Surrey POISE Framework (Procurement of IT Services and Equipment).



Similar documents
UK-London: IT services: consulting, software development, Internet and support 2011/S CONTRACT NOTICE. Services

Contract notice. Services

L-Luxembourg: PE-ITEC-DIT-ITIM-2012/03-CLAVIS document management software 2013/S Contract notice. Supplies

Business Opportunity. Title: United Kingdom-Norwich: Library concierge and security services. Document Type: Contract Notice

Westminster City Council c/o Enterprise FM Enterprise FM 33 Tachbrook Street Town: London Postal code: SWIV 2JR. Telephone:

Germany-Frankfurt-on-Main: ECB - Provision of end user computing and system operation (EUCSO) managed services 2015/S

This notice in TED website:

France-Paris: Security systems and services 2014/S Contract notice. Services

This notice in TED website:

1/ 14 TED19_NRI 20/01/2016- ID: Standard form 2 - EN Microbiology Prepared Media, Antibiotic Discs and TB System and consumables [85673]

2744 Provision of a Secure Service.

This notice in TED website:

1/ 9 TED19_NRI 06/03/2016- ID: Standard form 2 - EN T1310 Provision of a Workforce Management System

Luxembourg-Luxembourg: FL/TERM15 Translation services 2015/S Contract notice. Services

1/ 8 TED19_NRI 05/05/2016- ID: Standard form 2 - EN 001/0569/16 C6500 Photo Voltaic Installations

The EU Directives on Public Procurement

Luxembourg-Luxembourg: FL/SCIENT15 Translation services 2015/S Contract notice. Services

Official name: Department of Contracts National ID: Postal address: Notre Dame Ravelin Town: Floriana Postal code: FRN 1600

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY

1/ 12 TED19_NRI 20/08/2015- ID: Standard form 2 - EN DETI/Invest NI Trade Advisory Services in Latin America and Canada

1/ 9 TED19_MLT 23/10/2015- ID: Standard form 2 - EN Tender for the Supply of Consumables for A) Microware Generator and B) Rf Generator

Luxembourg-Luxembourg: FL/RAIL16 Translation services 2016/S Contract notice. Services

Project_ DRD Roads Service - Provision of the Strangford Ferry Ticketing System.

United Kingdom-Winchester: Prefabricated buildings 2015/S Prior information notice. Supplies

1/ 11 TED19_NRI 13/05/2016- ID: Standard form 2 - EN DfI TNI - T-1064 Term Contract for Minor Improvement Works 2017.

PRIOR INFORMATION NOTICE

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Engineering of a new coal-fired power plant at the location Stade (Northern Germany), Stade (D)

1/ 11 TED19_TFL 24/03/2016- ID: Standard form 2 - EN Rapid Charge Point Concession Framework

Business Opportunity. Title: Denmark-Ballerup: Lubricating preparations. Document Type: Contract Notice

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

UK-Edinburgh: software development services 2009/S CONTRACT AWARD NOTICE. Services

UK-Cambridge: servers 2011/S Contract notice. Supplies

Supply of Vehicle Tracking System.

1/ 6 TED19_MLT 18/11/2015- ID: Standard form 3 - EN Tender for the Construction of a Grade Separated Junction at Node EA15 (Kappara)

Tender for Supply, Installation and Commissioning of a Voice Communication System for Malta Air Traffic Services Ltd. Air Traffic Control Centre.

SUFFOLK COUNTY COUNCIL PROCUREMENT RULES. Version 2 Jan Page 1 of 19

Postal address: Transport Malta, Malta Transport centre, Xatt L Ghassara Tal Gheneb, Marsa MRS 1917 Town: Marsa Postal code:mrs 1917

Contents. Version 1.4 June PCS-Tender Supplier Response Guide

INTERNAL USER GUIDE. A Guide to the European Space Agency Funding Opportunities using the ESA Electronic Mail Invitation to Tenders System (EMITS)

Poland-Warsaw: MyFrontex digital workplace (COTS-based intranet) 2016/S Contract notice. Services

Procurement Tools. Brief 11. Public Procurement. January Framework agreements Electronic auctions Dynamic purchasing systems C O N T E N T S

Electronic Tender Management System Quick User Guide Supplier

Step-by-Step Guide to using etenders For Procuring Consultants for Summer Works and Small Devolved projects

Contract Standing Orders and Procedure - A Guide For Council Employees

PRE QUALIFICATION QUESTIONNAIRE

PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR

ELECTRONIC PUBLIC PROCUREMENT SYSTEM PRICING DOCUMENT

Transcription:

