Tender Details
Title

Norway – Construction work – County road 7594 Myrlandsveien - landslide protection project. Place of performance: Norway,Anywhere in the given country Main nature of the contract: Works Official name: Nordland fylkeskommune Type of procedure: Open

Country
Language
English
Organization
Published Date
11.10.2024
Deadline Date
02.12.2024
Overview
615969-2024 - Competition Competition Norway: Construction work County road 7594 Myrlandsveien - landslide protection project. Norway, Anywhere in the given country Estimated value excluding VAT: 56 000 000,00 NOK Type of procedure: Open Buyer Buyer: Nordland fylkeskommune Email: terabr@nfk.no Norway, Nordland (NO071), BODØ LOT-0000: County road 7594 Myrlandsveien - landslide protection project. Construction work Norway, Anywhere in the given country Start date: 08/12/2024 Duration end date: 31/07/2026 Estimated value excluding VAT: 56 000 000,00 NOK Deadline for receipt of tenders: 02/12/2024 - 12:00:00 (UTC) 615969-2024 - Competition Norway – Construction work – County road 7594 Myrlandsveien - landslide protection project. OJ S 199/2024 11/10/2024 Contract or concession notice – standard regime Works 1. Buyer 1.1. Buyer Official name: Nordland fylkeskommune Email: terabr@nfk.no Legal type of the buyer: Regional authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: County road 7594 Myrlandsveien - landslide protection project. Description: Nordland County shall landslide county road 7594 to Myrland in Flakstad municipality. The road is one of the country's most dangerous roads in terms of rocks and snow slides and has been the object of several assessments for many years. Finally, the choice was to change the road route and the establishment of rock fall trap trenches. The measure will provide significant improvement in the current situation with often closed roads and prevented access for socially critical functions. Procedure identifier: aa32e8c7-3f63-4f9e-95ad-99071f98bbcc Internal identifier: 2024/17346 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: The measure will provide significant improvement in the current situation with often closed roads and prevented access for socially critical functions. Thus, the unusually large landslide danger sets very special requirements for the person who will carry out the project. Health, environment and safety will be a central part of the focus when the County builder shall choose contractors for this project. The project is intended to be carried out in two parts and it shall be priced based on such a division. Broadly speaking, the project shall be solved by the establishment of a fan trenches between the road route and rock. This will, in large part, mean that the road must be moved out towards the sea side. The move means that a filling down towards the sea of different sizes must be established. Due to a large demand from the sea, the filling must be adapted to this as regards the masses that shall be used. A route for high voltage and fibre cable shall be established in the roadway outwards towards Myrland. The cables shall be laid in conduit pipes that are laid in road shoulders at such a depth that damage cannot occur in new rock slides. The pipe gate shall be laid in stages between the manholes and the new cable shall be connected by the existing cable that is in the current road section'. The criteria for the award are twofold. 60% price and 40 % HSE. The notice is dialogue based. This means that there will be a dialogue between the tenderers and Nordland County as the builder. This process shall ensure that the project can be carried out in the best possible way as regards HSE and safety for those involved. Supplementary text will be in the separate document. 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45000000 Construction work 2.1.2. Place of performance Country: Norway Anywhere in the given country 2.1.3. Value Estimated value excluding VAT: 56 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU Anskaffelsesforskriften - 2.1.6. Grounds for exclusion 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. 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). 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. 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? 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? 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: County road 7594 Myrlandsveien - landslide protection project. Description: Nordland County shall landslide county road 7594 to Myrland in Flakstad municipality. The road is one of the country's most dangerous roads in terms of rocks and snow slides and has been the object of several assessments for many years. Finally, the choice was to change the road route and the establishment of rock fall trap trenches. The measure will provide significant improvement in the current situation with often closed roads and prevented access for socially critical functions. Internal identifier: 2024/17346 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45000000 Construction work 5.1.2. Place of performance Country: Norway Anywhere in the given country 5.1.3. Estimated duration Start date: 08/12/2024 Duration end date: 31/07/2026 5.1.5. Value Estimated value excluding VAT: 56 000 000,00 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: Other Name: Certificates issued by independent bodies for quality assurance standards. Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Use of this criterion: Not used Criterion: Type: Other Name: Certificates issued by independent bodies for environmental management standards. Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register Description: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Description: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Only for building and construction works: Description: Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Technical personnel or technical units Description: Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: For public building and construction work, technical personnel or units that shall carry out the work Description: Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Technical facilities and quality assurance measures Description: The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Investigation and research facilities Description: The tenderer ́s survey and research facilitates are as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Management and tracing of the supply chain Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Control Permission Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Education and professional qualifications Description: The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management measures Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Number of employees in the management Description: The tenderer ́s number of employees in the management during the last three years was as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Average workforce Description: The tenderer's average annual workforce in the last three years has been as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Tools, materials and technical equipment. Description: Tenderers can use the following tools, material and technical equipment to carry out the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Portion of the contract to sub-suppliers. Description: The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Economic and financial capacity Description: Tenderers must have sufficient finances to be able to carry out the assignment. If a tenderer has rating A or better from D&B, this will form the basis for qualification. The contracting authority will obtain rating reports. Tenderers can submit other documentation of financial implementation ability that is suitable. Relevant documentation can be accounts, auditor's report, annual reports, financing plans or bank or parent love guarantees. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Support from other entities that are fulfilled by the qualification requirements. Description: Tenderers can, if necessary, rely on other companies' capacity to fulfil the requirements for economic and financial capacity and/or the requirements for technical and professional qualifications, cf. § 16-10 (1). The following documentation shall be provided: • Documentation proving that the tenderer has control of the necessary resources for the entities that the tenderer will use, for example, by presenting a commitment statement from these entities. • Each of its versions of the European Self-Declaration Form (ESPD). Where the tenderer will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally liable for the execution of the contract, cf. § 16-10 (4). If a tenderer will use the capacity of other companies to fulfil the requirements for relevant experience, these entities shall carry out the services or the building and construction work that requires such qualifications, cf. §. 16-10 (5). Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Suppliers' community Description: Several tenderers can participate in the competition jointly, cf. § 16-11. The community must then see to the necessary documentation that all the qualification requirements are met. The tenderers who participate as a working partnership will be assessed collectively for the qualification requirements, with the exception of the requirements. . The participating tenderers shall submit their own versions of the European Self-Declaration Form (ESPD) as a part of the tender. An account shall be enclosed with the tender for the companies that are behind the community and a declaration of joint and several liability to the contracting authority. The following documentation shall be submitted: • The participating tenderers shall each submit their own versions of the European Self-Declaration Form (ESPD) as a part of the tender. • An account of the community, including the role of each participant. • Declaration of joint and several liability to the contracting authority. • The same documentation that individual suppliers shall be provided for each individual tenderer who participate in the group. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Newly established tenderers Description: A tenderer who is newly established and cannot present all the required documentation. Tenderers must be particularly careful to document and substantiate, however, that they have the prerequisites for fulfilment of the contract. It is particularly important that such tenderers can document a sufficiently large workforce for the execution of the contract, including professional and technical competence. Newly established tenderers emphasise that it is the tenderer's ability as such to carry out the contract that is assessed, not individual persons ́ competence in isolation. If a newly established tenderer has experience from contracts, the most relevant contracts from which the tenderer has experience must be completed in accordance with the documentation requirements. This is even if the contracts are of such a nature that they do not fulfil the specified requirements. Missing or inadequate documentation in one or more criteria can result in the tenderer being rejected. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tax Certificate Description: Tenderers shall present a tax and VAT certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established, demonstrating that the tenderer has fulfilled his tax, duty and social security obligations prior to any contract signing. Norwegian tenderers shall submit a tax certificate. The certificate must not be more than six months old. Contracting authorities must be aware that if a tenderer is chosen at the conclusion of the competition, the contracting authority will request that equivalent tax and VAT certificates are presented to any sub-contractors who will carry out the contract work for more than NOK 500,000 excluding VAT, cf. the procurement regulations § 7-2 third paragraph. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Technical and professional qualifications Description: Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: The builder's experiences Description: The builder's experience with the tenderer will be appraised. Tenderers are required to show references to relevant contracts that they themselves have carried out in a satisfactory manner. Conditions that will be assessed are connected to, among other things: 1. documentation of the completed quality 2. fulfilment of contracts 3. compliance with provisions and routines for HSE 4. compliance with provisions for wages and working conditions 5. compliance with deadlines 6. follow-up in the claims period 7. use of apprentices Documentation requirement: The qualification requirement is documented through the points under relevant experience. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Implementation ability Description: 1. The contract is required to have sufficient manpower and that the tenderer has the capacity and ability to handle unforeseen conditions in the contract. 2. Technical and professional competence and relevant experience is required of the key personnel who will be used for this assignment. Documentation requirement: A description of the tenderer's average workforce and the number of employees in the management in the last three years. A description of the manpower that the tenderer has at his disposal for fulfilment of the contract. Organisation plan and description of the organisation for the contract. CV and job descriptions for key personnel, cf. the contractual provisions, including the following resources: Project Manager, Construction Manager (Road, Water and Sewage, Blasting) Site Manager (Electro High Voltage) Construction Manager (Construction) Quality Management Manager, YM/KHMS Responsible Rock Blasting. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Portion of the contract Description: If a tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-contractors ́ capacity to carry out parts of the contract, this shall be documented. Documentation: State the tenderer's name and organisation number percentage the sub-supplier intends to carry out the contract. Furthermore, sub-suppliers shall submit a HSE self-declaration and tax certificate. The Contracting Authority can request documentation on personnel Minimum qualification requirements Use of this criterion: Used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Deadline for requesting additional information: 25/11/2024 12:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/239395271.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/239395271.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Variants: Not allowed Deadline for receipt of tenders: 02/12/2024 12:00:00 (UTC) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 02/12/2024 12:05:00 (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: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: SALTEN OG LOFOTEN TINGRETT Review organisation: Klagenemda for offentlig anskaffelser Organisation providing more information on the review procedures: Klagenemda for offentlig anskaffelser 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: Terje Emil Abrahamsen Email: terabr@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 Postal address: Postboks 322 Town: Bodø Postcode: 8006 Country subdivision (NUTS): Nordland (NO071) Country: Norway Email: salten.tingrett@domstol.no Telephone: 75 43 49 00 Roles of this organisation: Mediation organisation 8.1. ORG-0003 Official name: Klagenemda for offentlig anskaffelser Registration number: 918195548 Town: Berge Country subdivision (NUTS): Nordland (NO071) Country: Norway Email: post@knse.no Telephone: 55 19 30 00 Roles of this organisation: Review organisation Organisation providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: e3713163-90ef-497a-903e-88a202491c79 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 10/10/2024 11:26:57 (UTC) Notice dispatch date (eSender): 10/10/2024 11:52:08 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 615969-2024 OJ S issue number: 199/2024 Publication date: 11/10/2024 Czech document download: https://ted.europa.eu/cs/notice/615969-2024/pdf Danish document download: https://ted.europa.eu/da/notice/615969-2024/pdf German document download: https://ted.europa.eu/de/notice/615969-2024/pdf Greek document download: https://ted.europa.eu/el/notice/615969-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/615969-2024/pdf English document download: https://ted.europa.eu/en/notice/615969-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/615969-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/615969-2024/pdf French document download: https://ted.europa.eu/fr/notice/615969-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/615969-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/615969-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/615969-2024/pdf Italian document download: https://ted.europa.eu/it/notice/615969-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/615969-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/615969-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/615969-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/615969-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/615969-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/615969-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/615969-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/615969-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/615969-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/615969-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/615969-2024/pdf
NAICS
Business All Other Professional Navigational Other Direct Insurance (except Life Professional Justice Bolt Electric Power Transmission Regulation Copper Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Construction Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Machinery Regulation Direct Insurance (except Life Investigation Direct Life Measuring Agriculture Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Water Construction Professional Process Funds
CPVS
Tools Iron, lead, zinc, tin and copper Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Pipes Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Cable Control, safety or signalling equipment for inland waterways Parts of fans Conduit Snow Wells construction work Lead Fans Sewage work Research, testing and scientific technical simulator Safety cases Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Construction work Machinery for cleaning, filling, packing or wrapping bottles or other containers Command, control, communication systems Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Forms Parts of chain Chain Lifting, handling, loading or unloading machinery 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 Sewage, refuse, cleaning and environmental services Pressure-reducing, control, check or safety valves Catalogues Gates Other services Cable, wire and related products Building construction work Keys Control, safety or signalling equipment for roads Goods used in construction Pipeline, piping, pipes, casing, tubing and related items Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Administration, defence and social security services Cable TV Blasting work Postal orders Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Chains Nuts Fans Awards Water Business cases Environmental management Inspection Quality control Co financing Employment Equipment cases Gates Liability insurance Case making services Seals Securities Water, sanitation and hygiene kits Water, sanitation and hygiene kit Water, sanitation and hygiene kits E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods
Regions
Europe Northern Europe Western Europe
Sectors
Civil Works Building Roads and Highways-Bridge Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables 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