Tender Details
Title
Norway – Construction work – Strand vgs, design and build contract Change notice Place of performance: Norway,Rogaland Main nature of the contract: Services,Supplies,Works Official name: Rogaland fylkeskommune Type of procedure: Open
Country
Language
English
Organization
Published Date
11.06.2024
Deadline Date
29.08.2024
Overview
343918-2024 - Competition Competition Norway: Construction work Strand vgs, design and build contract Norway, Rogaland (NO0A1) TAU Estimated value excluding VAT: 225 000 000,00 NOK Type of procedure: Open Buyer Buyer: Rogaland fylkeskommune Norway, Stavanger LOT-0000: Strand vgs, design and build contract Construction work Norway, Rogaland (NO0A1) TAU Duration: 2 026 Years Estimated value excluding VAT: 225 000 000,00 NOK Deadline for receipt of tenders: 29/08/2024 - 10:00:58 (UTC) 343918-2024 - Competition Norway – Construction work – Strand vgs, design and build contract OJ S 112/2024 11/06/2024 Contract or concession notice – standard regime - Change notice Services - Supplies - Works 1. Buyer 1.1. Buyer Official name: Rogaland fylkeskommune Legal type of the buyer: Regional authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Strand vgs, design and build contract Description: Rogaland County, c/o the Building and Property Department, hereafter also called the Contracting Authority, invites tenderers to an open tender contest for the procurement of a turnkey contractor for the detailed engineering design services for and the construction of a new teaching building, as well as outdoor areas and roads. See the tender documentation for a detailed presentation and information on the project. Procedure identifier: 62ac67e6-75f7-47a8-88a7-1b656894eee4 Internal identifier: 2024/62309 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Additional nature of the contract: Services Additional nature of the contract: Supplies Main classification (cpv): 45000000 Construction work Additional classification (cpv): 43310000 Civil engineering machinery, 43320000 Construction equipment, 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus), 44100000 Construction materials and associated items, 44900000 Stone for construction, limestone, gypsum and slate, 45100000 Site preparation work, 45113000 Siteworks, 45200000 Works for complete or part construction and civil engineering work, 45210000 Building construction work, 45213150 Office block construction work, 45214000 Construction work for buildings relating to education and research, 45214230 Special school construction work, 45214300 Construction work for college buildings, 45214310 Vocational college construction work, 45214320 Technical college construction work, 45214400 Construction work for university buildings, 45214500 Construction work for buildings of further education, 45220000 Engineering works and construction works, 45223000 Structures construction work, 45233000 Construction, foundation and surface works for highways, roads, 45233200 Various surface works, 45262300 Concrete work, 45300000 Building installation work, 45400000 Building completion work, 45420000 Joinery and carpentry installation work, 45422000 Carpentry installation work, 50000000 Repair and maintenance services, 71000000 Architectural, construction, engineering and inspection services 2.1.2. Place of performance Postal address: Ryfylkeveien 1914 Town: TAU Postcode: 4120 Country subdivision (NUTS): Rogaland (NO0A1) Country: Norway Additional information: Strand upper secondary school, turnkey procurement 2.1.3. Value Estimated value excluding VAT: 225 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU 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: Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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? 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: Strand vgs, design and build contract Description: Rogaland County, c/o the Building and Property Department, hereafter also called the Contracting Authority, invites tenderers to an open tender contest for the procurement of a turnkey contractor for the detailed engineering design services for and the construction of a new teaching building, as well as outdoor areas and roads. See the tender documentation for a detailed presentation and information on the project. Internal identifier: 2024/62309 5.1.1. Purpose Main nature of the contract: Works Additional nature of the contract: Services Additional nature of the contract: Supplies Main classification (cpv): 45000000 Construction work Additional classification (cpv): 43310000 Civil engineering machinery, 43320000 Construction equipment, 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus), 44100000 Construction materials and associated items, 44900000 Stone for construction, limestone, gypsum and slate, 45100000 Site preparation work, 45113000 Siteworks, 45200000 Works for complete or part construction and civil engineering work, 45210000 Building construction work, 45213150 Office block construction work, 45214000 Construction work for buildings relating to education and research, 45214230 Special school construction work, 45214300 Construction work for college buildings, 45214310 Vocational college construction work, 45214320 Technical college construction work, 45214400 Construction work for university buildings, 45214500 Construction work for buildings of further education, 45220000 Engineering works and construction works, 45223000 Structures construction work, 45233000 Construction, foundation and surface works for highways, roads, 45233200 Various surface works, 45262300 Concrete work, 45300000 Building installation work, 45400000 Building completion work, 45420000 Joinery and carpentry installation work, 45422000 Carpentry installation work, 50000000 Repair and maintenance services, 71000000 Architectural, construction, engineering and inspection services Quantity: 1 Options: Description of the options: See the completed price form, cf. "part II contract documentation part F" including the option. The criterium is presented in part I the tender documentation, point 5. 5.1.2. Place of performance Postal address: Ryfylkeveien 1914 Town: TAU Postcode: 4120 Country subdivision (NUTS): Rogaland (NO0A1) Country: Norway Additional information: Strand upper secondary school, turnkey procurement 5.1.3. Estimated duration Duration: 2 026 Years 5.1.5. Value Estimated value excluding VAT: 225 000 000,00 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: The tenderer's economic and financial capacity Description: Requirements: Tenderers must have sufficient financial capacity to carry out the assignment. o For each of the last two full fiscal years (2022 and 2023) have documented turnover of a minimum of NOK 200 million. o Tenderers shall, as a minimum, be credit worthy. Documentation proof: o The contracting authority will obtain a credit rating based on the last known accounting figures. o The contracting authority reserves the right to obtain other documentation from the tenderer if this is necessary to assess the requirement. Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: The organisational and legal position of the tenderer. Description: Requirements Tenderers shall be a legally established company, or consist of a community of suppliers who are legally established companies. Documentation certificate o Norwegian companies: Company Registration Certificate. o Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: The tenderer ́s technical and professional qualifications - requirement on relevant experience Description: Relevant experience is required. Tenderers shall have experience from contracts of a relevant nature, scope and complexity. Emphasis will be put on the assessment, among other things, • Whether the tenderer has experience as a turnkey contractor for the construction, or renovation, of complex school buildings, e.g. sixth form college or higher level - or complex sports buildings. • Whether the tenderer has completed a project with environmental requirements for the project, for example Breeam NOR certified building, WELL certified building, Swan Ecolabel, Solid wood, Passive house, low energy or energy labelling A for schools, sports buildings or buildings of equivalent complexity. Documentation proof: An overview of the most important and relevant deliveries in the last five years calculated from the tender deadline. A minimum of three and a maximum of five reference projects must be stated. The overview should state: o A brief description of the assignment/delivery with a statement of the nature of the work that has been carried out. o Contract value (excluding VAT) o Contract type and contract form. o Time and place of execution/execution o Completed environmental projects, o Name of the contracting authority and gender neutral preferred (reference) at the recipient of the assignment/delivery with an email address and telephone number. Descriptions of projects are to be given by filling in "Annex 01 Template for Project Overview". Use of this criterion: Used Criterion: Type: Technical and professional ability Name: The tenderer's capacity Description: Qualification requirement: The tenderer must have the capacity to carry out the assignment. Documentation requirement: o An account of the tenderer ́s average workforce and the number of employees in the last three years. o Overview of the tenderer's total capacity for project administration, engineering design, execution and expected available capacity for the services included in the contract. The requirement can be documented by: competence matrix and Organization chart. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Quality assurance system Description: Qualification requirement: Tenderers shall have a well-functioning quality assurance system adapted to the assignment/delivery. Documentation proof: • Tenderers shall provide a description of their quality assurance system, including the tenderer's quality assurance measures. The documentation can describe the following points, as well as the name of the system: a) the organisation's quality policy and quality objectives b) the work processes and work procedures that are relevant for the contract ́s content c) method that safeguards systematic measurement of customer satisfaction and continual improvement of performance. Documentation can be requested. • Alternatively: The tenderer can submit a certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain standards, for example ISO 9001 or equivalent. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Environmental management system Description: Qualification Requirements Tenderers shall have a satisfactory environmental management system adapted to the assignment. Documentation proof: • Tenderers shall provide a description of the tenderer's environmental management measures. The description can include procedures and check-lists for the services offered in the contract, which show satisfactory environmental management of the deliveries/services. The procedures and checklists can show how the tenderer fulfils the requirements for external environments that are in accordanc with the internal control regulations and the Pollution Act. Tenderers can document that the system is regularly revised and that they have an active system for deviation management and improvements. Documentation can be requested. Maximum 600 words. • Alternatively: The tenderer can submit a certificate for the company's environmental management issued by independent bodies that confirms the tenderer fulfils certain standards, for example Eco-lighthouse certification, ISO14001 certification. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: Completed price form, cf. "part II the contract documentation part F" including the option. The criterium is presented in part I the tender documentation, point 5. Weight (percentage, exact): 60 Criterion: Type: Quality Name: Quality Description: Quality consists of; A - Assignment comprehension - Progress, execution and organisation plan, B - The offered competence and experience for key personnel. The award criteria is described in part I the tender documentation, point 5. Weight (percentage, exact): 40 5.1.11. Procurement documents Deadline for requesting additional information: 08/08/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=21385 5.1.12. Terms of procurement Terms of the procedure: Security clearance is required Description: In accordance with NS 8507 Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=21385&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Variants: Not allowed Description of the financial guarantee: NS 8407 is used. NS 8407 has provisions on guarantees. These will be used. Deadline for receipt of tenders: 29/08/2024 10:00:58 (UTC) Deadline until which the tender must remain valid: 91 Days Information about public opening: Opening date: 29/08/2024 10:15:00 (UTC) Terms of contract: A non-disclosure agreement is required: no Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Sør-Rogaland tingrett 8. Organisations 8.1. ORG-0001 Official name: Rogaland fylkeskommune Registration number: 971 045 698 Department: Faggruppe anskaffelser Postal address: Arkitekt Eckhoffsgate 1 Town: Stavanger Postcode: 4010 Country: Norway Contact point: Stina Sel Email: stina.sel@elden.no Telephone: +47 51516600 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Sør-Rogaland tingrett Registration number: 926 723 448 Postal address: Postboks 159 Town: Stavanger Postcode: 4001 Country subdivision (NUTS): Rogaland (NO0A1) Country: Norway Email: sor-rogaland.tingrett@domstol.no Telephone: 52 00 46 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/sor-rogaland-tingrett/ Roles of this organisation: Review organisation 10. Change Version of the previous notice to be changed: 53f8f83f-35d1-47ce-b5a7-edac5b3256fb-01 Main reason for change: Information updated Description: The deadline for receipt of tenders is changed in accordance with requests from the market. 10.1. Change Section identifier: ORG-0001 10.1. Change Section identifier: PROCEDURE 10.1. Change Section identifier: LOT-0000 Description of changes: Adjusted submission deadline is 14 days. Otherwise no changes. 11. Notice information 11.1. Notice information Notice identifier/version: 0eb8c940-cf03-47da-b838-940836c088f8 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 07/06/2024 13:54:36 (UTC) Notice dispatch date (eSender): 07/06/2024 13:54:40 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 343918-2024 OJ S issue number: 112/2024 Publication date: 11/06/2024 Czech document download: https://ted.europa.eu/cs/notice/343918-2024/pdf Danish document download: https://ted.europa.eu/da/notice/343918-2024/pdf German document download: https://ted.europa.eu/de/notice/343918-2024/pdf Greek document download: https://ted.europa.eu/el/notice/343918-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/343918-2024/pdf English document download: https://ted.europa.eu/en/notice/343918-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/343918-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/343918-2024/pdf French document download: https://ted.europa.eu/fr/notice/343918-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/343918-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/343918-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/343918-2024/pdf Italian document download: https://ted.europa.eu/it/notice/343918-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/343918-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/343918-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/343918-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/343918-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/343918-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/343918-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/343918-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/343918-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/343918-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/343918-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/343918-2024/pdf
NAICS
Sporting Goods Business All Other Professional Promoters of Performing Arts Navigational Professional Justice Bolt Electric Power Transmission Regulation Other Foundation Copper Brick Other Foundation Regulation and Administration of Communications Religious Financial Transactions Processing Securities Promoters of Performing Arts Brick Justice Other Professional Highway Construction Architectural Turned Product and Screw Other Justice Promoters of Performing Arts Accounting Machinery Regulation Highway Colleges Regulation and Administration of Communications Colleges Accounting Measuring Promoters of Performing Arts Agriculture Navigational Colleges Highway Financial Transactions Processing Foundation Research and Development in the Physical Sporting Goods Other Similar Organizations (except Business Environment All Other Professional Management Other Justice Promoters of Performing Arts Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Research and Development in the Physical Copper Construction Professional Process Funds
CPVS
Parts of structures Stone for construction Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Repair, maintenance and associated services related to aircraft and other equipment Foundation work Slate Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Carpentry installation work Construction work for university buildings Environmental management Mains Site preparation work Construction work for college buildings Vocational college construction work Surface work for highways Control, safety, signalling and light equipment Architectural, engineering and planning services Nuts Sections Construction, foundation and surface works for highways, roads Construction work for buildings relating to education and research Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Repair, maintenance and associated services related to marine and other equipment Architectural, engineering and surveying services Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Wells construction work Lead Technical college construction work Joinery work Office, school and office equipment cleaning services Construction work for buildings of further education Other community, social and personal services Control, safety or signalling equipment for parking facilities Construction work Templates Machinery for cleaning, filling, packing or wrapping bottles or other containers Command, control, communication systems Stone for construction, limestone, gypsum and slate Supports Structures and parts Foundation work for highways, roads, streets and footpaths Concrete Construction work for highways, roads Control, safety or signalling equipment for port installations Command, control, communication and computer systems Construction work for buildings relating to leisure, sports, culture, lodging and restaurants System, storage and content management software development services Forms Concrete work Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping Vats Limestone Repair, maintenance and associated services related to roads and other equipment Siteworks Pressure-reducing, control, check or safety valves Catalogues Limestone, gypsum and chalk Electrical machinery, apparatus, equipment and consumables; lighting Other services Various surface works Gypsum Structures construction work Accounting, auditing and fiscal services Special school construction work Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Goods used in construction Repair, maintenance and associated services of vehicles and related equipment Architectural, construction, engineering and inspection services Musical instruments, sport goods, games, toys, handicraft, art materials and accessories Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Designs Wood Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Stone Gypsum Slate Limestone Wood Blocks House Nuts Templates Awards Other sports Business cases Environmental management Inspection Well engineering Co financing Equipment cases Surface Vocational college Case making services High school University Financial Instruments, Products, Contracts and Agreements Securities Tent, for office use 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
Civil Works Building Services Construction Energy-Power and Electrical Computer Hardwares and Consumables Industry Building Material
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert