Tender Details
Title

Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027 The Authority is establishing a DYNAMIC PURCHASING SYSTEM (DPS) for the supply of Consultancy Services for Construction (Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027) The DPS has an initial duration of 2 years with options to extend for up to a further 2 x 12 months at the sole ...

Country
Language
English
Organization
Published Date
01.10.2024
Deadline Date
06.11.2024
Overview
Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027 The Authority is establishing a DYNAMIC PURCHASING SYSTEM (DPS) for the supply of Consultancy Services for Construction (Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027) The DPS has an initial duration of 2 years with options to extend for up to a further 2 x 12 months at the sole ... North Tyneside Council Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027 - Opportunity Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027 North Tyneside Council F02: Contract notice Notice reference: 2024/S 000-031296 Published 1 October 2024, 10:50am Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (17 lots)II. Object (17 lots) Scope of the procurement Lot 1 – Heritage & Conservation Architecture Lot 2 – Tree Survey Lot 3. Energy Assessment Lot 4. Landscape Design - Chartered Member of the Landscape Institute Lot 5. Topographical / Measured Survey Lot 6. Ecology Survey & Biodiversity Net Gain (BNG) - CIEEM – Chartered Institute of Ecology and Environmental Management Lot 7. Geo Environmental / Site Investigation / CMRA Lot 8. Drone Inspection Lot 9. Lighting Assessment Lot 10. Archaeological Services Lot 11. Utility Management Lot 12. Noise Assessment & Acoustic Design Services Lot 13. 3D visualisation Lot 14. Damp proofing surveys Lot 15. Fire integrity service Lot 16. Flood Risk Assessment (FRA) Lot 17. Civil and Structural Design Services four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses North Tyneside Council Quadrant, Cobalt Business Park, The Silverlink North North Tyneside NE27 0BY Contact Mrs Christine Bordoli Email christine.bordoli@northtyneside.gov.uk Telephone +44 7583007237 Country United Kingdom NUTS code UKC22 - Tyneside Internet address(es) Main address http://www.northtyneside.gov.uk/ Buyer's address http://www.northtyneside.gov.uk/ one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/Opportunities/Index?p=1c9e782c-541e-e611-8114-000c29c9ba21&v=1 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/Opportunities/Index?p=1c9e782c-541e-e611-8114-000c29c9ba21&v=1 one.4) Type of the contracting authorityI.4) Type of the contracting authority Regional or local authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027 Reference number DN745280 two.1.2) Main CPV codeII.1.2) Main CPV code 71000000 - Architectural, construction, engineering and inspection services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description The Authority is establishing a DYNAMIC PURCHASING SYSTEM (DPS) for the supply of Consultancy Services for Construction (Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027) The DPS has an initial duration of 2 years with options to extend for up to a further 2 x 12 months at the sole discretion of the Authority and is anticipated to commence Jan 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. Full details are provided in the DPS documentation which is divided into the following Lots which are very high level which allows any work under the Title/ basic description to be issued as mini competition in that Lot. Further information can be found in the documents,although the information is very high level. Accreditation(s) where required, are pass or fail at the sole discretion of the Authority, are listed below each Lot Lot 1 – Heritage & Conservation Architecture - RIBA Conservation Architect, RIBA Specialist Conservation Architect or AABC Architect Accredited in Building Conservation Lot 2 – Tree Survey - ISA – International Society of Arboriculture Lot 3 – Energy Assessment - BREEAM certified / CIBSE – Chartered Institute of Building Services Engineers Lot 4 – Landscape Design - Chartered Member of the Landscape Institute Lot 5 – Topographical / Measured Survey / Utility Survey - PUMA and / or Chartered Institution of Civil Engineering Surveyors Lot 6 – Ecology Survey & Biodiversity Net Gain (BNG) - CIEEM – Chartered Institute of Ecology and Environmental Management Lot 7 – Geo Environmental / Site Investigation / CMRA - CEng – Chartered Engineer / ICE – Institute of Civil Engineers, ISE – Institute of Structural Engineers or IHE – Institute of Highways Engineers Lot 8 – Drone Inspection - Licensed professional Lot 9 – Lighting Assessment - SLL – Society of Light and Lighting Lot 10 – Archaeological Services - MCIfA – Member of Chartered Institute for Archaeologists Lot 11 – Utility Management - CEng – Chartered Engineer / ICE – Institute of Civil Engineers or ISE – Institute of Structural Engineers or IHE – Institute of Highways Engineers or NRSWA (contractors) Lot 12 – Noise Assessment & Acoustic Design Services - IOA – Institute of Acoustics Lot 13 – 3D visualisation Lot 14 – Damp proofing surveys - CSRT - Certified Surveyor in Remedial Treatment, CSSW - Certified Surveyor in Structural Waterproofing or CSTDB - Certificated Surveyor of Timber and Dampness in buildings Lot 15 – Fire integrity service - IFE – Institution of Fire Safety Engineers Lot 16 – Flood Risk Assessment (FRA) - CIWEM – Chartered Institute of Water and Environmental Management Lot 17 – Civil and Structural Design Services - ICE - Institute of Civil Engineers Further information relating to the operation of the DPS and the Authority Requirements are available in the Tender pack which can be downloaded immediately on registering an interest in this opportunity. Interested Suppliers must access the Tender documents for further information, which are available to download immediately in the NEPO Portal after registering an interest via the link below. Unregistered Suppliers will be re-directed to a registration page, registration is free via the link provided: https://procontract.due-north.com and searching via opportunities or looking at our current Tenders via: North Tyneside Tendering Opportunities or https://my.northtyneside.gov.uk/category/606/tender-and-contract-opportunities two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Lot 1 – Heritage & Conservation Architecture Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 1 – Heritage & Conservation Architecture - RIBA Conservation Architect, RIBA Specialist Conservation Architect or AABC Architect Accredited in Building Conservation two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Lot 2 – Tree Survey Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 77200000 - Forestry services 77211600 - Tree seeding two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 2 – Tree Survey - ISA – International Society of Arboriculture two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Energy Assessment Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 3 – Energy Assessment - BREEAM certified / CIBSE – Chartered Institute of Building Services Engineers two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Landscape Design - Chartered Member of the Landscape Institute Lot No 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 4 – Landscape Design - Chartered Member of the Landscape Institute two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Topographical / Measured Survey Lot No 5 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 5 – Topographical / Measured Survey / Utility Survey - PUMA and / or Chartered Institution of Civil Engineering Surveyors two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Ecology Survey & Biodiversity Net Gain (BNG) - CIEEM – Chartered Institute of Ecology and Environmental Management Lot No 6 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 6 – Ecology Survey & Biodiversity Net Gain (BNG) - CIEEM – Chartered Institute of Ecology and Environmental Management two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Geo Environmental / Site Investigation / CMRA Lot No 7 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 7 – Geo Environmental / Site Investigation / CMRA - CEng – Chartered Engineer / ICE – Institute of Civil Engineers, ISE – Institute of Structural Engineers or IHE – Institute of Highways Engineers two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Drone Inspection Lot No 8 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services 73000000 - Research and development services and related consultancy services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 8 – Drone Inspection - Licensed professional two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Lighting Assessment Lot No 9 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 9 – Lighting Assessment - SLL – Society of Light and Lighting two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Archaeological Services Lot No 10 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 10 – Archaeological Services - MCIfA – Member of Chartered Institute for Archaeologists Further information relating to the operation of the DPS and the Authority Requirements are two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Utility Management Lot No 11 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 11 – Utility Management - CEng – Chartered Engineer / ICE – Institute of Civil Engineers or ISE – Institute of Structural Engineers or IHE – Institute of Highways Engineers or NRSWA (contractors) two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Noise Assessment & Acoustic Design Services Lot No 12 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 12 – Noise Assessment & Acoustic Design Services - IOA – Institute of Acoustics two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title 3D visualisation Lot No 13 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 13 - 3D visualisation two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Damp proofing surveys Lot No 14 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 14 – Damp proofing surveys - CSRT - Certified Surveyor in Remedial Treatment, CSSW - Certified Surveyor in Structural Waterproofing or CSTDB - Certificated Surveyor of Timber and Dampness in buildings two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Fire integrity service Lot No 15 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 15 – Fire integrity service - IFE – Institution of Fire Safety Engineers two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Flood Risk Assessment (FRA) Lot No 16 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 16 – Flood Risk Assessment (FRA) - CIWEM – Chartered Institute of Water and Environmental Management two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Civil and Structural Design Services Lot No 17 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 71000000 - Architectural, construction, engineering and inspection services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKC22 - Tyneside two.2.4) Description of the procurementII.2.4) Description of the procurement The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025. Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents. Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote. The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is: Lot 17 – Civil and Structural Design Services - ICE - Institute of Civil Engineers two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 6 November 2024 four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.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) four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 1 November 2024 Local time 12:00pm Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published: Contract Duration The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with thes six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body High Court of Justice Technology and Construction Court Court 7 Rolls Building London EC4A 1 NL Telephone +44 2079477156 Country United Kingdom Back to top 1727799923 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027North Tyneside Council  The Authority is establishing a DYNAMIC PURCHASING SYSTEM (DPS) for the supply of Consultancy Services for Construction (Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027) The DPS has an initial duration of 2 years with options to extend for up to a further 2 x 12 months at the sole ...  Notice typeF02: Contract noticeClosing6 November 2024 - no time specifiedContract locationUKC22 - TynesidePublication date1 October 2024, 10:50am
NAICS
Business All Other Professional Jewelry Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation and Administration of Communications Religious Justice Other Professional Cookie Highway Construction Architectural Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Highway Investigation Regulation and Administration of Communications International Jewelry Measuring Courts Agriculture Search Navigational Courts Highway Research and Development in the Physical Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Research and Development in the Physical Water Construction Professional Funds
CPVS
Timber Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Waterproofing work Environmental management Mains Control, safety, signalling and light equipment Architectural, engineering and planning services Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Cobalt Frames Architectural, engineering and surveying services Rolls Structural works Wells construction work Safety cases Construction work Supports Surveying, hydrographic, oceanographic and hydrological instruments and appliances System, storage and content management software development services Trees Forms Watches Installation services of equipment for measuring, checking, testing and navigating Seeds Other services Chromium, manganese, cobalt, yttrium and zirconium Ice Keys Goods used in construction Architectural, construction, engineering and inspection services Sole Radio, television, communication, telecommunication and related equipment Designs Soles Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Netting Nuts Awards Water Business cases Watches Forestry Environmental management Utilities Inspection Well engineering Personal communication holders or mounts, stands Single room Case making services Area lighting Water, sanitation and hygiene kits Water, sanitation and hygiene kit Water, sanitation and hygiene kits E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation)
Regions
Europe Northern Europe
Sectors
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Supply Light and Lighting Products Architecture Engineering Banking-Finance-Insurance Energy Roads and Highways-Bridge Infrastructure Water and Sanitation Environmental Work Printing and Publishing Services Roadways Railways-Rail-Railroad Defence and Security Electricity Technology Hardware and Equipment Construction Fire Safety and Security Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Aviation Petroleum Products 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