Report Dated: 04-03-2012
Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index links below. This will take you directly to the matching document.
TITLE: UK-Canterbury: taxi services
PUBLISHED ON: 24/02/2012
DOCUMENT NUMBER: 60420-2012
JOURNAL NUMBER: 38
SPECIFICATION DUE:
DEADLINE: 06/03/2012
TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations)
NATURE OF CONTRACT: 4 - Service contract
PROCEDURE: 2 - Restricted procedure
REGULATION: 5 - European Union, with participation by GPA countries
AWARDING AUTHORITY: N - National or federal Agency/Office
TYPE OF BID: Z - Not specified
CRITERIA: 2 - The most economic tender
CPV CODE(S):
60120000
Taxi services
AGENCY: EAST KENT HOSPITALS UNIVERSITY
COUNTRY: GB.
LANGUAGE: EN
East Kent Hospitals University, NHS Foundation Trust Headquarters Kent and
Canterbury Hospital Ethelbert Road, attn: Monjur Elahi, UNITED KINGDOM-CT1
3NGCanterbury. Tel. +44 1233616100. E-mail: monjur.elahi@nhs.net.
(Supplement to the Official Journal of the European Union, 19.1.2012,
2012/S 12-019395)
Instead of:
II.1.4) Information on framework agreement:
Estimated total value of purchases for the entire duration of the
framework agreement:
Estimated value excluding VAT: 200 000 GBP.
II.2.1) Total quantity or scope:
Estimated value excluding VAT: 200 000 GBP.
IV.3.4) Time limit for receipt of tenders or requests to participate:
17.2.2012 (12:00).
Read:
II.1.4) Information on framework agreement:
Estimated total value of purchases for the entire duration of the
framework agreement:
Estimated value excluding VAT: 600 000 GBP.
II.2.1) Total quantity or scope:
Estimated value excluding VAT: 600 000 GBP.
IV.3.4) Time limit for receipt of tenders or requests to participate:
6.3.2012 (12:00).
ORIGINAL LANGUAGE:
TED (C) European Communities 2012. OJEU Finder. Contact
reception@ojeu.com
>> Back to top >>
TITLE: UK-Manchester: cardiac-monitoring devices
PUBLISHED ON: 24/02/2012
DOCUMENT NUMBER: 61647-2012
JOURNAL NUMBER: 38
SPECIFICATION DUE: 16/03/2012
DEADLINE: 22/03/2012
TYPE OF DOCUMENT: 3 - Invitation to tender
NATURE OF CONTRACT: 4 - Service contract
PROCEDURE: 2 - Restricted procedure
REGULATION: 5 - European Union, with participation by GPA countries
AWARDING AUTHORITY: 6 - Body governed by public law
TYPE OF BID: Z - Not specified
CRITERIA: 2 - The most economic tender
CPV CODE(S):
33123210, 33182300, 33182400, 33123220, 33182000, 45215148, 33111700
Cardiac-monitoring devices, Cardiac surgery devices, Cardiac X-ray system, Cardio-angiography devices, Cardiac support devices, Catheter room construction work, Angiography room
AGENCY: UNIVERSITY HOSPITAL OF SOUTH MANCHESTER NHS FOUNDATION TRUST
COUNTRY: GB.
LANGUAGE: EN
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
University Hospital of South Manchester NHS Foundation Trust
International House, Ledson Road
M23 9GP Manchester
UNITED KINGDOM
E-mail: procurement@uhsm.nhs.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
Body governed by public law
I.3) Main activity
Health
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Cath labs.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance:
University Hospital of South Manchester NHS Foundation Trust, Southmoor
Road, Wythenshawe, Manchester, M23 9LT, UNITED KINGDOM.
NUTS code UKD31
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
The University Hospital of South Manchester is looking for expressions of
interest from providers of Catheter laboratories.
The Trust will be looking for a supplier who could provide options for
delivery of this service i.e. purchase or managed service option.
UHSM wishes to appoint a provider who will assist the Trust to further
promote their position as a major cardiac treatment centre, by delivering
a value for money service.
II.1.6) Common procurement vocabulary (CPV)
33123210, 33182300, 33182400, 33123220, 33182000, 45215148, 33111700
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Contract period - 7 years.
II.2.2) Information about options
Options: yes
Description of these options: With an option to extend for a further: plus
1 year plus 1 year plus 1 year.
II.3) Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)
Section III: Legal, economic, financial and technical information
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://www.nhssourcing.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 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.
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 5
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: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
UHSM/6052
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Time limit for receipt of requests for documents or for accessing
documents: 16.3.2012 - 12:00
IV.3.4) Time limit for receipt of tenders or requests to participate
22.3.2012 - 12:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.3) Additional information
The Contracting Authority intends to use an eTendering system in this
procurement exercise and reserves the right to use a reverse auction.
This is an Expressions of interest stage only. Expressions of Interest
will only be accepted via the BravoSolution portal. For assistance please
contact Bravo Soultion Helpdesk on T: +44 8003684850 or via
email:bravosolution.co.uk.
VI.5) Date of dispatch of this notice:
21.2.2012
ORIGINAL LANGUAGE:
TED (C) European Communities 2012. OJEU Finder. Contact
reception@ojeu.com
>> Back to top >>
TITLE: UK-London: data capture services
PUBLISHED ON: 24/02/2012
DOCUMENT NUMBER: 61770-2012
JOURNAL NUMBER: 38
SPECIFICATION DUE: 10/04/2012
DEADLINE: 17/04/2012
TYPE OF DOCUMENT: 3 - Invitation to tender
NATURE OF CONTRACT: 4 - Service contract
PROCEDURE: 1 - Open procedure
REGULATION: 5 - European Union, with participation by GPA countries
AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority
TYPE OF BID: 1 - Submission for all lots
CRITERIA: 2 - The most economic tender
CPV CODE(S):
72313000, 72316000, 72322000
Data capture services, Data analysis services, Data management services
AGENCY: DEPARTMENT FOR EDUCATION
COUNTRY: GB.
LANGUAGE: EN
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Department for Education
Sanctuary Buildings, Great Smith Street
Contact point(s): Commercial Team
SW1P 3BT London
UNITED KINGDOM
Telephone: +44 2476660137
E-mail: INBOX@education.gsi.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
Ministry or any other national or federal authority, including their
regional or local sub-divisions
I.3) Main activity
Education
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Collection of optional test data for key stage 1 tests, Optional tests at
years 3, 4 and 5 and year 1 phonics check item level data.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 27: Other services
NUTS code UK
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
Data capture services. Data analysis services. Data management services.
The pupil level item data is collected for KS1 and optional tests to
enable schools to benchmark their results with other schools by their
geographical area, school type and/or gender. The second use for the data
is to enable the DfE to monitor schools standards, both on an individual
school basis and also a national level, on a year by year comparison. The
year 1 phonics check item level data will again be utilised by schools to
benchmark themselves against other schools in the sample.
The principal requirements of the successful supplier will be to:
(1) Select and approach schools to secure their cooperation in the
provision of data;
(2) Collect the required data from the selected schools, ensuring there is
sufficient data to meet the statistical sampling requirements; and
(3) Analyse the data; and
(4) Provide the data in the required format and at the required time to
DfE.
II.1.6) Common procurement vocabulary (CPV)
72313000, 72316000, 72322000
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:
The successful supplier will need to achieve a sample of no less than 3
200 pupils per subject in KS1, 6 000 pupils per subject in the optional
tests and 10 000 pupils for the year 1 phonics check, while ensuring
compliance with the required sample representativeness.
