Tender Details
Title
Norway – General public services – Employer related management development Trondheim municipality Place of performance: Norway,Trøndelag Main nature of the contract: Services Official name: Trondheim kommune Type of procedure: Open
Country
Language
English
Organization
Published Date
26.06.2024
Deadline Date
21.08.2024
Overview
378885-2024 - Competition Competition Norway: General public services Employer related management development Trondheim municipality Norway, Trøndelag (NO060) Estimated value excluding VAT: 2 800 000,00 NOK Type of procedure: Open Buyer Buyer: Trondheim kommune Norway, Trøndelag (NO060), TRONDHEIM Buyer Buyer: Trondheim kommune Norway, Trøndelag (NO060), Trondheim LOT-0000: Employer related management development Trondheim municipality General public services Norway, Trøndelag (NO060) Start date: 30/09/2024 Duration end date: 30/09/2025 Estimated value excluding VAT: 2 800 000,00 NOK Deadline for receipt of tenders: 21/08/2024 - 10:00:00 (UTC) 378885-2024 - Competition Norway – General public services – Employer related management development Trondheim municipality OJ S 123/2024 26/06/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Trondheim kommune Legal type of the buyer: Public undertaking Activity of the contracting authority: General public services 1.1. Buyer Official name: Trondheim kommune Legal type of the buyer: Public undertaking Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Employer related management development Trondheim municipality Description: Trondheim municipality invites tenderers to submit tenders for assistance with employer related management development. The municipality shall obtain external assistance for implementing a commitment to employer related management development at two of the largest entities in the Child and Family Service. (BFT) The units are the Health and Respite Care Service (HOA) and the Care Unit (OE). Procedure identifier: 4da3c5ab-223c-45b2-87f9-63f7b991b1c1 Internal identifier: 2024/19864 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: The objective of the assignment The objective of the contract is to ensure access to external competence and consultancy to strengthen and develop the managers ́ skills and competence to manage employer related challenges and assignments in an efficient and strategic way. The leaders in the two units will be strengthened in their leadership role, both as participants in their own management group and as an individual. Justification for needs: The Welfare Unit and the Health and Respite Care Unit shall readjust their operations. The managers need to strengthen their competence within project management, understanding of management roles and financial responsibility, as well as planning and handling gains. The main reason for the commitment is a considerable increase in consumption and that operations must be changed in order to achieve sustainable operation. The entities shall achieve a sustainable economy and must readjust the business and realise an economic gain. The re-organisation shall be implemented quickly. Managers need support and call-to-action if they are to succeed in changing themselves, their own services and employees into a reality where they will be used fewer resources. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 75110000 General public services 2.1.2. Place of performance Country subdivision (NUTS): Trøndelag (NO060) Country: Norway 2.1.3. Value Estimated value excluding VAT: 2 800 000,00 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: Employer related management development Trondheim municipality Description: Trondheim municipality invites tenderers to submit tenders for assistance with employer related management development. The municipality shall obtain external assistance for implementing a commitment to employer related management development at two of the largest entities in the Child and Family Service. (BFT) The units are the Health and Respite Care Service (HOA) and the Care Unit (OE). Internal identifier: 2024/19864 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 75110000 General public services 5.1.2. Place of performance Country subdivision (NUTS): Trøndelag (NO060) Country: Norway 5.1.3. Estimated duration Start date: 30/09/2024 Duration end date: 30/09/2025 5.1.5. Value Estimated value excluding VAT: 2 800 000,00 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) This procurement is also suitable for small and medium-sized enterprises (SMEs) 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: Minimum qualification requirements Use of this criterion: 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 Requirement: The tenderer shall have the economic and financial capacity to carry out the assignment - the tenderer shall be credit worthy, Class A. Credit worthy with security is not accepted. A/N is sufficient for newly established tenderers. Documentation requirement: • Credit rating of the tenderer, not older than 6 months calculated from the deadline for receipt of tenders. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. The assessment shall be issued by a company with a credit reporting license from the Norwegian Data Protection Authority, see www.datatilsynet.no The result of the credit rating shall be given as a graded value (letter or number) on a defined scale. Newly established tenderers must document the financial capacity to fulfil the assignment by other documentation, such as accounting figures and a bank guarantee. 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? 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: The tenderer shall be a legally established company. Documented by a Company Registration Certificate or equivalent. 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 References from equivalent assignments in large organisations, preferably in the public sector. 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: Minimum qualification requirements Requirement: Tenderers shall have a functioning quality assurance system/quality management system. Documentation requirement: Description of the tenderer's quality assurance/quality management measures. Use of this criterion: 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: Minimum qualification requirements Requirement: Tenderers shall have a system and routines for reducing the most important environmental impact from their activities and shall use environmental management measures throughout the contract period. Therefore it is a requirement that the company has an environmental management system, such as Miljøfyrtårn, EMAS, ISO 14001 or equivalent. If the entire company is environmentally labelled with a type 1 environmental label, such as the Swan Ecolabel or equivalent, this is also approved. Documentation: Tenderers shall complete the attached Environmental Self-Declaration, as well as enclose a certificate of environmental management system. Use of this criterion: 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. Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: The assignment has a fixed price that is set at NOK 2,800,000 excluding VAT. Tenders that have a financial limit that exceeds the fixed sum will be disqualified. All work assignments and any journeys that are described in the requirement specifications and in the tenderer ́s tender shall be included in the fixed price. Tenderers shall describe how many open air work is in the tender and preferably divided between different phases that the tenderer plans to carry out. The fixed price shall apply for the entire length of the assignment and cannot be adjusted. Any licence costs that the municipality will utilise will be covered by the contracting authority. Prices shall be stated in the order requested in annex 2. The price shall be stated in NOK excluding VAT. The prices shall be for the entire contract period. The contracting authority will not accept any fees, in the form of invoice fees, environmental fees, administration fees etc. All duties or fees shall be taken into account and calculated in the tender price. Criterion: Type: Quality Name: Quality Description: Tenderers must demonstrate good assignment comprehension. Specifically, the tender must include: the tenderer's understanding of the assignment. Criterion: Type: Quality Name: Implementation ability/availability Description: Tenderers must describe how the assignment shall be carried out. Specifically, the tender must include: progress plan for the assignment budget with estimated scope project methodology that a robust team with deputies is made available to ensure execution in the event of absence or other circumstances as well as have the possibility of a presence in Trondheim for the execution of the assignment references from equivalent assignments. binding tenders for resources for the assignment, with CVs gender neutral preferred for the assignment 5.1.11. Procurement documents Languages in which the procurement documents (or their parts) are unofficially available: Norwegian Deadline for requesting additional information: 14/08/2024 10:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/232725834.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Allowed Address for submission: https://permalink.mercell.com/232725834.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Variants: Not allowed Deadline for receipt of tenders: 21/08/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 2 Months Information about public opening: Opening date: 21/08/2024 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: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Trøndelag tingrett Review organisation: Trøndelag tingrett Organisation providing additional information about the procurement procedure: Trondheim kommune Organisation providing offline access to the procurement documents: Trondheim kommune Organisation providing more information on the review procedures: Trøndelag tingrett Organisation receiving requests to participate: Trondheim kommune Organisation processing tenders: Trondheim kommune 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: Roar Næss Email: roar.nass@trondheim.kommune.no Telephone: +47 72540000 Internet address: https://www.trondheim.kommune.no Roles of this organisation: Buyer Group leader Organisation providing additional information about the procurement procedure Organisation providing offline access to the procurement documents Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 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: Roar Næss Email: roar.nass@trondheim.kommune.no Telephone: +47 72540000 Internet address: https://www.trondheim.kommune.no Roles of this organisation: Buyer 8.1. ORG-0003 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: +4773542400 Roles of this organisation: Review organisation Organisation providing more information on the review procedures Mediation organisation 11. Notice information 11.1. Notice information Notice identifier/version: 1fdef22c-f36b-4ca0-b51a-144e6cee0d16 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 25/06/2024 09:40:15 (UTC) Notice dispatch date (eSender): 25/06/2024 11:30:47 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 378885-2024 OJ S issue number: 123/2024 Publication date: 26/06/2024 Czech document download: https://ted.europa.eu/cs/notice/378885-2024/pdf Danish document download: https://ted.europa.eu/da/notice/378885-2024/pdf German document download: https://ted.europa.eu/de/notice/378885-2024/pdf Greek document download: https://ted.europa.eu/el/notice/378885-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/378885-2024/pdf English document download: https://ted.europa.eu/en/notice/378885-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/378885-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/378885-2024/pdf French document download: https://ted.europa.eu/fr/notice/378885-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/378885-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/378885-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/378885-2024/pdf Italian document download: https://ted.europa.eu/it/notice/378885-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/378885-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/378885-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/378885-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/378885-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/378885-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/378885-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/378885-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/378885-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/378885-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/378885-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/378885-2024/pdf
NAICS
Business All Other Professional Navigational Other Direct Insurance (except Life Professional Justice Bolt Electric Power Transmission Regulation Copper Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Accounting Machinery Regulation Direct Insurance (except Life Investigation Direct Life Accounting Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Tools Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Lead Labels Research, testing and scientific technical simulator Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Forms Parts of chain Chain Lifting, handling, loading or unloading machinery Vats Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Gates Other services Accounting, auditing and fiscal services Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Scales Security, fire-fighting, police and defence equipment 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
UNSPSC
Chains Nuts Scales Awards Business cases Labels Environmental management Inspection Project management Management development Quality control Co financing Equipment cases Gates Liability insurance Case making services Seals Securities E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation)
Regions
Europe Northern Europe Western Europe
Sectors
Law and Legal Services Railways-Rail-Railroad Electricity 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