Tender Details
Title
Eko Trust - M&E Maintenance & Compliance Services Eko Trust Eko Trust - M&E Maintenance & Compliance Services Eko Trust Eko Trust - M&E Maintenance & Compliance ServicesEko Trust requires an external service provider(s) to deliver it's M&E Maintenance & Compliance Services requirements. Further information on the Trust's requirements can be found within the ITT and supporting documentation. Please note, a further Primary School will join this contract once it's PFI contract ends in 2027. Reference no:APR476199 Published by:Eko Trust Published to:External Deadline date:28/05/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04558a Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04558aPublished by:Eko TrustAuthority ID:AA82365Publication date:27 April 2024Deadline date:28 May 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract Eko Trust requires an external service provider(s) to deliver it's M&E Maintenance & Compliance Services requirements. Further information on the Trust's requirements can be found within the ITT and supporting documentation. Please note, a further Primary School will join this contract once it's PFI contract ends in 2027. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesEko TrustEko Hub, c/o Pathways SchoolBarkingIG11 0HZUK Telephone: +44 1473726027 E-mail: Karis.Lucano-Jones@thecpc.ac.uk NUTS: UKH3Internet address(es) Main address: https://www.ekotrust.org.uk Address of the buyer profile: https://www.ekotrust.org.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://suppliers.multiquote.comAdditional information can be obtained from another address:Eko TrustEko Hub, c/o Pathways SchoolBarkingIG11 0HZUK Telephone: +44 1473726027 E-mail: Karis.Lucano-Jones@thecpc.ac.uk NUTS: UKH3Internet address(es) Main address: https://www.ekotrust.org.uk Address of the buyer profile: https://www.ekotrust.org.ukTenders or requests to participate must be sent electronically to:https://suppliers.multiquote.comTenders or requests to participate must be sent to the abovementioned addressI.4) Type of the contracting authorityBody governed by public lawI.5) Main activityEducationSection II: ObjectII.1) Scope of the procurementII.1.1) TitleEko Trust - M&E Maintenance & Compliance Services Reference number: CA13988 - II.1.2) Main CPV code71334000 II.1.3) Type of contractServicesII.1.4) Short descriptionEko Trust requires an external service provider(s) to deliver it's M&E Maintenance & Compliance Services requirements. Further information on the Trust's requirements can be found within the ITT and supporting documentation. Please note, a further Primary School will join this contract once it's PFI contract ends in 2027.II.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for maximum 4 lots Maximum number of lots that may be awarded to one tenderer: 3II.2) Description Lot No: 1II.2.1) TitleSuffolk RegionII.2.2) Additional CPV code(s)5032420071333000713141005000000071334000II.2.3) Place of performanceNUTS code:UKH14Main site or place of performance:SuffolkII.2.4) Description of the procurementSuffolk Region lot to provide M&E Maintenance and Compliance Services to Rushmere Hall and Ravenswood Schools. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: No 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: Yes Description of options:60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Lot No: 2II.2.1) TitleLondon RegionII.2.2) Additional CPV code(s)7133300071314100713340005000000050324200II.2.3) Place of performanceNUTS code:UKIMain site or place of performance:LondonII.2.4) Description of the procurementLondon Region lot to provide M&E Maintenance and Compliance Services to Eko Pathways, Pathways School, Earlham Primary School, Gainsborough Primary School, Hackney New Primary School. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: No 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: Yes Description of options:60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Lot No: 3II.2.1) TitleBrighton RegionII.2.2) Additional CPV code(s)7133400050000000503242007133300071314100II.2.3) Place of performanceNUTS code:UKJ21Main site or place of performance:BrightonII.2.4) Description of the procurementBrighton Region lot to provide M&E Maintenance and Compliance Services to Benfield Primary School and Hangleton Primary School. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: No 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: Yes Description of options:60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Lot No: 4II.2.1) TitleAll SitesII.2.2) Additional CPV code(s)5000000050324200713141007133300071334000II.2.3) Place of performanceNUTS code:UKIMain site or place of performance:LondonII.2.4) Description of the procurementAll Sites lot to provide M&E Maintenance and Compliance Services to all sites within Eko Trust. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4. II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: No 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: Yes Description of options:60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No 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:In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.III.1.2) Economic and financial standingList and brief description of selection criteria:In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.Minimum level(s) of standards required:As stated within tender documentsMinimum Insurance Levels: £10 million Employers Liability cover, £5m Professional Indemnity, £10 million Public Liability cover and £10 million Product Liability cover.III.1.3) Technical and professional abilityList and brief description of selection criteria:In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.Minimum level(s) of standards required:As stated within tender documentsIII.2) Conditions related to the contractIII.2.2) Contract performance conditionsAs stated within tender documentsSection 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: 28/05/2024 Local time: 10:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.7) Conditions for opening of tenders Date: 28/05/2024 Local time: 10:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional informationSection II.3) – dates refer to the initial contract period and do not include the options of any extensions.Section IV.3.5) – any dates shown are an estimate. In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.VI.4) Procedures for reviewVI.4.1) Review bodyTenet Education Services LtdProcurement House Unit 23, Leslie Hough Way, Leslie Hough WaySalfordM6 6AJUK Telephone: +44 7834518948 E-mail: jonathan.whittle@tenetservices.comVI.4.2) Body responsible for mediation proceduresTenet Education Services LtdProcurement House Unit 23, Leslie Hough Way, Leslie Hough WaySalfordM6 6AJUK Telephone: +44 7834518948 E-mail: jonathan.whittle@tenetservices.comVI.4.3) Review procedurePrecise information on deadline(s) for review procedures:The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).VI.4.4) Service from which information about the review procedure may be obtainedTenet Education Services LtdProcurement House Unit 23, Leslie Hough Way, Leslie Hough WaySalfordM6 6AJUK Telephone: +44 7834518948 E-mail: jonathan.whittle@tenetservices.comVI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 71314100Electrical servicesEnergy and related services71334000Mechanical and electrical engineering servicesMiscellaneous engineering services71333000Mechanical engineering servicesMiscellaneous engineering services50324200Preventive maintenance servicesSupport services of personal computers50000000Repair and maintenance 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:Karis.Lucano-Jones@thecpc.ac.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
26.04.2024
Deadline Date
28.05.2024
Overview
Eko Trust - M&E Maintenance & Compliance Services Eko Trust Eko Trust - M&E Maintenance & Compliance ServicesEko Trust requires an external service provider(s) to deliver it's M&E Maintenance & Compliance Services requirements. Further information on the Trust's requirements can be found within the ITT and supporting documentation. Please note, a further Primary School will join this contract once it's PFI contract ends in 2027. Reference no:APR476199 Published by:Eko Trust Published to:External Deadline date:28/05/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04558a Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04558aPublished by:Eko TrustAuthority ID:AA82365Publication date:27 April 2024Deadline date:28 May 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract Eko Trust requires an external service provider(s) to deliver it's M&E Maintenance & Compliance Services requirements. Further information on the Trust's requirements can be found within the ITT and supporting documentation. Please note, a further Primary School will join this contract once it's PFI contract ends in 2027. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesEko TrustEko Hub, c/o Pathways SchoolBarkingIG11 0HZUK Telephone: +44 1473726027 E-mail: Karis.Lucano-Jones@thecpc.ac.uk NUTS: UKH3Internet address(es) Main address: https://www.ekotrust.org.uk Address of the buyer profile: https://www.ekotrust.org.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://suppliers.multiquote.comAdditional information can be obtained from another address:Eko TrustEko Hub, c/o Pathways SchoolBarkingIG11 0HZUK Telephone: +44 1473726027 E-mail: Karis.Lucano-Jones@thecpc.ac.uk NUTS: UKH3Internet address(es) Main address: https://www.ekotrust.org.uk Address of the buyer profile: https://www.ekotrust.org.ukTenders or requests to participate must be sent electronically to:https://suppliers.multiquote.comTenders or requests to participate must be sent to the abovementioned addressI.4) Type of the contracting authorityBody governed by public lawI.5) Main activityEducationSection II: ObjectII.1) Scope of the procurementII.1.1) TitleEko Trust - M&E Maintenance & Compliance Services Reference number: CA13988 - II.1.2) Main CPV code71334000 II.1.3) Type of contractServicesII.1.4) Short descriptionEko Trust requires an external service provider(s) to deliver it's M&E Maintenance & Compliance Services requirements. Further information on the Trust's requirements can be found within the ITT and supporting documentation. Please note, a further Primary School will join this contract once it's PFI contract ends in 2027.II.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for maximum 4 lots Maximum number of lots that may be awarded to one tenderer: 3II.2) Description Lot No: 1II.2.1) TitleSuffolk RegionII.2.2) Additional CPV code(s)5032420071333000713141005000000071334000II.2.3) Place of performanceNUTS code:UKH14Main site or place of performance:SuffolkII.2.4) Description of the procurementSuffolk Region lot to provide M&E Maintenance and Compliance Services to Rushmere Hall and Ravenswood Schools. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: No 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: Yes Description of options:60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Lot No: 2II.2.1) TitleLondon RegionII.2.2) Additional CPV code(s)7133300071314100713340005000000050324200II.2.3) Place of performanceNUTS code:UKIMain site or place of performance:LondonII.2.4) Description of the procurementLondon Region lot to provide M&E Maintenance and Compliance Services to Eko Pathways, Pathways School, Earlham Primary School, Gainsborough Primary School, Hackney New Primary School. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: No 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: Yes Description of options:60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Lot No: 3II.2.1) TitleBrighton RegionII.2.2) Additional CPV code(s)7133400050000000503242007133300071314100II.2.3) Place of performanceNUTS code:UKJ21Main site or place of performance:BrightonII.2.4) Description of the procurementBrighton Region lot to provide M&E Maintenance and Compliance Services to Benfield Primary School and Hangleton Primary School. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: No 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: Yes Description of options:60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Lot No: 4II.2.1) TitleAll SitesII.2.2) Additional CPV code(s)5000000050324200713141007133300071334000II.2.3) Place of performanceNUTS code:UKIMain site or place of performance:LondonII.2.4) Description of the procurementAll Sites lot to provide M&E Maintenance and Compliance Services to all sites within Eko Trust. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4. II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: No 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: Yes Description of options:60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No 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:In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.III.1.2) Economic and financial standingList and brief description of selection criteria:In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.Minimum level(s) of standards required:As stated within tender documentsMinimum Insurance Levels: £10 million Employers Liability cover, £5m Professional Indemnity, £10 million Public Liability cover and £10 million Product Liability cover.III.1.3) Technical and professional abilityList and brief description of selection criteria:In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.Minimum level(s) of standards required:As stated within tender documentsIII.2) Conditions related to the contractIII.2.2) Contract performance conditionsAs stated within tender documentsSection 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: 28/05/2024 Local time: 10:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.7) Conditions for opening of tenders Date: 28/05/2024 Local time: 10:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional informationSection II.3) – dates refer to the initial contract period and do not include the options of any extensions.Section IV.3.5) – any dates shown are an estimate. In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.VI.4) Procedures for reviewVI.4.1) Review bodyTenet Education Services LtdProcurement House Unit 23, Leslie Hough Way, Leslie Hough WaySalfordM6 6AJUK Telephone: +44 7834518948 E-mail: jonathan.whittle@tenetservices.comVI.4.2) Body responsible for mediation proceduresTenet Education Services LtdProcurement House Unit 23, Leslie Hough Way, Leslie Hough WaySalfordM6 6AJUK Telephone: +44 7834518948 E-mail: jonathan.whittle@tenetservices.comVI.4.3) Review procedurePrecise information on deadline(s) for review procedures:The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).VI.4.4) Service from which information about the review procedure may be obtainedTenet Education Services LtdProcurement House Unit 23, Leslie Hough Way, Leslie Hough WaySalfordM6 6AJUK Telephone: +44 7834518948 E-mail: jonathan.whittle@tenetservices.comVI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 71314100Electrical servicesEnergy and related services71334000Mechanical and electrical engineering servicesMiscellaneous engineering services71333000Mechanical engineering servicesMiscellaneous engineering services50324200Preventive maintenance servicesSupport services of personal computers50000000Repair and maintenance 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:Karis.Lucano-Jones@thecpc.ac.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 Turned Product and Screw Other Justice Regulation Trust Courts Trusts Courts Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Other Justice Trusts Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Process Funds
CPVS
Profiles System, storage and content management software package Mains Nuts Calendars Sections Lavatory seats, covers, bowls and cisterns Carbon Supports System, storage and content management software development services Other services Dates
UNSPSC
Profiles House Nuts Calendars Awards Business cases Well engineering Case making services High school Financial Instruments, Products, Contracts and Agreements Suction pump, electrical
Regions
Europe Northern Europe
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Engineering Banking-Finance-Insurance Energy Roads and Highways-Bridge Infrastructure Law and Legal 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