Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Ангильи


Framework for the Supply of Textile Healthcare Products (THP) (R3) (Ангилья - Тендер #39227731)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Ангилья (другие тендеры и закупки Ангилья)
Организатор тендера: Sell2Wales – Government´s Initiative
Номер конкурса: 39227731
Дата публикации: 15-03-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
  • Contract notice Section I: Contracting authority I.1) Name and addresses

Northumbria Healthcare Facilities Management Limited

Units 7&8 Silver Fox Way, Cobalt Business Park

North Shields

NE27 0QJ

UK

Contact person: Mr Carl Slater

Telephone: +44 7773166952

E-mail: carl.slater@northumbria-healthcare.nhs.uk

NUTS: UKC21

Internet address(es)

Main address: https://nhfm.co.uk/

Address of the buyer profile: https://nhfm.co.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object II.1) Scope of the procurement II.1.1) Title

Framework for the Supply of Textile Healthcare Products (THP) (R3)

Reference number: DN660422

II.1.2) Main CPV code

19000000

II.1.3) Type of contract

Supplies

II.1.4) Short description

This is a call for competition to establish a Multi Lot Framework of key suppliers to supply

Textile Healthcare Products (THP) to the Contracting Authority’s manufacturing site at

Seaton Delaval in the North East of England.

This Framework Agreement can be accessed by:

Northumbria Healthcare Facilities Management Ltd (the Authority) a wholly owned

subsidiary of Northumbria Healthcare NHS Foundation Trust.

The Framework comprises of 11 Lots:

LOT NUMBER and LOT TITLE

1 Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes

2 Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons

3 Component parts used in the manufacture of Scrub Tops and Trousers, Pillows (Standard and Small), Waffle Summers blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Patient Safety Mitts, Kit Bags, Window Curtains, Slipperets (Grip Socks), (Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Smart Scrubs, Fleece Blankets

4 Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns

5 Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations.

6 Components parts used in the manufacture of Type II R Masks

7 Components parts used in the manufacture clothing, bedding and various bags. sheets, trousers, laundry bags and curtains

8 Components parts used in the manufacture clothing such as T-shirts and sweat shirts.

9 Components parts used in the manufacture sandbags.

10 Components parts used in the manufacture of leather goods, and also this lot includes foam board for manufacturing insoles.

11 Supply Supply of an anti-viral & anti-bacterial solution that captures and eradicate >99% of viruses and microorganisms, including COVID-19, S. aureus, P. aeruginosa, and E. Coli in 10 mins contact time. The product must be non-cytotoxic and safe for human use and not contain heavy metals or utilise metallic ions.

Tenders will be evaluated as follows:

Selection Questionnaire

Quality Evaluation

Commercial evaluation

Each tender will be evaluated based on the most economically advantageous tender (MEAT)

based on the following:

Quality 60% and Price 40%

All components will be evaluated individually in accordance with the above criteria.

To be successful in gaining a place on the Framework Agreement, a combined minimum

Quality/Cost score of 60% must be achieved against each component bid for, subject to

passing all stages of the evaluation process.

The Contracting Authority makes no guarantee as to the volumes of business or any business

on offer and any figures / quantities / volumes stated are indicative and there for guidance only for costing purposes.

Call Offs for Goods/Services under the framework will be made either via a direct award or a

further competition depending on the requirement and the scope of the services, and solely

at the discretion of the Contracting Authority.

Further information in relation to call off criteria can be found within Schedule 7 of the Call-

Off Terms and Conditions.

Further details of the Contracting Authority’s requirements under the Contract and other

relevant information are detailed in the Specification at Schedule 2.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes

II.2.2) Additional CPV code(s)

19200000

19400000

II.2.3) Place of performance

NUTS code:

UKC21


Main site or place of performance:

Northumbria Manufacturing and Innovation Hub

Avenue Road

Seaton Delaval

Whitley Bay

NE25 0QJ

II.2.4) Description of the procurement

Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Capability / Weighting: 25%

Quality criterion: Quality Management / Weighting: 15%

Quality criterion: Business Continuity/Risk Management / Weighting: 10%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place on any lot, on the Framework Agreement, a combined

minimum Quality/Cost score of 60% must be achieved against each component bid for,

subject to passing all stages of the evaluation process.

Lot No: 2

II.2.1) Title

Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons

II.2.2) Additional CPV code(s)

19200000

19400000

II.2.3) Place of performance

NUTS code:

UKC21


Main site or place of performance:

Northumbria Manufacturing and Innovation Hub

Avenue Road

Seaton Delaval

Whitley Bay

NE25 0QJ

II.2.4) Description of the procurement

Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Capability / Weighting: 25%

Quality criterion: Quality Management / Weighting: 15%

Quality criterion: Business Continuity/Risk Management / Weighting: 10

Quality criterion: Social Value / Weighting: 10%

Price / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place on any lot, on the Framework Agreement, a combined

minimum Quality/Cost score of 60% must be achieved against each component bid for,

subject to passing all stages of the evaluation process.

