Tender Details
Title
Norway – Manhole elements – 2024 - Framework agreement for water and sewage materials and street goods Change notice Place of performance: Norway,Trøndelag Main nature of the contract: Supplies Official name: Trondheim kommune Type of procedure: Open
Country
Language
English
Organization
Published Date
27.06.2024
Deadline Date
19.08.2024
Overview
383590-2024 - Competition Competition Norway: Manhole elements 2024 - Framework agreement for water and sewage materials and street goods Norway, Trøndelag (NO060) Estimated value excluding VAT: 18 000 000,00 NOK Type of procedure: Open Buyer Buyer: Trondheim kommune Norway, Trøndelag (NO060), TRONDHEIM LOT-0000: 2024 - Framework agreement for water and sewage materials and street goods Manhole elements Norway, Trøndelag (NO060) Start date: 20/08/2024 Duration end date: 20/08/2026 Estimated value excluding VAT: 18 000 000,00 NOK Deadline for receipt of tenders: 19/08/2024 - 10:00:00 (UTC) 383590-2024 - Competition Norway – Manhole elements – 2024 - Framework agreement for water and sewage materials and street goods OJ S 124/2024 27/06/2024 Contract or concession notice – standard regime - Change notice Supplies 1. Buyer 1.1. Buyer Official name: Trondheim kommune 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: 2024 - Framework agreement for water and sewage materials and street goods Description: Trondheim municipality, c/o urban operations, invites tenderers to an open tender contest for a framework agreement for the purchase of water and sewage materials and street goods for the municipality's entities. Procedure identifier: a712b118-b433-4479-bdd7-9b3130e6ecbd Internal identifier: 2024/12373 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: Trondheim municipality is responsible for the municipal road, water and sewage network. Town operations as the responsible unit for this contract, have stand-by responsibility and carry out the operation and maintenance of the above. In addition the contracting authority is trading to a certain degree supplies for new installations and projects that will be included in the contract. Where the municipality carries out the work itself, the contracting authority needs quick access to water and sewage materials and street goods. The need involves both delivery at a stated location in the field, as well as extracting materials from the supplier. It is, thus, necessary that the tenderer has a shop or a large store in the Trondheim area.The municipality itself takes care of a stand-by warehouse where anything over 200mm is purchased and stored. The procurements for this are meant to be carried out over the relevant contract. However, dimensions between 63 and 200 mm expect tenderers to have a pick warehouse in the Trondheim area. The picking warehouse must also take care of a stand-by for the contracting authority. The framework agreement is intended to include i.a. manhole systems, street goods, brass pipe parts, insulation, pipe parts, cast iron pipes, PCV pipes, PE-pipes, valves, water and sewage fixtures etc. 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 44423700 Manhole elements Additional classification (cpv): 31711400 Valves and tubes, 42131140 Pressure-reducing, control, check or safety valves, 42132000 Parts of taps and valves, 42997000 Pipeline machinery, 44160000 Pipeline, piping, pipes, casing, tubing and related items, 44162000 Piping, 44163100 Pipes, 44163110 Drainage pipes, 44167000 Various pipe fittings, 44400000 Miscellaneous fabricated products and related items, 44423730 Manhole frames, 44423740 Manhole covers 2.1.2. Place of performance Country subdivision (NUTS): Trøndelag (NO060) Country: Norway 2.1.3. Value Estimated value excluding VAT: 18 000 000,00 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: 2024 - Framework agreement for water and sewage materials and street goods Description: Trondheim municipality, c/o urban operations, invites tenderers to an open tender contest for a framework agreement for the purchase of water and sewage materials and street goods for the municipality's entities. Internal identifier: 2024/12373 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 44423700 Manhole elements Additional classification (cpv): 31711400 Valves and tubes, 42131140 Pressure-reducing, control, check or safety valves, 42132000 Parts of taps and valves, 42997000 Pipeline machinery, 44160000 Pipeline, piping, pipes, casing, tubing and related items, 44162000 Piping, 44163100 Pipes, 44163110 Drainage pipes, 44167000 Various pipe fittings, 44400000 Miscellaneous fabricated products and related items, 44423730 Manhole frames, 44423740 Manhole covers 5.1.2. Place of performance Country subdivision (NUTS): Trøndelag (NO060) Country: Norway 5.1.3. Estimated duration Start date: 20/08/2024 Duration end date: 20/08/2026 5.1.5. Value Estimated value excluding VAT: 18 000 000,00 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: 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: Minimum qualification requirements Description of requirement/documentation: Rating class A according to bisnode AAA rating system, or equivalent Minimum requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have a rating of minimum class A (AN for newly established companies), in accordance with bisnode AAA rating system, or equivalent. Documentation requirement: Credit evaluation/rating, not older than six months, and which is based on the last known accounting figures. The rating shall be carried out by a credit rating institution and in accordance with the current laws and regulations. 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 position by presenting, for example, a declaration from a financial institution about surety. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Authority to obtain extended tax certificate Description: In cooperation with the Norwegian Tax Administration, Trondheim municipality has decided to use an extended tax certificate for all its contracts. The requirement for authorisation to obtain an extended tax certificate gives Trondheim municipality, by Trondheim Bydrift, the right to receive the information in the tax certificate. See points 1 to 3 in the authority. The purpose of the requirement for an expanded tax certificate is to function as a means of efforts against work crime, including black work and social dumping. This is because the certificate includes information on which employees have their reported wages in the a-message. The information from the certificates shall further help the municipality avoid awarding contracts to tenderers who do not fulfil their tax and duty obligations. The extended tax certificate can provide indications of whether the company has otherwise run its business in a way that is liable to cast doubt on the professional integrity. Missing the delivery of an extended tax certificate can lead to rejection of the tender offer. For procurements covered by part II of the Procurement Regulations, rejection may be made pursuant to the Public Procurement Act § 4, particularly the principles of equal treatment and predictability. For procurements covered by part III of the regulations, rejection will be made pursuant to the regulations § 24-2 (3) letter g. Missing the delivery of an extended tax certificate from sub-suppliers can mean that sub-suppliers will not be accepted for use in the contract. If the information in the extended tax certificate shows that one or more terms stated in the procurement regulations part II, § 9-5 (3) or part III, § 24-2 (3) are not met, this may result in the tenderer being rejected from the competition. The authority is in the tender documentation, annex 4. A signed authority shall be submitted as an annex to the tender. Minimum qualification requirements 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 Description of requirements/documentation: Tenderers shall have good routines for quality management and HSE. Documentation requirement: Alternative 1: Description of supplier routines, with emphasis on quality assurance, resource management, manager responsibility and HSE. Alternative 2: If the tenderer has an ISO 9001:2015 certificate or equivalent, it will be sufficient to document fulfilment of the requirement. 