil engineering works, 71322200 Pipeline-design services, 71322300 Bridge-design services, 71322400 Dam-design services, 71322500 Engineering-design services for traffic installations, 71324000 Quantity surveying services, 71325000 Foundation-design services, 71326000 Ancillary building services, 71327000 Load-bearing structure design services, 71400000 Urban planning and landscape architectural services, 71500000 Construction-related services, 71600000 Technical testing, analysis and consultancy services, 71800000 Consulting services for water-supply and waste consultancy, 90000000 Sewage, refuse, cleaning and environmental services 5.1.2. Place of performance Country subdivision (NUTS): Vestland (NO0A2) Country: Norway 5.1.3. Estimated duration Duration: 2 Years 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Contract periode is two years from the time they come into force. The contracting authority has an option for a contract extension for the same period of 1+1 year. The total contract period can be up to 4 years. The contracting authority shall give notification to tenderers at the latest three months before the contract period expires if the contracting authority does not wish to use the option for extension. 5.1.5. Value Estimated value excluding VAT: 14 000 000,00 NOK 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) 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.11. Procurement documents Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=404500&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=404500&B= Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Deadline for receipt of tenders: 20/08/2024 10:00:00 (UTC) Information about public opening: Opening date: 20/08/2024 22:00:00 (UTC) Additional information: Tenderers shall be sent electronically by representatives of the contracting authority. Public services will not be carried out. The tenderer is not allowed to be present at the time of the opninga. An opnings protocol is not sent out. Terms of contract: Electronic invoicing: Required Electronic ordering will be used: yes 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: SOGN OG FJORDANE TINGRETT 5.1. Lot: LOT-0002 Title: Geological assessments of landslides/dangers of nature, including consultancy services and engineering design services for securing measures (1) Description: The aim of the notice is to enter into one or several framework agreements for technical consultancy services for two different service groups. It is the eininga Technical Operations that shall benefit from the agreement. The contracting authority will enter into a contract with up to 4 different tenderers in total. It is necessary to submit tenders for one or both of the service groups: 1. Consultancy and engineering design services for municipal engineering, including roads, water, sewage and parks. 2. Geological assessments of landslides/dangers of nature, including consultants and engineering design services for security measures. Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71000000 Architectural, construction, engineering and inspection services Additional classification (cpv): 71300000 Engineering services, 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71311200 Transport systems consultancy services, 71311210 Highways consultancy services, 71311220 Highways engineering services, 71311300 Infrastructure works consultancy services, 71312000 Structural engineering consultancy services, 71313000 Environmental engineering consultancy services, 71317000 Hazard protection and control consultancy services, 71318000 Advisory and consultative engineering services, 71320000 Engineering design services, 71322000 Engineering design services for the construction of civil engineering works, 71322100 Quantity surveying services for civil engineering works, 71322200 Pipeline-design services, 71322300 Bridge-design services, 71322400 Dam-design services, 71322500 Engineering-design services for traffic installations, 71324000 Quantity surveying services, 71325000 Foundation-design services, 71326000 Ancillary building services, 71327000 Load-bearing structure design services, 71400000 Urban planning and landscape architectural services, 71500000 Construction-related services, 71600000 Technical testing, analysis and consultancy services, 71800000 Consulting services for water-supply and waste consultancy, 90000000 Sewage, refuse, cleaning and environmental services Options: Description of the options: Contract periode is two years from the time they come into force. The contracting authority has an option for a contract extension for the same period of 1+1 year. The total contract period can be up to 4 years. The contracting authority shall give notification to tenderers at the latest three months before the contract period expires if the contracting authority does not wish to use the option for extension. 5.1.2. Place of performance Country subdivision (NUTS): Vestland (NO0A2) Country: Norway 5.1.3. Estimated duration Duration: 2 Years 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Contract periode is two years from the time they come into force. The contracting authority has an option for a contract extension for the same period of 1+1 year. The total contract period can be up to 4 years. The contracting authority shall give notification to tenderers at the latest three months before the contract period expires if the contracting authority does not wish to use the option for extension. 5.1.5. Value Estimated value excluding VAT: 14 000 000,00 NOK 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) 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.11. Procurement documents Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=404500&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=404500&B= Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Deadline for receipt of tenders: 20/08/2024 10:00:00 (UTC) Information about public opening: Opening date: 21/08/2024 10:00:00 (UTC) Additional information: Tenderers shall be sent electronically by representatives of the contracting authority. Public services will not be carried out. The tenderer is not allowed to be present at the time of the opninga. The opnings protocol is not sent out. Terms of contract: Electronic invoicing: Required Electronic ordering will be used: yes 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: SOGN OG FJORDANE TINGRETT 8. Organisations 8.1. ORG-0001 Official name: Sunnfjord kommune Registration number: 921 244 207 Postal address: Postboks 338 Town: Førde Postcode: 6802 Country: Norway Contact point: Karsten Karlsen Sunde Email: karsten.karlsen.sunde@sunnfjord.kommune.no Telephone: +47 97162393 Internet address: https://www.sunnfjord.kommune.no Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/246653 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: SOGN OG FJORDANE TINGRETT Registration number: 926723278 Department: Sunnfjord kommune Postal address: Postboks 85 Town: FØRDE Postcode: 6801 Country: Norway Email: sogn.og.fjordane.tingrett@domstol.no Telephone: 55694300 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: cceda076-b523-4118-9742-2ce76f75cff1 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 28/05/2024 08:32:31 (UTC) Notice dispatch date (eSender): 28/05/2024 10:00:38 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 316769-2024 OJ S issue number: 103/2024 Publication date: 29/05/2024 Czech document download: https://ted.europa.eu/cs/notice/316769-2024/pdf Danish document download: https://ted.europa.eu/da/notice/316769-2024/pdf German document download: https://ted.europa.eu/de/notice/316769-2024/pdf Greek document download: https://ted.europa.eu/el/notice/316769-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/316769-2024/pdf English document download: https://ted.europa.eu/en/notice/316769-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/316769-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/316769-2024/pdf French document download: https://ted.europa.eu/fr/notice/316769-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/316769-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/316769-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/316769-2024/pdf Italian document download: https://ted.europa.eu/it/notice/316769-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/316769-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/316769-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/316769-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/316769-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/316769-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/316769-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/316769-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/316769-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/316769-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/316769-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/316769-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Other Foundation Copper Other Foundation Administration of Housing Programs Religious Financial Transactions Processing Securities Justice Other Professional Highway Construction Architectural Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Regulation Highway Measuring Agriculture Navigational Highway Landscape Architectural Services Financial Transactions Processing Foundation Administration of Housing Programs Research and Development in the Physical Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Engineering Services Research and Development in the Physical Copper Water Construction Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Profiles Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Mains Control, safety, signalling and light equipment Architectural, engineering and planning services 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 Architectural, engineering and surveying services Wells construction work Lead Training, workout or aerobic services Technical testing, analysis and consultancy services Sewage work Business services: law, marketing, consulting, recruitment, printing and security Other community, social and personal services Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Control, safety or signalling equipment for port installations Command, control, communication and computer systems Geological, geophysical and other scientific prospecting services System, storage and content management software development services Forms Vats Installation services of equipment for measuring, checking, testing and navigating Sewage, refuse, cleaning and environmental services Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Goods used in construction Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Designs Control, safety or signalling equipment for airports Dates
UNSPSC
Profiles Clean room Nuts Awards Water Business cases Inspection Well engineering Structural engineering Highway engineering Co financing Case making services Cleaning, sorting, and grading machine parts and accessories Combination H Securities Water, sanitation and hygiene kits Water, sanitation and hygiene kit Water, sanitation and hygiene kits E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods
Regions
Europe Northern Europe Western Europe
Sectors
Civil Works Building Architecture Engineering Services Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Building Material
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert