Tender Details
Title

Norway – Refuse transport services – Transport of containers SHMIL Place of performance: Norway,Nordland Main nature of the contract: Services Official name: Søndre Helgeland Miljøverk IKS (SHMIL) Type of procedure: Open

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
19.11.2024
Overview
628091-2024 - Competition Competition Norway: Refuse transport services Transport of containers SHMIL Norway, Nordland (NO071) Type of procedure: Open Buyer Buyer: Søndre Helgeland Miljøverk IKS (SHMIL) Email: post@shmil.no Norway, Nordland (NO071), Mosjøen LOT-0000: Transport of containers SHMIL Refuse transport services Norway, Nordland (NO071) Start date: 31/12/2024 Duration end date: 31/12/2026 Deadline for receipt of tenders: 19/11/2024 - 11:00:00 (UTC) 628091-2024 - Competition Norway – Refuse transport services – Transport of containers SHMIL OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Søndre Helgeland Miljøverk IKS (SHMIL) Email: post@shmil.no Legal type of the buyer: Body governed by public law, controlled by a local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Transport of containers SHMIL Description: Round trip container transport between SHMIL ́s waste facility, both empty and full containers, as well as container transport from recycling points. Transport of approx. 470 containers per annum. These amounts are estimated and are not binding for the contracting authority. Procedure identifier: b0e271a7-d67f-43ed-b64c-5d680b83ddec Internal identifier: 697 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: Round trip container transport between SHMIL ́s waste facility, both empty and full containers, as well as container transport from recycling points. There are also options for other transport services. Transport of approx. 470 containers per annum. These amounts are estimated and are not binding for the contracting authority. The contract period is 2 years with a unilateral option for the contracting authority for an extension for 1+1 year. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90512000 Refuse transport services 2.1.2. Place of performance Country subdivision (NUTS): Nordland (NO071) Country: Norway Additional information: Round trip container transport between SHMIL ́s waste facility. 2.1.4. General information Legal basis: Directive 2014/24/EU Anskaffelsesforskriften - 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Bankruptcy: Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Corruption: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier. Arrangement with creditors: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Participation in a criminal organisation: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42) Agreements with other economic operators aimed at distorting competition: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? Breaching of obligations in the fields of environmental law: Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Money laundering or terrorist financing: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15). Fraud: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48). Child labour and other forms of trafficking in human beings: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1). Insolvency: Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Breaching of obligations in the fields of labour law: Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Assets being administered by liquidator: Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award? Purely national exclusion grounds: The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply? Conflict of interest due to its participation in the procurement procedure: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? Direct or indirect involvement in the preparation of this procurement procedure: Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition? Guilty of grave professional misconduct: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. Early termination, damages or other comparable sanctions: Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions? Breaching of obligations in the fields of social law: Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Payment of social security contributions: Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in? Business activities are suspended: Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Payment of taxes: Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in? Terrorist offences or offences linked to terrorist activities: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision. 5. Lot 5.1. Lot: LOT-0000 Title: Transport of containers SHMIL Description: Round trip container transport between SHMIL ́s waste facility, both empty and full containers, as well as container transport from recycling points. Transport of approx. 470 containers per annum. These amounts are estimated and are not binding for the contracting authority. Internal identifier: 697 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90512000 Refuse transport services Options: Description of the options: Unilateral option for the contracting authority for an extension of 1+1 year. Moving of internal containers at sites. Extra transport services. 5.1.2. Place of performance Country subdivision (NUTS): Nordland (NO071) Country: Norway Additional information: Round trip container transport between SHMIL ́s waste facility. 5.1.3. Estimated duration Start date: 31/12/2024 Duration end date: 31/12/2026 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Unilateral option for the contracting authority for an extension of 1+1 year. 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 This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: 'Total' annual turnover Description: The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average annual turnover Description: The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: "Specific annual turnover" Description: Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average set-up Description: Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: The tenderer's establishment date Description: If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Financial key figures Description: For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Liability insurance Description: The insured amount in the tenderer ́s liability insurance is the following: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Other economic and financial requirements Description: Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers shall have the financial capacity to fulfil the contract, including credit worthy (credit rating A or equivalent), and a credit limit of minimum NOK 0.15 million, or in another way document satisfactory financial capacity. Documentation: Credit rating, not older than 3 months, minimum credit worthy and a credit limit of minimum NOK 0.15 million, carried out by a publicly certified credit rating institution. If the tenderer does not fulfil the above mentioned documentation requirements, other documentation that the contracting authority finds suitable for documenting the economic and financial capacity will be accepted, such as a parent company guarantee or other guarantee/security. 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 Tenderers shall have a satisfactory quality management system that is certified in accordance with ISO 9001 or have an equivalent extent, cf. NS-EN ISO 9001, which covers the activities included in the contract. Documentation: Documentation of valid certification, ISO or equivalent. If a tenderer is not certified, documentation shall be given that the tenderer has a satisfactory quality management system. 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: 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. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Company Registration Certificate. Foreign tenderers must submit an equivalent certificate from the register of business enterprises in the country where the company is established. Use of this criterion: 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: Not used Criterion: Type: Suitability to pursue the professional activity Name: In the case of service contracts: Authorisations from a particular organisation required Description: Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: In the case of service contracts: Membership in a particular organisation is required Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country? Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Services only Description: Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements The tenderer, possibly with support from sub-supplier(s), shall have relevant experience and competence from equivalent assignments. Documentation: An account of relevant assignments in the last 3 years. The account shall include a description of the assignment, contracting authority, value, date, name and contact data of a gender neutral preferred. 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. Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: Total price, calculated from the following: Weighted tender sum, cf. the tender form, price form 2.4 Weight (percentage, exact): 55 Criterion: Type: Quality Name: Assignment comprehension and quality Description: Assignment comprehension and quality, based on a total assessment of the following: Organisation, logistics and transport systems as regards whether the proposed implementation is robust and realistic. This assessment particularly emphasises solutions and procedures for collection and transport, e.g. in regards to fixed drivers, suitable transport equipment, as well as back-up capacity and stand-by with the sketched systems. - Service and service organisation, including procedures for ensuring collection at the right time, general response times, service and availability with the contracting authority, as well as procedures for reporting. Weight (percentage, exact): 15 Criterion: Type: Quality Name: Climate and environment Description: Climate and environment, assessed on the following: - Fuel for transport: Applies to any binding measures for the use of climate-friendly fuel when carrying out the transport assignments. It is the type of fuel, and the portion of this used will be assessed. Relevant types of fuel are e.g. use of biogas, electric vehicles, or equivalent (20%). Concrete and binding measures that promote climate and the environment, beyond the minimum requirements in the description (10%). Weight (percentage, exact): 30 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Deadline for requesting additional information: 11/11/2024 22:59:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/240296668.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/240296668.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 Tenderers may submit more than one tender: Allowed Deadline for receipt of tenders: 19/11/2024 11:00:00 (UTC) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 19/11/2024 11:00:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No A non-disclosure agreement is required: no Electronic invoicing: Required Electronic ordering will be used: no 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: Helgeland Tingrett Organisation providing additional information about the procurement procedure: Damhaug Consulting AS Organisation providing offline access to the procurement documents: Damhaug Consulting AS Organisation providing more information on the review procedures: Damhaug Consulting AS Organisation receiving requests to participate: Damhaug Consulting AS Organisation processing tenders: Damhaug Consulting AS 8. Organisations 8.1. ORG-0001 Official name: Damhaug Consulting AS Registration number: 820851382 Postal address: Torggata 52 Town: HAMAR Postcode: 2317 Country subdivision (NUTS): Innlandet (NO020) Country: Norway Contact point: Reidar Seim Email: r.seim@d-consult.no Telephone: 41478037 Internet address: http://www.d-consult.no Roles of this organisation: Organisation providing additional information about the procurement procedure Organisation providing offline access to the procurement documents Organisation receiving requests to participate Organisation processing tenders Organisation providing more information on the review procedures 8.1. ORG-0002 Official name: Søndre Helgeland Miljøverk IKS (SHMIL) Registration number: 975 824 845 Postal address: Åremvegen 99 Town: Mosjøen Postcode: 8664 Country subdivision (NUTS): Nordland (NO071) Country: Norway Email: post@shmil.no Telephone: 75113950 Internet address: https://shmil.no/ Roles of this organisation: Buyer 8.1. ORG-0003 Official name: Helgeland Tingrett Registration number: 926723162 Town: Mo i Rana Postcode: 8602 Country subdivision (NUTS): Nordland (NO071) Country: Norway Email: helgeland.tingrett@domstol.no Telephone: 75431740 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: fe63b0e1-dc9a-46f3-9fdb-4bb07ce6668b - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 09:45:54 (UTC) Notice dispatch date (eSender): 16/10/2024 11:12:42 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 628091-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/628091-2024/pdf Danish document download: https://ted.europa.eu/da/notice/628091-2024/pdf German document download: https://ted.europa.eu/de/notice/628091-2024/pdf Greek document download: https://ted.europa.eu/el/notice/628091-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/628091-2024/pdf English document download: https://ted.europa.eu/en/notice/628091-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/628091-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/628091-2024/pdf French document download: https://ted.europa.eu/fr/notice/628091-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/628091-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/628091-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/628091-2024/pdf Italian document download: https://ted.europa.eu/it/notice/628091-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/628091-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/628091-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/628091-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/628091-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/628091-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/628091-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/628091-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/628091-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/628091-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/628091-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/628091-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Copper Regulation and Administration of Communications Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Machinery Regulation Investigation Regulation and Administration of Communications 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 Petroleum products, fuel, electricity and other sources of energy Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Bindings Collection, transport and disposal of hospital waste Other containers System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Lead Fuels Research, testing and scientific technical simulator Seals Business services: law, marketing, consulting, recruitment, printing and security Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Concrete 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 Large containers Concrete work 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 Parts of other vehicles Other services 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 Parts of fuel, hand and concrete pumps Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Fuels Chains Nuts Awards Business cases Environmental management Inspection Quality control Logistics Co financing Employment Equipment cases Liability insurance Case making services Seals Securities E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation)
Regions
Europe Northern Europe Western Europe
Sectors
Environment and Pollution-Recycling Transportation Environmental Work Services Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Electronics
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