II.3) Duration of the contract or time limit for completion
Duration in months: 36 (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:
As indicated within the ITT.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
As indicated within the ITT.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Prime contractor, joint venture.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Information in respect of the conditions under Regulation 24 that
will be notified as requirements within the ITT.
Minimum level(s) of standards possibly required: As indicated within the
ITT.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Information in respect of the conditions under Regulation 25 that will be
notified as requirements within the ITT.
Minimum level(s) of standards possibly required:
As indicated within the ITT.
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Open
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: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
STA0010
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Time limit for receipt of requests for documents or for accessing
documents: 10.4.2012 - 14:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
17.4.2012 - 12:00
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
in days: 60 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening tenders
Date: 18.4.2012 - 09:00
Place:
Coventry.
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
The contracting authority considers that this contract may be suitable for
economic operators that are small or medium enterprises (SMEs). However,
any selection of tenderers will be based solely on the criteria set out
for the procurement, and the contract will be awarded on the basis of the
most economically advantageous tender.
Parties wishing to be considered for this contract must register their
interest by giving their business name, address, telephone number, fax
number, e-mail address, and a contact name and address for receipt of a
invitation to tender (ITT) to Contracts.INBOX@education.gsi.gov.uk by the
deadline of 14:00 hours on 10.4.2012. Once the interest is received, the
ITT shall be issued within two working days and must be completed and
returned by the closing deadline of 12:00 hours on 17.4.2012. GO
Reference: GO-2012222-PRO-3732235.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
As in 1
VI.5) Date of dispatch of this notice:
22.2.2012
ORIGINAL LANGUAGE:
TED (C) European Communities 2012. OJEU Finder. Contact
reception@ojeu.com
>> Back to top >>
TITLE: UK-Northampton: IT services: consulting, software development, Internet and support
PUBLISHED ON: 24/02/2012
DOCUMENT NUMBER: 61789-2012
JOURNAL NUMBER: 38
SPECIFICATION DUE:
DEADLINE: 30/03/2012
TYPE OF DOCUMENT: 3 - Invitation to tender
NATURE OF CONTRACT: 4 - Service contract
PROCEDURE: 2 - Restricted procedure
REGULATION: 4 - European Union
AWARDING AUTHORITY: 6 - Body governed by public law
TYPE OF BID: 1 - Submission for all lots
CRITERIA: 2 - The most economic tender
CPV CODE(S):
72000000
IT services: consulting, software development, Internet and support
AGENCY: NORTHAMPTON GENERAL HOSPITAL NHS TRUST
COUNTRY: GB.
LANGUAGE: EN
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Northampton General Hospital NHS Trust
Purchasing & Supply, Cliftonville
For the attention of: Mr Daryl Read
NN1 5BD Northampton
UNITED KINGDOM
Telephone: +44 1604523922
E-mail: daryl.read@ngh.nhs.uk
Internet address(es):
General address of the contracting authority: www.supplying2nhs.com
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Health
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Pharmacy management & e-prescribing system.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Main
place of performance: Northampton General Hospital NHS Trust (NGH).
Kettering General Hospital NHS Foundation Trust and Bedford Hospital, plus
any other NHS bodies in England, subject to the approval of NGH, including
but not limited to Acute Trusts, Foundation Trusts, Ambulance Trusts,
Primary Care Trusts, Care Trusts, NHS Hospital Trusts, Strategic Health
Authorities, Mental Health Trusts, Special Health Authorities, Community
Health Councils, Local Health Boards, Social Enterprises, NHS
Collaborative Procurement Hubs, GP Practices, Primary Care Commissioners,
Department of Health, Public Health England and Local Authorities (where
Local Authorities are engaged in the provision or commissioning of health
related services, for example (but not limited to) the fields of
healthcare, social care, early years care and public health). Full
listings of these bodies can be found at:
Acute Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx.
Primary Care Trusts:
http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx.
Mental Health Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx.
Ambulance Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx.
Care Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx.
Strategic Health Authorities:
http://www.nhs.uk/ServiceDirectories/Pages/StrategicHealthAuthorityListing.aspx.
Special Health Authorities:
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx.
Other English NHS bodies:
http://www.nhs.uk/servicedirectories/Pages/ServiceSearch.aspx.
Arms Length Bodies
http://www.dh.gov.uk/en/Aboutus/OrganisationsthatworkwithDH/Armslengthbodies/Categorisationofarmslengthbodies/index.htm.
The NHS Commissioning Board and other organisations involved in
commissioning or overseeing General Practitioner services and GP consortia
which will be responsible for commissioning most aspects of NHS care (or
equivalent body/bodies established pursuant to legislation enacted as a
result of, or in connection with, the White Paper, Equity and Excellence:
Liberating the NHS published July 2010.
GP Practices:
http://www.nhs.uk/servicedirectories/Pages/ServiceSearch.aspx, and:
http://www.general-practitioners-uk.co.uk/.
And any other provider of primary medical services:
a) Who are a party to any of the following contracts:
— General medical services (GMS),
— Personal medical services (PMS),
— Alternative provider medical services (APMS), and/or
b) Commissioned by the NHS Commissioning Board or other organisations
involved in commissioning or overseeing General Practitioner services, as
described above.
Social enterprises:
http://www.dh.gov.uk/prod_consum_dh/groups/dh_digitalassets/@dh/@en/documents/digitalasset/dh_119228.pdf.
Local authorities:
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG.
NUTS code UKF
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
The Trust envisages the introduction of an integrated medicines management
system at NGH and also Berrywood Hospital pharmacy. The system would
replace the existing EDS Swift Healthcare system which although supported
is no longer being developed and so is a constraint on achieving best
practice in medicine management and e-prescribing.
The Trust will implement e-prescribing in a subsequent project but given
the close integration necessary between a pharmacy and e-prescribing
system will evaluate e-prescribing functionality in addition to that of
pharmacy as part of this tender exercise and retain a contractual option
to purchase the e-prescribing module after implementation of the pharmacy
system e-prescribing.
The Trust does not intend to produce an OBS based on its own requirements
for e-prescribing, rather understand the suppliers offering by asking the
supplier to detail compliance with the national baseline functional
specification v1.0 25.1.2007.
http://www.connectingforhealth.nhs.uk/systemsandservices/eprescribing/baselinefunctspec.pdf/view.
II.1.6) Common procurement vocabulary (CPV)
72000000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8) Lots
This contract is divided into lots: no
II.3) Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
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 will be assessed on the basis of the information
provided in response to a pre-qualification questionnaire (PQQ) which will
be made available via the trusts E-Tendering portal www.supplying2nhs.com,
after the closing date for receipt of expressions of interest.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: To be assessed on the basis of the information and the selection
criteria described in the PQQ.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
To be assessed on the basis of the information and the selection criteria
described in the PQQ and ITT documents.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
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 5
Objective criteria for choosing the limited number of candidates: The
completed PQQ will be used to shortlist the most suitable 2-5 candidates
based on the selection criteria described in the PQQ.
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: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
DNWC-8RGCXM
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.4) Time limit for receipt of tenders or requests to participate
30.3.2012 - 09:00
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no
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
Candidates wishing to be considered for this contract must register their
expression of interest and provide additional procurement specific
information (if required) through the 'Supplying to the NHS' E-Tendering
portal at www.supplying2nhs.com plus the mandatory requirement to be
registered with Sid4Health.
You will be able to express your interest once you have applied to
register in the portal and a user name and password have been provided.
The Trust reserves the right not to award the contract in part or whole.
The Trust will not be responsible for any candidates costs incurred in
submitting their tender.
VI.5) Date of dispatch of this notice:
23.2.2012
ORIGINAL LANGUAGE:
TED (C) European Communities 2012. OJEU Finder. Contact
reception@ojeu.com
>> Back to top >>