Lot No: 3

II.2.1) Title

Lot 3 - Component parts used in the manufacture of Scrub Tops and Trousers, Smart Scrubs, Pillows (Standard and Small), Waffle Summers Blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and Cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Posy Mitts, Kit Bags, Window Curtains, Slipperets (Grip Socks), Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns

II.2.2) Additional CPV code(s)

19200000

19400000

II.2.3) Place of performance

NUTS code:

UKC21


Main site or place of performance:

Northumbria Manufacturing and Innovation Hub

Avenue Road

Seaton Delaval

Whitley Bay

NE25 0QJ

II.2.4) Description of the procurement

Component parts used in the manufacture of Scrub Tops and Trousers, Smart Scrubs, Pillows (Standard and Small), Waffle Summers Blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and Cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Posy Mitts, Kit Bags, Window Curtains, Slipperets (Grip Socks), Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Knitted Underwear, Threads

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Capability / Weighting: 25%

Quality criterion: Quality Management / Weighting: 15%

Quality criterion: Business Continuity/Risk Management / Weighting: 10%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place on any lot, on the Framework Agreement, a combined

minimum Quality/Cost score of 60% must be achieved against each component bid for,

subject to passing all stages of the evaluation process.

Lot No: 4

II.2.1) Title

Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns

II.2.2) Additional CPV code(s)

19200000

19400000

II.2.3) Place of performance

NUTS code:

UKC21


Main site or place of performance:

Northumbria Manufacturing and Innovation Hub

Avenue Road

Seaton Delaval

Whitley Bay

NE25 0QJ

II.2.4) Description of the procurement

Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Capability / Weighting: 25%

Quality criterion: Quality Management / Weighting: 15%

Quality criterion: Business Continuity/Risk Management / Weighting: 10%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

Lot No: 5

II.2.1) Title

Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations

II.2.2) Additional CPV code(s)

19200000

19400000

II.2.3) Place of performance

NUTS code:

UKC21


Main site or place of performance:

Northumbria Manufacturing and Innovation Hub

Avenue Road

Seaton Delaval

Whitley Bay

NE25 0QJ

II.2.4) Description of the procurement

Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Capability / Weighting: 25%

Quality criterion: Quality Management / Weighting: 15%

Quality criterion: Business Continuity/Risk Management / Weighting: 10%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

Lot No: 6

II.2.1) Title

Components parts used in the manufacture of Type II R Masks

II.2.2) Additional CPV code(s)

19200000

19400000

II.2.3) Place of performance

NUTS code:

UKC21


Main site or place of performance:

Northumbria Manufacturing and Innovation Hub

Avenue Road

Seaton Delaval

Whitley Bay

NE25 0QJ

II.2.4) Description of the procurement

Components parts used in the manufacture of Type II R Masks

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Capability / Weighting: 25%

Quality criterion: Quality Management / Weighting: 15%

Quality criterion: Business Continuity/Risk Management / Weighting: 10%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in working days: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

Lot No: 7

II.2.1) Title

Supply of an anti-viral & anti-bacterial solution that captures and eradicate >99% of viruses and microorganisms

II.2.2) Additional CPV code(s)

24455000

33000000

II.2.3) Place of performance

NUTS code:

UKC21


Main site or place of performance:

Northumbria Manufacturing and Innovation Hub

Avenue Road

Seaton Delaval

Whitley Bay

NE25 0QJ

II.2.4) Description of the procurement

Supply of an anti-viral & anti-bacterial solution that captures and eradicate >99% of viruses and microorganisms, including COVID-19, S. aureus, P. aeruginosa, and E. Coli in 10 mins contact time. The product must be non-cytotoxic and safe for human use and not contain heavy metals or utilise metallic ions.

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Capability / Weighting: 25%

Quality criterion: Quality Management / Weighting: 15%

Quality criterion: Business Continuity/Risk Management / Weighting: 10%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a six-month duration

following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

Section IV: Procedure IV.1) Description IV.1.1) Type of procedure

Open 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.

Justification for any framework agreement duration exceeding 4 years:

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-020408

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/04/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 14/04/2023

Local time: 12:00

Section VI: Complementary information VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review VI.4.1) Review body

Northumbria Healthcare Facilities Management Ltd

Northumbria House, Units 7&8, Silver Fox Way, Cobalt Business Park

North Shields

NE27 0QJ

UK

Internet address(es)

URL: https://nhfm.co.uk/

VI.5) Date of dispatch of this notice

14/03/2023


Information added to the notice since publication.

Additional information added to the notice since it"s publication.
No further information has been uploaded.
Main Contact: carl.slater@northumbria-healthcare.nhs.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a
Commodity Categories Commodity Categories
ID Title Parent Category
24455000 Disinfectants Agro-chemical products
19000000 Leather and textile fabrics, plastic and rubber materials Materials and Products
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
19200000 Textile fabrics and related items Leather and textile fabrics, plastic and rubber materials
19400000 Textile yarn and thread Leather and textile fabrics, plastic and rubber materials

Delivery Locations Delivery Locations
ID Description
100 UK - All

Alert Region Restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Ангилья

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru