Tender Details
Title

Norway – Wireless telecommunications system – 2024 Network equipment and licences Place of performance:Norway,Nordland Main nature of the contract:Supplies Official name:Nordland fylkeskommune Type of procedure:Open

Country
Language
English
Organization
Published Date
01.07.2024
Deadline Date
30.08.2024
Overview
390385-2024 - Competition Competition Norway: Wireless telecommunications system 2024 Network equipment and licences Norway, Nordland (NO071) Estimated value excluding VAT: 40 000 000,00 NOK Type of procedure: Open Buyer Buyer: Nordland fylkeskommune Email: remand@nfk.no Norway, Nordland (NO071), BODØ LOT-0000: 2024 Network equipment and licences Wireless telecommunications system Norway, Nordland (NO071) Start date: 01/09/2024 Duration end date: 01/09/2026 Estimated value excluding VAT: 40 000 000,00 NOK Deadline for receipt of tenders: 30/08/2024 - 10:00:00 (UTC) 390385-2024 - Competition Norway – Wireless telecommunications system – 2024 Network equipment and licences OJ S 126/2024 01/07/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Nordland fylkeskommune Email: remand@nfk.no Legal type of the buyer: Regional authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: 2024 Network equipment and licences Description: Nordland county shall enter into a new contract in 2024 for network equipment and accompanying licences and thus invites tenderers to the competition. Nordland county has approx. 114 locations, many of which require modernisation of the network. The requirement specifications are in SSA-K Annex 1. Tenderers shall respond to the requirement specifications and fill in the other relevant annexes. Procedure identifier: 9e751467-c7f5-4b67-82fe-c8694e9de663 Internal identifier: 2024/4771 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: Procurement of Aruba switches and wireless point. Accompanying licences, other accessories and relevant consumables. 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32510000 Wireless telecommunications system Additional classification (cpv): 32410000 Local area network, 32412110 Internet network, 32424000 Network infrastructure, 32430000 Wide area network, 64214400 Communication land-line rental, 72411000 Internet service providers ISP 2.1.2. Place of performance Country subdivision (NUTS): Nordland (NO071) Country: Norway 2.1.3. Value Estimated value excluding VAT: 40 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU Anskaffelsesforskriften - 2.1.6. Grounds for exclusion 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? 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. 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? 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. 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? Payment of taxes: Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in? Terrorist offences or offences linked to terrorist activities: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision. 5. Lot 5.1. Lot: LOT-0000 Title: 2024 Network equipment and licences Description: Nordland county shall enter into a new contract in 2024 for network equipment and accompanying licences and thus invites tenderers to the competition. Nordland county has approx. 114 locations, many of which require modernisation of the network. The requirement specifications are in SSA-K Annex 1. Tenderers shall respond to the requirement specifications and fill in the other relevant annexes. Internal identifier: 2024/4771 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32510000 Wireless telecommunications system Additional classification (cpv): 32410000 Local area network, 32412110 Internet network, 32424000 Network infrastructure, 32430000 Wide area network, 64214400 Communication land-line rental, 72411000 Internet service providers ISP 5.1.2. Place of performance Country subdivision (NUTS): Nordland (NO071) Country: Norway 5.1.3. Estimated duration Start date: 01/09/2024 Duration end date: 01/09/2026 5.1.5. Value Estimated value excluding VAT: 40 000 000,00 NOK 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no 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: Financial implementation ability Description: Tenderers must have sufficient finances at the tender deadline to be able to carry out the assignment. If a tenderer has rating A or better from D&B, the tenderer is automatically qualified. The contracting authority will obtain rating reports. If a tenderer does not fulfil the rating requirement, the financial ability to fulfil the contract must be documented. Relevant documentation can be accounts, auditor's report, annual reports, financing plans or operating guarantees from a bank or parent company. Based on the received documentation, the contracting authority will decide if the tenderer is qualified to participate in the competition. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Tax Certificate Description: Tenderers shall be up-to-date with the payment of their taxes and duties. Tax certificates without arrears must be presented. Tax Certificate must not be older than 6 months from the deadline for receipt of tenders. Arrears must be justified and can result in the tenderer being rejected. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Other Name: Certificates issued by independent bodies for quality assurance standards. Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Use of this criterion: Used Criterion: Type: Other Name: Certificates issued by independent bodies for environmental management standards. Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Use of this criterion: Not used Criterion: Type: Other Name: HSE Description: HSE self-declaration Tenderers must, through a self-declaration, be able to confirm that the company works systematically to fulfil the requirements of health, environment and safety legislation and the requirements in the regulations on systematic health, environment and safety work in the company (the internal control regulations). The company shall be legally organised in accordance with the applicable tax and working environment regulations regarding employees ́ professional and social rights. Foreign companies shall take into account the health, environment and safety legislation in accordance with the regulations on systematic health, environment and safety work in organisations (the internal control regulations), determined by kgl.res. 6 December 1996 no. 1127 pursuant to the Act 17 June 2005 no. 62 on working environment, working hours and employment protection etc. Documented by: A signed HSE self-declaration, not older than 6 months. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register Description: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Description: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Only for public goods deliveries Description: Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have delivered a system of equivalent complexity and size previously. Tenderers are asked to provide references for up to 3 previous deliveries. 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: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Investigation and research facilities Description: The tenderer ́s survey and research facilitates are as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Management and tracing of the supply chain Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Control Permission Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Education and professional qualifications Description: The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management measures Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Number of employees in the management Description: The tenderer ́s number of employees in the management during the last three years was as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Average workforce Description: The tenderer's average annual workforce in the last three years has been as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Tools, materials and technical equipment. Description: Tenderers can use the following tools, material and technical equipment to carry out the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Portion of the contract to sub-suppliers. Description: The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements The tenderer is responsible for the delivery of goods, also if this is outsourced to the carrier or sub-supplier. The transporter shall be provided when submitting a tender. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine. Description: Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs with certificates. Description: When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: When procuring goods: Certificates issued by official bodies for quality control Description: Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these? Use of this criterion: Not used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Deadline for requesting additional information: 21/08/2024 10:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/220071527.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/220071527.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not 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: 30/08/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 92 Days Information about public opening: Opening date: 30/08/2024 10:00:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Salten og Lofoten tingrett 8. Organisations 8.1. ORG-0001 Official name: Nordland fylkeskommune Registration number: 964982953 Postal address: Prinsensgate 100 Town: BODØ Postcode: 8048 Country subdivision (NUTS): Nordland (NO071) Country: Norway Contact point: Remi Andorsen Email: remand@nfk.no Telephone: +47 75650000 Fax: +47 75650801 Internet address: http://www.nfk.no Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Salten og Lofoten tingrett Registration number: 826723122 Town: Bodø Country: Norway Email: salten.og.lofoten.tingrett@domstol.no Telephone: 75434900 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 79ab5753-3d17-4c14-9775-a57859507aaf - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 28/06/2024 06:55:46 (UTC) Notice dispatch date (eSender): 28/06/2024 07:54:43 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 390385-2024 OJ S issue number: 126/2024 Publication date: 01/07/2024 Czech document download: https://ted.europa.eu/cs/notice/390385-2024/pdf Danish document download: https://ted.europa.eu/da/notice/390385-2024/pdf German document download: https://ted.europa.eu/de/notice/390385-2024/pdf Greek document download: https://ted.europa.eu/el/notice/390385-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/390385-2024/pdf English document download: https://ted.europa.eu/en/notice/390385-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/390385-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/390385-2024/pdf French document download: https://ted.europa.eu/fr/notice/390385-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/390385-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/390385-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/390385-2024/pdf Italian document download: https://ted.europa.eu/it/notice/390385-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/390385-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/390385-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/390385-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/390385-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/390385-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/390385-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/390385-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/390385-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/390385-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/390385-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/390385-2024/pdf
NAICS
Business All Other Professional Navigational Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Copper Religious All Other Telecommunications Executive and Legislative Offices Financial Transactions Processing Securities Justice All Other Telecommunications Other Professional Automotive Parts All Other Telecommunications Turned Product and Screw Other Justice Machinery Regulation Direct Insurance (except Life Investigation Direct Life Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Tools Iron, lead, zinc, tin and copper System, storage and content management software package Switches Environmental management Mains Networks Communication land-line rental Wide area network Networking, Internet and intranet software development services 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 Wheels, parts and accessories Local area network Lead Photographs Research, testing and scientific technical simulator Safety cases Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Machinery for cleaning, filling, packing or wrapping bottles or other containers 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 Networking, Internet and intranet software package Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping 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 Other services Internet network 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 Network equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Chains Nuts Awards Business cases Environmental management Inspection Quality control Co financing Employment Equipment cases Liability insurance Case making services Seals Securities Direction Finding Equipment, Accessories E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Clinical laboratory and toxicology testing systems, components, and supplies Humanitarian Relief Items, Kits, or Accessories Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Telecommunications Railways-Rail-Railroad 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