Tender Details
Title

Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services NORTHERN TRAINS LIMITED Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services NORTHERN TRAINS LIMITED Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support ServicesThe purpose of this notice is to establish a Dynamic Purchasing System (DPS) for the provision of Gateline Infrastructure and Support Services including installation, commissioning, ongoing maintenance and operation of new Gateline Infrastructure. The arrangement will also include decommissioning of Gateline Infrastructure where required. Reference no:OCT493378 Published by:NORTHERN TRAINS LIMITED Published to:External Deadline date:18/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04af41 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04af41Published by:NORTHERN TRAINS LIMITEDAuthority ID:AA80971Publication date:22 October 2024Deadline date:18 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The purpose of this notice is to establish a Dynamic Purchasing System (DPS) for the provision of Gateline Infrastructure and Support Services including installation, commissioning, ongoing maintenance and operation of new Gateline Infrastructure. The arrangement will also include decommissioning of Gateline Infrastructure where required. Full notice text Contract notice – utilitiesSection I: Contracting entity I.1) Name and addressesNorthern Trains Limited03076444George Stephenson House, Toft GreenYorkYO1 6JTUK Contact person: Robin Horsman Telephone: +44 7827937566 E-mail: robin.horsman@northernrailway.co.uk NUTS: UKInternet address(es) Main address: www.northernrailway.co.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.delta-esourcing.com/Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent to the abovementioned addressI.6) Main activityRailway servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleDynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services Reference number: PL-24-348-DOHLII.1.2) Main CPV code51100000 II.1.3) Type of contractServicesII.1.4) Short descriptionThe purpose of this notice is to establish a Dynamic Purchasing System (DPS) for the provision of Gateline Infrastructure and Support Services including installation, commissioning, ongoing maintenance and operation of new Gateline Infrastructure. The arrangement will also include decommissioning of Gateline Infrastructure where required.II.1.5) Estimated total valueValue excluding VAT: 215 000 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)511000007200000032410000480000003023330048810000489000003020000050220000II.2.3) Place of performanceNUTS code:UKMain site or place of performance:UNITED KINGDOMII.2.4) Description of the procurementNorthern Trains Limited (NTL) is a Train Operating Company (TOC) that operates passenger rail services across the North of England. NTL is publishing this notice on behalf of itself and a number of 'Contracting Utilities/Authorities' including Train Operating Companies in Great Britain, Network Rail, and a number of Local Transport Authorities (see Section VI.3 below) to establish a Dynamic Purchasing System (DPS) for the supply, installation, commissioning, ongoing maintenance and operation of Gateline Infrastructure that will enable NTL and the Contracting Utilities/Authorities to run competitions for their requirements among suppliers appointed to the DPS. The services include: a) Supply of New Gateline infrastructure - including the mechanical components required to control passenger access to designated areas; bank-card readers that possess the necessary certification for compliant use; ITSO card and bar-code readers; b) Installation of New Gateline Infrastructure - including any connections to systems and networks. c) Commissioning Services of New Gateline Infrastructure - including any testing and commissioning compliant with all rail industry and other required compliance requirements and standards. d) Ongoing Maintenance and Operation - including device management to enable the operation of new Gateline Infrastructure to effective operational levels, providing an acceptable level of service to the public; and e) Decommissioning of Gateline Infrastructure. The nature of the arrangement is that new equipment will be supplied under a Master Supply Agreement and ongoing maintenance and support services provided under a Support Services Agreement. Gateline Infrastructure equipment is expected to have a lifecycle of up to 15years and it is anticipated that NTL and Contracting Utilities/Authorities will look to have full asset maintenance during this period. Therefore, Support Services Agreements and any associated work orders are likely be put in place to cover this timeline. These requirements will be subject to competitive tendering among the members of the DPS in accordance with the rules of the restricted procedure as required by, and subject to, regulation 52 of the Utilities Contracts Regulations 2016. Specific contracts will be awarded according to those rules by the NTL or Contracting/Utilities Authorities in accordance with their specific requirements as set out in individual procurements under the DPS. Suppliers appointed to the DPS will be required to enter into a DPS Agreement setting out the terms on which the DPS will operate including the standard terms and conditions that will be applicable to individual procurements under the DPS.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.6) Estimated valueValue excluding VAT: 215 000 000.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: No II.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 Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.2) Economic and financial standingList and brief description of selection criteria:Accounts: Copies of audited accounts, or alternative means of demonstrating financial status, for the last two years. A minimum level of economic and financial standing and/or a minimum financial threshold for the following: * Net income. * Current ratio (i.e. current assets / current liabilities). * Adjusted current ratio (i.e. current assets / current liabilities (including debt due between 1 and 2 years)). * Capital gearing ratio (i.e. long term total borrowings / equity share capital). * Debt to earnings ratio (i.e. total borrowings / EBITDA). Suitable rating from the credit monitoring service ‘Creditsafe’ (or equivalent rating agency). Alternatively, details of the actual number or ratio and the reasons for the divergence from the stated required level. Insurance Levels: Employer's (Compulsory) Liability Insurance Public Liability Insurance Professional Indemnity Insurance Product Liability InsuranceMinimum level(s) of standards required:Accounts: * Net income: the Applicants net income is positive for the two previous financial years. * Current ratio (i.e. current assets / current liabilities): the Applicants current ratio is greater than or equal to 1.1 for the two previous financial years. * Adjusted current ratio (i.e. current assets / current liabilities (including debt due between 1 and 2 years)): the Applicants adjusted current ratio is greater than or equal to 1.0 for the two previous financial years. * Capital gearing ratio (i.e. long term total borrowings / equity share capital): the Applicants capital gearing ratio is less than or equal to 1.0 for the two previous financial years. * Debt to earnings ratio (i.e. total borrowings / EBITDA): the Applicants debt to earnings ratio is less than or equal to 5:0 for the two previous financial years. A rating of over 51 from the credit monitoring service ‘Creditsafe’ (or equivalent rating agency). Insurance Levels: Employer's (Compulsory) Liability Insurance = £10m in any one claim Public Liability Insurance = £10m in any one claim Professional Indemnity Insurance = £10m in any one claim and in the aggregate. Product Liability Insurance = £10m in any one claim and in the aggregate.III.1.3) Technical and professional abilityList and brief description of selection criteria:Evidence of relevant experience with contract examples inc. details of up to three contracts, in any combination from either the public or private sector; voluntary, charity or social enterprise (VCSE) that are relevant to the requirement. Alternatively, a suitable explanation where at least one example cannot be provided.III.1.4) Objective rules and criteria for participationConfirmation via a DPS Appointment form of the acceptance of the terms on which the DPS will operate.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Restricted procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement with several operators. The procurement involves the setting up of a dynamic purchasing system 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: 18/11/2024 Local time: 11:00IV.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) Section 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 informationIn addition to Northern Trains Ltd the participating Contracting Utilities/Authorities to this DPS are: Combined Authorities https://www.local.gov.uk/topics/devolution/devolution-online-hub/devolution-explained/combined-authorities Regional Transport Bodies https://transportactionnetwork.org.uk/campaign/wales-scotland-regions/english-regions/summary-of-regional-transport-bodies/ Agencies and Public Bodies of the Department for Transport Departments, agencies and public bodies - GOV.UK (www.gov.uk) Passenger Transport executives https://www.urbantransportgroup.org/members UK Train Operating Companies and Station Operators https://www.orr.gov.uk/about/who-we-work-with/industry/train-operating-companies The value provided in Section II.1.5) is only an estimate. NTL cannot guarantee to suppliers any business through this DPS. NTL and the Contracting/Utility Authorities expressly reserve the right: (i) not to appoint any suppliers to the DPS referred to in this notice; and (ii) to make whatever changes they may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-York:-Installation-services-of-electrical-and-mechanical-equipment./8BBTJPD8RVTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/8BBTJPD8RV GO Reference: GO-20241018-PRO-28196434VI.4) Procedures for reviewVI.4.1) Review bodyDepartment for TransportGreat Minster House,, 33 Horseferry Road,LondonSW1P 4DRUKVI.5) Date of dispatch of this notice18/10/2024 Coding Commodity categories ID Title Parent category 30200000Computer equipment and suppliesOffice and computing machinery, equipment and supplies except furniture and software packages48810000Information systemsInformation systems and servers51100000Installation services of electrical and mechanical equipmentInstallation services (except software)72000000IT services: consulting, software development, Internet and supportComputer and Related Services32410000Local area networkNetworks48900000Miscellaneous software package and computer systemsSoftware package and information systems50220000Repair, maintenance and associated services related to railways and other equipmentRepair, maintenance and associated services related to aircraft, railways, roads and marine equipment30233300Smart card readersMedia storage and reader devices48000000Software package and information systemsComputer and Related 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:robin.horsman@northernrailway.co.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
21.10.2024
Deadline Date
18.11.2024
Overview
Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services NORTHERN TRAINS LIMITED Dynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support ServicesThe purpose of this notice is to establish a Dynamic Purchasing System (DPS) for the provision of Gateline Infrastructure and Support Services including installation, commissioning, ongoing maintenance and operation of new Gateline Infrastructure. The arrangement will also include decommissioning of Gateline Infrastructure where required. Reference no:OCT493378 Published by:NORTHERN TRAINS LIMITED Published to:External Deadline date:18/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04af41 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04af41Published by:NORTHERN TRAINS LIMITEDAuthority ID:AA80971Publication date:22 October 2024Deadline date:18 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The purpose of this notice is to establish a Dynamic Purchasing System (DPS) for the provision of Gateline Infrastructure and Support Services including installation, commissioning, ongoing maintenance and operation of new Gateline Infrastructure. The arrangement will also include decommissioning of Gateline Infrastructure where required. Full notice text Contract notice – utilitiesSection I: Contracting entity I.1) Name and addressesNorthern Trains Limited03076444George Stephenson House, Toft GreenYorkYO1 6JTUK Contact person: Robin Horsman Telephone: +44 7827937566 E-mail: robin.horsman@northernrailway.co.uk NUTS: UKInternet address(es) Main address: www.northernrailway.co.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.delta-esourcing.com/Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent to the abovementioned addressI.6) Main activityRailway servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleDynamic Purchasing System ('DPS') for Provision of Gateline Infrastructure and Support Services Reference number: PL-24-348-DOHLII.1.2) Main CPV code51100000 II.1.3) Type of contractServicesII.1.4) Short descriptionThe purpose of this notice is to establish a Dynamic Purchasing System (DPS) for the provision of Gateline Infrastructure and Support Services including installation, commissioning, ongoing maintenance and operation of new Gateline Infrastructure. The arrangement will also include decommissioning of Gateline Infrastructure where required.II.1.5) Estimated total valueValue excluding VAT: 215 000 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)511000007200000032410000480000003023330048810000489000003020000050220000II.2.3) Place of performanceNUTS code:UKMain site or place of performance:UNITED KINGDOMII.2.4) Description of the procurementNorthern Trains Limited (NTL) is a Train Operating Company (TOC) that operates passenger rail services across the North of England. NTL is publishing this notice on behalf of itself and a number of 'Contracting Utilities/Authorities' including Train Operating Companies in Great Britain, Network Rail, and a number of Local Transport Authorities (see Section VI.3 below) to establish a Dynamic Purchasing System (DPS) for the supply, installation, commissioning, ongoing maintenance and operation of Gateline Infrastructure that will enable NTL and the Contracting Utilities/Authorities to run competitions for their requirements among suppliers appointed to the DPS. The services include: a) Supply of New Gateline infrastructure - including the mechanical components required to control passenger access to designated areas; bank-card readers that possess the necessary certification for compliant use; ITSO card and bar-code readers; b) Installation of New Gateline Infrastructure - including any connections to systems and networks. c) Commissioning Services of New Gateline Infrastructure - including any testing and commissioning compliant with all rail industry and other required compliance requirements and standards. d) Ongoing Maintenance and Operation - including device management to enable the operation of new Gateline Infrastructure to effective operational levels, providing an acceptable level of service to the public; and e) Decommissioning of Gateline Infrastructure. The nature of the arrangement is that new equipment will be supplied under a Master Supply Agreement and ongoing maintenance and support services provided under a Support Services Agreement. Gateline Infrastructure equipment is expected to have a lifecycle of up to 15years and it is anticipated that NTL and Contracting Utilities/Authorities will look to have full asset maintenance during this period. Therefore, Support Services Agreements and any associated work orders are likely be put in place to cover this timeline. These requirements will be subject to competitive tendering among the members of the DPS in accordance with the rules of the restricted procedure as required by, and subject to, regulation 52 of the Utilities Contracts Regulations 2016. Specific contracts will be awarded according to those rules by the NTL or Contracting/Utilities Authorities in accordance with their specific requirements as set out in individual procurements under the DPS. Suppliers appointed to the DPS will be required to enter into a DPS Agreement setting out the terms on which the DPS will operate including the standard terms and conditions that will be applicable to individual procurements under the DPS.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.6) Estimated valueValue excluding VAT: 215 000 000.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: No II.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 Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.2) Economic and financial standingList and brief description of selection criteria:Accounts: Copies of audited accounts, or alternative means of demonstrating financial status, for the last two years. A minimum level of economic and financial standing and/or a minimum financial threshold for the following: * Net income. * Current ratio (i.e. current assets / current liabilities). * Adjusted current ratio (i.e. current assets / current liabilities (including debt due between 1 and 2 years)). * Capital gearing ratio (i.e. long term total borrowings / equity share capital). * Debt to earnings ratio (i.e. total borrowings / EBITDA). Suitable rating from the credit monitoring service ‘Creditsafe’ (or equivalent rating agency). Alternatively, details of the actual number or ratio and the reasons for the divergence from the stated required level. Insurance Levels: Employer's (Compulsory) Liability Insurance Public Liability Insurance Professional Indemnity Insurance Product Liability InsuranceMinimum level(s) of standards required:Accounts: * Net income: the Applicants net income is positive for the two previous financial years. * Current ratio (i.e. current assets / current liabilities): the Applicants current ratio is greater than or equal to 1.1 for the two previous financial years. * Adjusted current ratio (i.e. current assets / current liabilities (including debt due between 1 and 2 years)): the Applicants adjusted current ratio is greater than or equal to 1.0 for the two previous financial years. * Capital gearing ratio (i.e. long term total borrowings / equity share capital): the Applicants capital gearing ratio is less than or equal to 1.0 for the two previous financial years. * Debt to earnings ratio (i.e. total borrowings / EBITDA): the Applicants debt to earnings ratio is less than or equal to 5:0 for the two previous financial years. A rating of over 51 from the credit monitoring service ‘Creditsafe’ (or equivalent rating agency). Insurance Levels: Employer's (Compulsory) Liability Insurance = £10m in any one claim Public Liability Insurance = £10m in any one claim Professional Indemnity Insurance = £10m in any one claim and in the aggregate. Product Liability Insurance = £10m in any one claim and in the aggregate.III.1.3) Technical and professional abilityList and brief description of selection criteria:Evidence of relevant experience with contract examples inc. details of up to three contracts, in any combination from either the public or private sector; voluntary, charity or social enterprise (VCSE) that are relevant to the requirement. Alternatively, a suitable explanation where at least one example cannot be provided.III.1.4) Objective rules and criteria for participationConfirmation via a DPS Appointment form of the acceptance of the terms on which the DPS will operate.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Restricted procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement with several operators. The procurement involves the setting up of a dynamic purchasing system 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: 18/11/2024 Local time: 11:00IV.