Tender Details
Title
Norway – Surgical implants – Spinal implants for Oslo University Hospital. Change notice Place of performance: Norway,Oslo Main nature of the contract: Supplies Official name: SYKEHUSINNKJØP HF Type of procedure: Open
Country
Language
English
Organization
Published Date
25.06.2024
Deadline Date
02.09.2024
Overview
375891-2024 - Competition Competition Norway: Surgical implants Spinal implants for Oslo University Hospital. Norway, Oslo (NO081) Estimated value excluding VAT: 218 627 544,00 NOK Type of procedure: Open Buyer Buyer: SYKEHUSINNKJØP HF Norway, Troms og Finnmark (NO074), VADSØ LOT-0000: Spinal implants for OUS (Sub-contract 1-31) Surgical implants Norway, Oslo (NO081) Start date: 01/10/2024 Duration end date: 02/10/2030 Deadline for receipt of tenders: 02/09/2024 - 10:00:00 (UTC) 375891-2024 - Competition Norway – Surgical implants – Spinal implants for Oslo University Hospital. OJ S 122/2024 25/06/2024 Contract or concession notice – standard regime - Change notice Supplies 1. Buyer 1.1. Buyer Official name: SYKEHUSINNKJØP HF Legal type of the buyer: Public undertaking Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: Spinal implants for Oslo University Hospital. Description: Sykehusinnkjøp HF will hold a competition for Spinal implants for Oslo University Hospital. Fracture DegenerativeTumorDeformitetSementBensubstitut The products in the procurement will be organised in accordance with the national category structure: Category: 1003000000 Surgical products Procurement group: 1003050000 OrTopedia Tender Package: 1003050800 Spinal Surgery Product Group: 1003050801Cervikale implants and sets 1003050802 Lumbale implants and sets 1003050803 Minimal invasive spinal surgery 1003050899 Spinal surgery, unclassified Procedure identifier: bd3398e4-ce3d-4750-a8b0-dc07eb59fbc6 Internal identifier: 2023/1491 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33184100 Surgical implants Additional classification (cpv): 33169000 Surgical instruments, 33697110 Bone reconstruction cements 2.1.2. Place of performance Country subdivision (NUTS): Oslo (NO081) Country: Norway 2.1.3. Value Estimated value excluding VAT: 218 627 544,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU Anskaffelsesforskriften - 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 1 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: Spinal implants for OUS (Sub-contract 1-31) Description: The procurement is divided into the following sub-contracts: Grouping Lot Contract Lot Name1 ) Rear Instrumental Fixation; lumbar, thoracal, and cervikalcolumna1 Open fracture fixation (torakolumbalcolumna)2 MIS/percutaneous fracture system (torakolumbalcolumna)3 Degenerative system that can be done MIS4 Rear Neck Fixation System5 Back head-to-neck fixation (Occipital plates and screws) 6 Neck: Forward fixation system 7 Its screw2 ) Deformity system8 Standard scoliosis system for adults/elderly 9 Standard scoliosis system for youths/adults10 Low profile scoliosis system 11 Pediatric scoliosis system 12 Scolise system suitable for muscle saving access13 Anterior scoliosis system 14 Lamina band15 Magnetic controlled growth rod 16 Implants for sakroiliacal fixation – transgluteal access 17 Implant for sakroiliacal fixation – sloping posterior access3 ) Disc cage, disc prosthesis and corpectomy-cage 18 Skiveim plantate TLIF19 Skiveimplantat - TLIF - with expansion possibility 20 Skiveim plantate - ALIF 21 Skiveim plantate – LLIF/OLIF/XLIF/DLIF22 Caterch implant – LLIF/OLIF/XLIF/DLIF – with expansion possibility 23 Disc prosthesis 24 Corpectomy cages - torakolumbalt25 Front neck cages (cervikal ACDF)26 Corpectomy-cages - neck4 ) Cement 27 Cemented corpus support28 Vertebral cement5 ) Bein-Substitutt29 Hydroksyapatitt (HA)/beta-trikalsium phosphate 30 Demineralised bone matrix (DBM)31 Other bone substitute products (open group). Internal identifier: 2023/1491 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33184100 Surgical implants Additional classification (cpv): 33169000 Surgical instruments, 33697110 Bone reconstruction cements 5.1.2. Place of performance Country subdivision (NUTS): Oslo (NO081) Country: Norway 5.1.3. Estimated duration Start date: 01/10/2024 Duration end date: 02/10/2030 5.1.6. General information Reserved participation: Participation is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons. 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 Name: 'Total' annual turnover Description: The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average annual turnover Description: The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: "Specific annual turnover" Description: Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average set-up Description: Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: The tenderer's establishment date Description: If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Financial key figures Description: For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Liability insurance Description: The insured amount in the tenderer ́s liability insurance is the following: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Other economic and financial requirements Description: Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Economic and financial capacity Description: Tenderers have sufficient economic and financial capacity to fulfil the contractual obligations and can document the requirement in accordance with the tender documentation point 5.2. 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? 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. 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. Use of this criterion: Not 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 Criterion: Type: Technical and professional ability Name: Ability and capacity Description: The tenderer has sufficient ability and capacity to be able to fulfil the contractual obligations and can document the requirement in accordance with the tender documentation point 5.3. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Ethical trade Description: The tenderer has an established quality system for ethical trade and can document the requirement in accordance with the tender documentation point 5.4. Minimum qualification requirements Use of this criterion: Used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Deadline for requesting additional information: 26/08/2024 10:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/222172437.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/222172437.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Required Variants: Not allowed Deadline for receipt of tenders: 02/09/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 6 Months Information about public opening: Opening date: 02/09/2024 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: Dynamic purchasing system, only usable by buyers listed in this notice 5.1.16. Further information, mediation and review Review organisation: INDRE OG ØSTRE FINNMARK TINGRETT 8. Organisations 8.1. ORG-0001 Official name: SYKEHUSINNKJØP HF Registration number: 916879067 Postal address: Postboks 40 Town: VADSØ Postcode: 9811 Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway Contact point: Postmottak Sykehusinnkjøp Email: post@sykehusinnkjop.no Telephone: +47 78950700 Internet address: http://www.sykehusinnkjop.no Roles of this organisation: Buyer 8.1. ORG-0002 Official name: INDRE OG ØSTRE FINNMARK TINGRETT Registration number: 926 722 840 Department: INDRE OG ØSTRE FINNMARK TINGRETT Postal address: Postboks 54 Town: Vadsø Postcode: 9811 Country: Norway Email: indre.og.ostre.finnmark.tingrett@domstol.no Telephone: 78011700 Roles of this organisation: Review organisation 10. Change Version of the previous notice to be changed: 3c8d24c3-58a1-45e5-8284-46c2fab582b4-01 10.1. Change Section identifier: ORG-0001 10.1. Change Section identifier: LOT-0000 11. Notice information 11.1. Notice information Notice identifier/version: 459ff041-59b4-4fec-a720-d07becb033b1 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 24/06/2024 07:12:17 (UTC) Notice dispatch date (eSender): 24/06/2024 07:22:03 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 375891-2024 OJ S issue number: 122/2024 Publication date: 25/06/2024 Czech document download: https://ted.europa.eu/cs/notice/375891-2024/pdf Danish document download: https://ted.europa.eu/da/notice/375891-2024/pdf German document download: https://ted.europa.eu/de/notice/375891-2024/pdf Greek document download: https://ted.europa.eu/el/notice/375891-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/375891-2024/pdf English document download: https://ted.europa.eu/en/notice/375891-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/375891-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/375891-2024/pdf French document download: https://ted.europa.eu/fr/notice/375891-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/375891-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/375891-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/375891-2024/pdf Italian document download: https://ted.europa.eu/it/notice/375891-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/375891-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/375891-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/375891-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/375891-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/375891-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/375891-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/375891-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/375891-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/375891-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/375891-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/375891-2024/pdf
NAICS
Business All Other Professional Navigational Other Direct Insurance (except Life Professional Justice Bolt Electric Power Transmission Other Foundation Copper Other Foundation Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Aluminum Sheet Turned Product and Screw Other Justice Machinery Direct Insurance (except Life Investigation Colleges Direct Life Colleges Measuring Navigational Colleges Financial Transactions Processing Foundation Photographic Film 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 Electroplating Copper Professional Process Funds
CPVS
Tools Plates Parts of structures Earthmoving and excavating machinery, and associated parts Cement Iron, lead, zinc, tin and copper Profiles System, storage and content management software package Environmental management Mains Surgical instruments 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 Point rods Lead Photographs Research, testing and scientific technical simulator Surgical implants Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Structures and parts Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems Rods System, storage and content management software development services Forms Parts of chain Chain Phosphates Vats Installation services of equipment for measuring, checking, testing and navigating Bars, rods, wire and profiles used in construction Pressure-reducing, control, check or safety valves Catalogues Other services Cementing work Machine tools for working wood, bone, cork, hard rubber or hard plastics Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Plates, sheets, strip and foil related to construction materials Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Plate Profiles Rod Cement Chains Screws Nuts Awards Business cases Environmental management Inspection Quality control Co financing Equipment cases Liability insurance Case making services University Financial Instruments, Products, Contracts and Agreements Securities 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
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