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 Description of the requirement/documentation: Trondheim municipality would like the municipality's tenderers to actively work to reduce their climate and environmental impacts. The entity shall have an environmental management system such as EMAS, ISO 14001, Miljøfyrtårn, or other equivalent system. The self-declaration or certificate of the above shall document that the tenderer has routines and competence connected to evaluation and management of climate and environmental impacts when carrying out the assignment in question. The requirements will be followed-up during the contract period. Documentation connected to this shall be presented on request. See annex 9. 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. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Only for public goods deliveries Description: Only for public goods deliveries: In the reference period, the tenderer has carried out the following important 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. Use of this criterion: Not 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: 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. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine. Description: Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs with certificates. Description: When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: When procuring goods: Certificates issued by official bodies for quality control Description: Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these? Use of this criterion: Not used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Deadline for requesting additional information: 09/08/2024 10:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/227775367.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/227775367.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Required 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: 19/08/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 19/08/2024 10:00:00 (UTC) 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: 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 subdivision (NUTS): Trøndelag (NO060) Country: Norway Contact point: Andreas Holen Sørensen Email: andreas.sorensen@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: 926722794 Postal address: Postboks 2317 Torgarden Town: Trondheim Postcode: 7004 Country subdivision (NUTS): Trøndelag (NO060) Country: Norway Contact point: Trøndelag tingrett Email: trondelag.tingrett@domstol.no Telephone: 73542400 Internet address: https://www.domstol.no/no/domstoler/tingrett/trondelag-tingrett/ Roles of this organisation: Review organisation 10. Change Version of the previous notice to be changed: ba20bd9f-b74e-4a8f-a242-7f3a83de5c0c-01 10.1. Change Section identifier: PROCEDURE 10.1. Change Section identifier: LOT-0000 11. Notice information 11.1. Notice information Notice identifier/version: 0e9f785b-ee95-47be-8edd-88600dc262ab - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 26/06/2024 07:27:10 (UTC) Notice dispatch date (eSender): 26/06/2024 07:39:56 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 383590-2024 OJ S issue number: 124/2024 Publication date: 27/06/2024 Czech document download: https://ted.europa.eu/cs/notice/383590-2024/pdf Danish document download: https://ted.europa.eu/da/notice/383590-2024/pdf German document download: https://ted.europa.eu/de/notice/383590-2024/pdf Greek document download: https://ted.europa.eu/el/notice/383590-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/383590-2024/pdf English document download: https://ted.europa.eu/en/notice/383590-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/383590-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/383590-2024/pdf French document download: https://ted.europa.eu/fr/notice/383590-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/383590-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/383590-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/383590-2024/pdf Italian document download: https://ted.europa.eu/it/notice/383590-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/383590-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/383590-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/383590-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/383590-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/383590-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/383590-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/383590-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/383590-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/383590-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/383590-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/383590-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Copper Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Highway Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Accounting Machinery Regulation Highway Investigation Accounting Measuring Navigational Highway Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Water Professional Process Plastics Pipe Funds
CPVS
Tools Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Microscope eyepieces, condensers, collectors, tubes, stages and covers Environmental management Mains Networks Networking, Internet and intranet software development services Control, safety, signalling and light equipment Nuts Sections Construction, foundation and surface works for highways, roads Tubing Lavatory seats, covers, bowls and cisterns Iron Pipes Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Valve parts Manhole elements Lead Photographs Manhole covers Sewage work Research, testing and scientific technical simulator Safety cases Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Fittings Supports Insulation work Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems Mattocks, picks, hoes, rakes and beach rakes System, storage and content management software development services Miscellaneous fabricated products and related items Forms Parts of chain Chain Networking, Internet and intranet software package Picks Vats Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Sewage, refuse, cleaning and environmental services Pressure-reducing, control, check or safety valves Catalogues Manhole frames Gates Other services Piping Repair and maintenance services for pumps, valves, taps and metal containers and machinery Drainage works Accounting, auditing and fiscal services Pipelines Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Pipeline, piping, pipes, casing, tubing and related items Casing Security, fire-fighting, police and defence equipment Vegetable saps, extracts, peptic substances and thickeners Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs Repair and maintenance services of pumps, valves, taps and metal containers
UNSPSC
Insulation Warehouse Chains Nuts Valves Awards Water Business cases Environmental management Inspection Quality control Co financing Tax administration Equipment cases Pipeline Gates Liability insurance Taps Case making services Seals Manhole cover Financial Instruments, Products, Contracts and Agreements 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) Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Law and Legal 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