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) Section 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 informationIn addition to Northern Trains Ltd the participating Contracting Utilities/Authorities to this DPS are: Combined Authorities https://www.local.gov.uk/topics/devolution/devolution-online-hub/devolution-explained/combined-authorities Regional Transport Bodies https://transportactionnetwork.org.uk/campaign/wales-scotland-regions/english-regions/summary-of-regional-transport-bodies/ Agencies and Public Bodies of the Department for Transport Departments, agencies and public bodies - GOV.UK (www.gov.uk) Passenger Transport executives https://www.urbantransportgroup.org/members UK Train Operating Companies and Station Operators https://www.orr.gov.uk/about/who-we-work-with/industry/train-operating-companies The value provided in Section II.1.5) is only an estimate. NTL cannot guarantee to suppliers any business through this DPS. NTL and the Contracting/Utility Authorities expressly reserve the right: (i) not to appoint any suppliers to the DPS referred to in this notice; and (ii) to make whatever changes they may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-York:-Installation-services-of-electrical-and-mechanical-equipment./8BBTJPD8RVTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/8BBTJPD8RV GO Reference: GO-20241018-PRO-28196434VI.4) Procedures for reviewVI.4.1) Review bodyDepartment for TransportGreat Minster House,, 33 Horseferry Road,LondonSW1P 4DRUKVI.5) Date of dispatch of this notice18/10/2024 Coding Commodity categories ID Title Parent category 30200000Computer equipment and suppliesOffice and computing machinery, equipment and supplies except furniture and software packages48810000Information systemsInformation systems and servers51100000Installation services of electrical and mechanical equipmentInstallation services (except software)72000000IT services: consulting, software development, Internet and supportComputer and Related Services32410000Local area networkNetworks48900000Miscellaneous software package and computer systemsSoftware package and information systems50220000Repair, maintenance and associated services related to railways and other equipmentRepair, maintenance and associated services related to aircraft, railways, roads and marine equipment30233300Smart card readersMedia storage and reader devices48000000Software package and information systemsComputer and Related 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:robin.horsman@northernrailway.co.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 Electric Power Transmission Regulation Other Foundation Commercial Air Other Foundation Regulation and Administration of Communications Religious Executive and Legislative Offices Furniture Financial Transactions Processing Justice Other Professional All Other Support Services Turned Product and Screw Other Justice Machinery Regulation Executive Regulation and Administration of Communications Executive Financial Transactions Processing Foundation Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Agencies Professional Funds
CPVS
Parts of structures Earthmoving and excavating machinery, and associated parts Repair, maintenance and associated services related to aircraft and other equipment Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Marine, aviation and other transport insurance services Aggregates Mains Networks Networking, Internet and intranet software development services Control, safety, signalling and light equipment IT services: consulting, software development, Internet and support Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Control, safety or signalling equipment for inland waterways Repair, maintenance and associated services related to marine and other equipment Carbon Frames Furniture Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Thresholds ID cards Parts of furniture Business services: law, marketing, consulting, recruitment, printing and security Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Structures and parts Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Networking, Internet and intranet software package Vats Gears, gearing and driving elements Repair, maintenance and associated services related to roads and other equipment Pressure-reducing, control, check or safety valves Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Repair, maintenance and associated services of vehicles and related equipment Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Turning gear Electronic, electromechanical and electrotechnical supplies Railway points Rails Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Dates
UNSPSC
Netting Aircraft Rails House Nuts Gears Computers Software Awards Furniture Business cases Passenger transport Utilities Publishing Equipment cases Liability insurance Case making services Professional indemnity insurance Aggregates Combination H Financial Instruments, Products, Contracts and Agreements Aircraft, Single Engine Power Supply, Computer Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Aircraft, Flight Inspection (Fully Equipped) Aircraft, Jet Widebody Clinical laboratory and toxicology testing systems, components, and supplies Aircraft, Twin Engine
Regions
Europe Northern Europe
Sectors
Chemicals Building Environment and Pollution-Recycling Furniture Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Transportation Printing and Publishing Services Railways-Rail-Railroad Smart Cards and other Access Control System Machinery and Equipments-M&E Defence and Security Electricity Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Industry Electronics Building Material 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