Surrey POISE Framework (Procurement of IT Services and Equipment). Info Versioon 1 URL http://com.mercell.com/permalink/35568136.aspx Väline hanke ID 286085-2012 Hanke liik Hange Dokumendi liik Hanketeade Hankemenetlus Piiratud menetlus Lepingu liik Tarneleping Määrustik Euroopa Liit GATT riikide osalusega Otsustamise kriteeriumid Majanduslikult soodsaim pakkumine Avaldamise kp 8.09.2012 5:22 Sulgemisaeg 5.10.2012 12:00 Muutmisaeg 8.09.2012 5:22 Hankija Ettevõte Surrey County Council Aadress Penrhyn Road Indeks/Linn KT12TW Kingston upon Thames UNITED KINGDOM Lehekülg 1 / 11

Kirjeldus Surrey County Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by those authorities defined in section IV.3. The Contracting Authority is acting on behalf of a range of public sector stakeholders as defined in Section IV.3 below. No authority is committed to place an order for any or all services through the procurement process. Public Sector Bodies have a need for a one-stop-shop to provide a range of ICT related purchases and services. Hardware to include but not limited to the provision and configuration of mainframe, mid-range, mini computers, PC s, laptops, netbooks and peripheral equipment, audio-visual equipment and associated consumables and related services. Also to include consumables and hardware disposal and recycle up to security level IL5. Software to include but not limited to Software Applications, Software Licences, Software Upgrade, Software related Services, Software Support Services, Software Development Services, Software Maintenance Services, Software Implementation Services, Software Reproduction Services, Software Configuration Services, Hosted Services, Software as a Service (SaaS), Data Services, ESCROW and Managed Services. Services to include but not limited to installation, maintenance and management of any of the above mentioned items. To include same for infrastructure required to maintain central or remote ICT provision. To include on-site management or remote hosting of web accessed services, including their development and maintenance. To provide additional services in support of purchases to include but not limited to conducting reverse or eauctions on behalf of customers, to identify and highlight sustainable options via a green catalogue. The supplier will be required to manage the supply chain and any sub-contractors on behalf of the purchasing customer. They will be required to provide product innovation, identify avoidable costs and facilitate cost reductions. If required, to also undertake contract and asset management (including asset tagging) for the customer. The supplier will provide an online portal through which ordering and returns can be managed. The provision of regular (i.e. monthly) Management Information (MI) will be an important requirement for some customers and should include warranty information, asset information, stock delivery reports, product specifications (including energy information). The Contracting Authority does not commit to letting contract(s) for any of the above. Further detail is included in the Pre-Qualification Questionnaire which is available via the Bravo procurement portal until the date specified in Section IV.3.3. Täiedav kirjeldus Lehekülg 2 / 11

Contract notice Supplies 2012/S 173-286085 Directive 2004/18/EC Section I: Contracting authority I.1) Name, addresses and contact point(s) For the attention of: E-mail: Surrey County Council, Penrhyn Road, Rachel Maloney, KT1 2TW Kingston upon Thames, UNITED KINGDOM, rachel.maloney@surreycc.gov.uk Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s) I.2) Type of the contracting authority Regional or local authority I.3) Main activity General public services Public order and safety Health Housing and community amenities Social protection Recreation, culture and religion Education I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: yes Section II: Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: Surrey POISE Framework (Procurement of IT Services and Equipment). II.1.2) Type of contract and location of works, place of delivery or of performance Supplies Purchase Main site or location of works, place of delivery or of performance: United Kingdom. NUTS code II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) Lehekülg 3 / 11

The notice involves the establishment of a framework agreement II.1.4) Information on framework agreement Framework agreement with a single operator Duration of the framework agreement Duration in months: 48 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 00 000 000 and 300 000 000 GBP II.1.5) Short description of the contract or purchase(s) Surrey County Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by those authorities defined in section IV.3. The Contracting Authority is acting on behalf of a range of public sector stakeholders as defined in Section IV.3 below. No authority is committed to place an order for any or all services through the procurement process. Public Sector Bodies have a need for a one-stop-shop to provide a range of ICT related purchases and services. Hardware to include but not limited to the provision and configuration of mainframe, mid-range, mini computers, PC s, laptops, netbooks and peripheral equipment, audio-visual equipment and associated consumables and related services. Also to include consumables and hardware disposal and recycle up to security level IL5. Software to include but not limited to Software Applications, Software Licences, Software Upgrade, Software related Services, Software Support Services, Software Development Services, Software Maintenance Services, Software Implementation Services, Software Reproduction Services, Software Configuration Services, Hosted Services, Software as a Service (SaaS), Data Services, ESCROW and Managed Services. Services to include but not limited to installation, maintenance and management of any of the above mentioned items. To include same for infrastructure required to maintain central or remote ICT provision. To include on-site management or remote hosting of web accessed services, including their development and maintenance. To provide additional services in support of purchases to include but not limited to conducting reverse or eauctions on behalf of customers, to identify and highlight sustainable options via a green catalogue. The supplier will be required to manage the supply chain and any sub-contractors on behalf of the purchasing customer. They will be required to provide product innovation, identify avoidable costs and facilitate cost reductions. If required, to also undertake contract and asset management (including asset tagging) for the customer. The supplier will provide an online portal through which ordering and returns can be managed. The provision of regular (i.e. monthly) Management Information (MI) will be an important requirement for some customers and should include warranty information, asset information, stock delivery reports, product specifications (including energy information). The Contracting Authority does not commit to letting contract(s) for any of the above. Further detail is included in the Pre-Qualification Questionnaire which is available via the Bravo procurement portal until the date specified in Section IV.3.3. II.1.6) Common procurement vocabulary (CPV) 30200000, 30121300, 32510000, 32543000, 32342430, 30192113, 79121100, 32341000, 80533000, 32332000, 32324600, 32352200, 30121200, 79132100, 32552100, 51230000, 51211000, 30125120, 48000000, 32541000, 32560000, 32352100, 32530000, 32342100, 32400000, 32342440, 32210000, 38821000, 32552600, 90514000, 45310000, 32322000, 32260000, 72000000, 30125110, 32580000, 32344000, 66151100, 32343000, 50300000, 32551000, 32230000, 42500000, 32552200, 38651000, 32324400, 32250000, 38930000, 32544000, 32324300, 32342450, 32545000, 32570000, 32520000, 32324100, 32220000, 38700000, 51212000, 32360000, 32342300, 32552400, 32324200, 32552300, 32553000, 38653400, 32542000, 32270000, 51600000, 32546000, 64200000, 32342410, 32333000, 32310000, 32321000, 38651600, 51213000, 32342200, 35710000, 32351000, 32353100, 30121100, 32331500, 32323000, 38822000, 51300000 Lehekülg 4 / 11

II.1.7) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes II.1.8) Lots This contract is divided into lots: no II.1.9) Information about variants Variants will be accepted: no II.2) Quantity or scope of the contract II.2.1) Total quantity or scope: Estimated value excluding VAT: Range: between 00 000 000 and 300 000 000 GBP II.2.2) Information about options II.2.3) Information about renewals II.3) Duration of the contract or time limit for completion Duration in months: 48 (from the award of the contract) Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: The contracting authority reserves the right to request deposits, guarantees or other forms of security. III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Further detail on the relevant aspects of the financing and payment approach will be provided at a later date. III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: The Contracting Authority reserves the right to require groupings of suppliers to take a particular legal form, or to require a single supplier to take primary liability, or to require that each party takes joint and several liabilities. III.1.4) Other particular conditions The performance of the contract is subject to particular conditions: no III.2) Conditions for participation III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the esourcing portal (this is only required once) - Browse to the esourcing Portal: https://surrey.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) - You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the Messages function to communicate with the buyer and seek Lehekülg 5 / 11

any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the etendering help desk. III.2.2) Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended) and as set out in the Pre-Qualification Questionnaire. Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire. III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the Pre-Qualification Questionnaire. Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire. III.2.4) Information about reserved contracts III.3) Conditions specific to services contracts III.3.1) Information about a particular profession III.3.2) Staff responsible for the execution of the service Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Restricted IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Envisaged minimum number 2: and maximum number 8 Objective criteria for choosing the limited number of candidates: In accordance with Articles 44 to 52 of Directive 2004/18/EC and Regulations 23 to 29 of the Public Contracts Regulations 2006 (as amended) and as set out in the Pre-Qualification Questionnaire. IV.1.3) Reduction of the number of operators during the negotiation or dialogue IV.2) Award criteria IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2) Information about electronic auction An electronic auction will be used: yes Additional information about electronic auction: Surrey County Council reserves the right to use an electronic auction. IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority: Lehekülg 6 / 11

10431 IV.3.2) Previous publication(s) concerning the same contract no IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document IV.3.4) Time limit for receipt of tenders or requests to participate 5.10.2012-12:00 IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. IV.3.7) Minimum time frame during which the tenderer must maintain the tender IV.3.8) Conditions for opening tenders Date: 5.10.2012-12:00 Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no VI.3) Additional information This Framework is intended to cover a broad range of IT hardware, software, services and associated requirements. Where CPV codes are provided, they have been listed at their highest possible level. Therefore, where a broad CPV code is provided the Surrey County Council references all codes covered under that category. Surrey County Council has provided specific CPV codes where appropriate for specific requirements that will be covered under this framework agreement. Surrey County Council reserves the right to cancel the procurement and not to proceed with the award of the contract at any stage of the procurement process. The framework is on a call-off basis throughout the administrative area of the South East of England as defined as: Surrey County Council together with the districts and boroughs, The unitary authorities which make up Berkshire, East Sussex County Council together with their districts and boroughs and Brighton and Hove City Council, Hampshire County Council together with their districts and boroughs and the 3 city councils in that area, Isle of Wight Council, Kent County Council together with their districts and boroughs, Medway Council, West Sussex County Council together with their districts and boroughs, The Greater London Authority including all the London borough councils, Lehekülg 7 / 11

all maintained schools in the administrative areas defined above, all Police Authorities and emergency services in the administrative areas defined above, all health authorities, National Health Service Trusts and Primary Care Trusts, social care organisations and any other person (s) or body established or financed under the National Health Service Act 1977 as amended and future bodies (e.g. Foundation Trusts and Clinical Commissioning Groups) associated with the delivery of healthcare in the administrative areas defined above, Higher and Further Education establishments in the administrative areas defined above, Voluntary and Community Organisations in the administrative areas defined above, Local offices of national UK public sector bodies in the administrative areas defined above, Fire and Rescue Authorities in the administrative areas defined above. This list is intended to list major organisations. This list is not exhaustive or definitive for the duration of the contract. Other, smaller, organisations located in the administrative areas defined above may also use the services. Surrey County Council will be Surrey County Council for the purpose of the overarching agreement. Surrey County Council intends to conclude a framework agreement that will entitle the potential use of the above list to award a specific contract ( call-off contract ) from time to time based on the framework agreement. Under the terms of the framework agreement those local government authorities and public bodies included in the description above will be entitles to call-off contracts. Section IV.3.3: The Pre-Qualification Questionnaire will be available from Rachel Maloney via the Bravo Portal. The deadline to submit clarification questions is 12:00pm on 21.9.2012 and must be submitted via the Bravo Portal. Section IV.3.4: Requests to participate must be made by completion and return of the Pre Qualification Questionnaire by the date and time specified in point IV.3.4 and in accordance with the instructions set out in the Pre-Qualification Questionnaire. Completed Pre-Qualification Questionnaires submitted after the deadline may not be considered. Surrey County Council shall not be responsible for any costs, charges or expenses incurred by candidates or tenderers and accept no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed. All dates, time periods and values specified in this notice are provisional and Surrey County Council reserves the right to change these. Surrey County Council reserves the right to not award any or part of this agreement. Bidding and bid costs are entirely at the risk of candidates and tenderers and will not be refunded by Surrey County Council under any circumstances. VI.4) Procedures for appeal VI.4.1) Body responsible for appeal procedures E-mail: Surrey County Council, County Hall, Penrhyn Road, KT1 2DN Kingston Upon Thames, UNITED KINGDOM, rachel.maloney@surreycc.gov.uk VI.4.2) Lodging of appeals Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 of the Public Contracts Regulations 2006 (as amended) the contracting authorities will incorporate a minimum 10 calendar day standstill period at the point information on the framework agreement award decision is communicated to tenderers. Part 9 of the Public Contracts Regulations 2006 (as amended) provides for economic operators who have been harmed or are at risk of harm by breach of the Regulations to take legal action. Any such action must be brought within the applicable limitation period. The purpose of the standstill period referred to above is to allow an economic operator to apply to the Court to set aside the award decision before the agreement is entered into. VI.4.3) Service from which information about the lodging of appeals may be obtained Miss Rachel Maloney, Procurement and Commissioning, Room 412, County Hall, Penrhyn Road, KT1 2DN Kingston Upon Thames, UNITED KINGDOM Lehekülg 8 / 11

