Tender Details
Title

Community Link Worker and Distress Brief Intervention Services West Lothian Council Community Link Worker and Distress Brief Intervention Services West Lothian Council Community Link Worker and Distress Brief Intervention ServicesThe aim of the Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services. Reference no:OCT492418 Published by:West Lothian Council Published to:External Deadline date:07/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04a6ec Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04a6ecPublished by:West Lothian CouncilAuthority ID:AA20985Publication date:13 October 2024Deadline date:07 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The aim of the Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesWest Lothian CouncilWest Lothian Civic Centre, Howden South RoadLivingstonEH54 6FFUK Telephone: +44 1506281814 E-mail: hayleigh.valentine@westlothian.gov.uk Fax: +44 1506281325 NUTS: UKM78Internet address(es) Main address: https://www.westlothian.gov.uk/ Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publictendersscotland.publiccontractsscotland.gov.uk/Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.publictendersscotland.publiccontractsscotland.gov.uk/I.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleCommunity Link Worker and Distress Brief Intervention Services Reference number: CC13772II.1.2) Main CPV code85000000 II.1.3) Type of contractServicesII.1.4) Short descriptionThe aim of the Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services.II.1.5) Estimated total valueValue excluding VAT: 3 171 669.80 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)85000000II.2.3) Place of performanceNUTS code:UKM78II.2.4) Description of the procurementThe aim of the Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services.By continuing to provide such a service in West Lothian, it is anticipated that there will be a reduction in the number of contacts that an individual has with their GP, or that the service will act as an alternative to the individual seeking support from their GP.The Service will continue to be delivered from the Community Wellbeing Hubs (located in Bathgate and Livingston), and other venues as appropriate .II.2.5) Award criteriaCriteria below: Quality criterion: Technical Questions / Weighting: 90 Price / Weighting: 10II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals:Subject to satisfactory operation and performance, West Lothian Council will have the option to extend by up to a further 2 x 12 month periods. Any period of extension will be at the discretion of the council.II.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional informationFull breakdown of technical criteria weighting can be found within the technical envelope. The quality criteria will be scored out of 100 and tenderers will receive a pro-rated score out of 90.Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Where required, contracts that fall within the specific risk sectors as defined by Police Scotland, or, where there is a suspicion that risk may be present, WLC will provide Police Scotland information on the representatives of the bidder (SPD Part 2B) to allow Police Scotland to review and provide feedback on information provided.Please note: when completing SPD section 1.12 Part 2B, this should be completed using personal information as follows: your full name including any middle names as it appears on your birth and/or marriage certificate; the day date and month you were born and the location of your birth; and your home address and postcode. The name entered must be consistent with any birth certificate, marriage certificate etc. Failure to provide the correct information may result in your bid being excluded from the tender process or an offer of contract being withdrawn should the information prove to be incomplete or incorrect at a later stage.III.1.2) Economic and financial standingList and brief description of selection criteria:With reference to SPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.With reference to ESPD Q4B.5.1a&b; It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.Minimum level(s) of standards required:Employers Liability 10,000,000 GBP (Ten Million GBP) subject to legislative requirements.Professional Indemnity 2,000,000 GBP (Two Million GBP)Public liability 10,000,000 GBP (Five Million GBP) - Employers should hold insurance at a minimum level of 5m GBP in line with current legislation unless specifically exempt.III.1.3) Technical and professional abilityList and brief description of selection criteria:Bidders are required to provide a minimum of 1 example of experience of delivering a Mental Health Link Worker Service or Distress Brief Intervention Service.Examples should demonstrate providing a service as outlined in the tender specification, this should be a contract that is of an approximate value (or more). Your response should include the contract values.These will be scored on a pass/fail basis therefore further evaluation will not take place if unsuitable information is provided.III.2) Conditions related to the contractIII.2.1) Information about a particular profession Participation is reserved to a particular profession: Yes Reference to the relevant law, regulation or administrative provision:Bidders must be registered with the Care Inspectorate and have quality grades of 3 or above as a minimum. Evidence will be requested in the Technical Envelope of the tender. Failure to provide evidence may result in your tender being rejected.Section IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 07/11/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 4 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 07/11/2024 Local time: 12:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationTUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties exceptinsofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to theAuthority will similarly be treated in confidence except:(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom ofInformation (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in theSupplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.West Lothian Council is committed to maximising Community Benefits from its procurement activities. Under this procurement, the contractor, and its supply chain, will be required to support the authority’s economic, social and environmental objectives relating to participation in skills development, training and employment initiatives and other value-added contributions. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.While the Community Benefits Information will in no way be scored/evaluated/taken into account beyond the requirement that it is included in the bidder’s Tender Submission, if the Community Benefits Information contains any Community Benefits, these will be accepted by the Authority via the contract variation process and will be enforceable as part of the contract. Accordingly, where a contract is awarded to a bidder whose Tender Submission included Community Benefits, the bidder will be required to deliver those Community Benefits as part of the contract.Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27713. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/A summary of the expected community benefits has been provided as follows:Please note: Community Benefits proposals will not form part of the award criteria and will not be evaluated but will be contractual obligations.(SC Ref:779904)VI.4) Procedures for reviewVI.4.1) Review bodyLivingston Sheriff CourtHowden South RoadLivingstonEH54 6FFUKVI.5) Date of dispatch of this notice09/10/2024 Coding Commodity categories ID Title Parent category 85000000Health and social work servicesOther Services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:hayleigh.valentine@westlothian.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.

Country
Language
English
Organization
Published Date
12.10.2024
Deadline Date
07.11.2024
Overview
Community Link Worker and Distress Brief Intervention Services West Lothian Council Community Link Worker and Distress Brief Intervention ServicesThe aim of the Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services. Reference no:OCT492418 Published by:West Lothian Council Published to:External Deadline date:07/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04a6ec Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04a6ecPublished by:West Lothian CouncilAuthority ID:AA20985Publication date:13 October 2024Deadline date:07 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The aim of the Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesWest Lothian CouncilWest Lothian Civic Centre, Howden South RoadLivingstonEH54 6FFUK Telephone: +44 1506281814 E-mail: hayleigh.valentine@westlothian.gov.uk Fax: +44 1506281325 NUTS: UKM78Internet address(es) Main address: https://www.westlothian.gov.uk/ Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publictendersscotland.publiccontractsscotland.gov.uk/Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.publictendersscotland.publiccontractsscotland.gov.uk/I.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleCommunity Link Worker and Distress Brief Intervention Services Reference number: CC13772II.1.2) Main CPV code85000000 II.1.3) Type of contractServicesII.1.4) Short descriptionThe aim of the Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services.II.1.5) Estimated total valueValue excluding VAT: 3 171 669.80 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)85000000II.2.3) Place of performanceNUTS code:UKM78II.2.4) Description of the procurementThe aim of the Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services.By continuing to provide such a service in West Lothian, it is anticipated that there will be a reduction in the number of contacts that an individual has with their GP, or that the service will act as an alternative to the individual seeking support from their GP.The Service will continue to be delivered from the Community Wellbeing Hubs (located in Bathgate and Livingston), and other venues as appropriate .II.2.5) Award criteriaCriteria below: Quality criterion: Technical Questions / Weighting: 90 Price / Weighting: 10II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals:Subject to satisfactory operation and performance, West Lothian Council will have the option to extend by up to a further 2 x 12 month periods. Any period of extension will be at the discretion of the council.II.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional informationFull breakdown of technical criteria weighting can be found within the technical envelope. The quality criteria will be scored out of 100 and tenderers will receive a pro-rated score out of 90.Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Where required, contracts that fall within the specific risk sectors as defined by Police Scotland, or, where there is a suspicion that risk may be present, WLC will provide Police Scotland information on the representatives of the bidder (SPD Part 2B) to allow Police Scotland to review and provide feedback on information provided.Please note: when completing SPD section 1.12 Part 2B, this should be completed using personal information as follows: your full name including any middle names as it appears on your birth and/or marriage certificate; the day date and month you were born and the location of your birth; and your home address and postcode. The name entered must be consistent with any birth certificate, marriage certificate etc. Failure to provide the correct information may result in your bid being excluded from the tender process or an offer of contract being withdrawn should the information prove to be incomplete or incorrect at a later stage.III.1.2) Economic and financial standingList and brief description of selection criteria:With reference to SPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.With reference to ESPD Q4B.5.1a&b; It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.Minimum level(s) of standards required:Employers Liability 10,000,000 GBP (Ten Million GBP) subject to legislative requirements.Professional Indemnity 2,000,000 GBP (Two Million GBP)Public liability 10,000,000 GBP (Five Million GBP) - Employers should hold insurance at a minimum level of 5m GBP in line with current legislation unless specifically exempt.III.1.3) Technical and professional abilityList and brief description of selection criteria:Bidders are required to provide a minimum of 1 example of experience of delivering a Mental Health Link Worker Service or Distress Brief Intervention Service.Examples should demonstrate providing a service as outlined in the tender specification, this should be a contract that is of an approximate value (or more). Your response should include the contract values.These will be scored on a pass/fail basis therefore further evaluation will not take place if unsuitable information is provided.III.2) Conditions related to the contractIII.2.1) Information about a particular profession Participation is reserved to a particular profession: Yes Reference to the relevant law, regulation or administrative provision:Bidders must be registered with the Care Inspectorate and have quality grades of 3 or above as a minimum. Evidence will be requested in the Technical Envelope of the tender. Failure to provide evidence may result in your tender being rejected.Section IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 07/11/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 4 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 07/11/2024 Local time: 12:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationTUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties exceptinsofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to theAuthority will similarly be treated in confidence except:(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom ofInformation (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in theSupplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.West Lothian Council is committed to maximising Community Benefits from its procurement activities. Under this procurement, the contractor, and its supply chain, will be required to support the authority’s economic, social and environmental objectives relating to participation in skills development, training and employment initiatives and other value-added contributions. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.While the Community Benefits Information will in no way be scored/evaluated/taken into account beyond the requirement that it is included in the bidder’s Tender Submission, if the Community Benefits Information contains any Community Benefits, these will be accepted by the Authority via the contract variation process and will be enforceable as part of the contract. Accordingly, where a contract is awarded to a bidder whose Tender Submission included Community Benefits, the bidder will be required to deliver those Community Benefits as part of the contract.Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27713. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/A summary of the expected community benefits has been provided as follows:Please note: Community Benefits proposals will not form part of the award criteria and will not be evaluated but will be contractual obligations.(SC Ref:779904)VI.4) Procedures for reviewVI.4.1) Review bodyLivingston Sheriff CourtHowden South RoadLivingstonEH54 6FFUKVI.5) Date of dispatch of this notice09/10/2024 Coding Commodity categories ID Title Parent category 85000000Health and social work servicesOther Services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:hayleigh.valentine@westlothian.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Religious Financial Transactions Processing Justice Other Professional Highway Turned Product and Screw Other Justice Regulation Highway Executive Executive Highway Financial Transactions Processing Residential Intellectual and Developmental Disability Other Similar Organizations (except Business All Other Professional General Freight Trucking Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Agencies Professional Process Funds
CPVS
Profiles System, storage and content management software package Mains Nuts Sections Lavatory seats, covers, bowls and cisterns Carbon Frames Training, workout or aerobic services Feasibility study, advisory service, analysis Other community, social and personal services Supports System, storage and content management software development services Forms Parts of chain Chain Vats Official journals Other services Envelopes Envelopes, letter cards and plain postcards Electronic, electromechanical and electrotechnical supplies Dates
UNSPSC
Profiles Chains Nuts Awards Employment Case making services Birth certificate Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods
Regions
Europe Northern Europe
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Environmental Work Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Aviation Electronics Construction Materials Marine
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