VI.5) Date of dispatch of this notice: 5.9.2012 CPV koodid Kood Kirjeldus 30121100 Fotokoopiamasinad. 30121200 Fotokopeerseadmed. 30121300 Reproduktsiooniseadmed. 30125110 Värvikassetid laserprinteritele/faksimasinatele. 30125120 Värvikassetid fotokoopiamasinatele. 30192113 Tindikassetid. 30200000 Arvutiseadmed ja nende tarvikud. 32210000 Ringhäälinguseadmed. 32220000 Televisiooni saateaparatuur ilma vastuvõtuseadmeta. 32230000 Raadio saateaparatuur koos vastuvõtuseadmega. 32250000 Mobiiltelefonid. 32260000 Andmeedastusseadmed. 32270000 Digitaaledastusseadmed. 32310000 Ringhäälingu raadiovastuvõtjad. 32321000 Televisiooniprojektorid. 32322000 Multimeediaseadmed. 32323000 Videomonitorid. 32324100 Värviteleviisorid. 32324200 Mustvalged televiisorid. 32324300 Televisiooniseadmed. 32324400 Televisiooniantennid. 32324600 Digitaaltelevisiooni vastuvõtjad. 32331500 Salvestid. 32332000 Magnetofonid. 32333000 Videosalvestus- või -taasesitusaparatuur. 32341000 Mikrofonid. 32342100 Kõrvaklapid. 32342200 Kuularid. 32342300 Mikrofonid ja valjuhääldite komplektid. 32342410 Heliseadmed. 32342430 Kõnetihendussüsteemid. 32342440 Kõnepostisüsteemid. 32342450 Kõnesalvestusseadmed. 32343000 Võimendid. 32344000 Raadiotelefoni või raadiotelegraafi vastuvõtuaparatuur. 32351000 Heli- ja videoseadmete lisavarustus. 32352100 Raadio- ja radarseadmete osad. 32352200 Radarite tagavaraosad ja tarvikud. Lehekülg 9 / 11

32353100 Heliplaadid. 32360000 Sisesidesüsteemid. 32400000 Võrgud. 32510000 Traadita elektersidesüsteem. 32520000 Elektersidekaabel ja -seadmed. 32530000 Satelliitsidega seotud seadmed. 32541000 Lülituskilbi seadmed. 32542000 Lülituspaneelid. 32543000 Telefonikommutaatorid. 32544000 Automaatkodukeskjaamade (PABX) seadmed. 32545000 Automaatkodukeskjaamade (PABX) süsteemid. 32546000 Digitaalsed lülitusseadmed. 32551000 Telefonikaablid ja nende juurde kuuluvad seadmed. 32552100 Telefoniaparaadid. 32552200 Teletaibid. 32552300 Telefonide ja telegraafide lülitusseadmed. 32552400 Helisagedussignaalimuundurid. 32552600 Uksetelefonid. 32553000 Telefoni- ja telegraafiseadmete osad. 32560000 Kiudoptilised materjalid. 32570000 Sideseadmed. 32580000 Andmevahendusseadmed. 35710000 Juhtimis-, kontrolli-, side- ja arvutisüsteemid. 38651000 Kaamerad/fotoaparaadid. 38651600 Digitaalkaamerad. 38653400 Projektoriekraanid. 38700000 "Ajaregistraatorid jms seadmed; parkimisautomaadid." 38821000 Raadiokaugjuhtimisseadmed. 38822000 Kaugjuhtimisega sireenid. 38930000 Niiskuse mõõtmise vahendid. 42500000 Jahutus- ja ventilatsiooniseadmed. 45310000 Elektripaigaldustööd. 48000000 Tarkvarapaketid ja infosüsteemid. 50300000 Personaalarvutite, kontoriseadmete, telekommunikatsiooni- ja audiovisuaalsete seadmete remondi-, hooldus- ja seonduvad teenused. 51211000 Ajamõõteseadmete paigaldusteenused. 51212000 Ajaregistraatorite paigaldusteenused. 51213000 Ajasalvestite paigaldusteenused. 51230000 Testimisseadmete paigaldusteenused. 51300000 Sideseadmete paigaldusteenused. 51600000 Arvutite ja kontoriseadmete paigaldusteenused. 64200000 Telekommunikatsiooniteenused. 66151100 Elektroonilise müügikoha jaemüügiteenused. 72000000 IT teenused: nõuande-, tarkvaraarendus-, Interneti- ja tugiteenused. Lehekülg 10 / 11

79121100 Tarkvara autoriõigusalased nõustamisteenused. 79132100 Elektroonilise allkirja tõendamisteenused. 80533000 Arvutikasutaja algõppe- ja koolitusteenused. 90514000 Jäätmete taaskasutusteenused. Lehekülg 11 / 11