We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 21665-2020

Submission deadline has been amended by:  139575-2020
16/01/2020    S11

Spain-Barcelona: Health services

2020/S 011-021665

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Fundación de Gestión Sanitaria del Hospital de la Santa Creu i Sant Pau
Postal address: Sant Antoni M. Claret, 167 - Pabellón Sant Antoni planta baja
Town: Barcelona
NUTS code: ES511 Barcelona
Postal code: 08025
Country: Spain
Contact person: Unidad de Contratación
E-mail: contractacions@santpau.cat
Telephone: +34 935537621
Fax: +34 935537631
Internet address(es):
Main address: www.santpau.cat
Address of the buyer profile: https://contractaciopublica.gencat.cat/ecofin_pscp/AppJava/cap.pscp?reqCode=viewDetail&keyword=sant+pau&idCap=4373006&ambit=&
I.1)Name and addresses
Official name: Liverpool Heart and Chest Hospital NHS Foundation Trust
Postal address: Sant Antoni M. Claret, 167 — Pabellón Sant Antoni planta baja
Town: Barcelona
NUTS code: UKD4 Lancashire
Postal code: 08025
Country: Spain
Contact person: Unidad de Contratación
E-mail: contractacions@santpau.cat
Telephone: +34 935537621
Fax: +34 935537631
Internet address(es):
Main address: http://www.ritmocore-ppi.eu/
I.1)Name and addresses
Official name: Hospital Universitari de Bellvitge de la Gerencia Territorial Metropolitana Sud de l'Institut Català de la Salut
Postal address: Sant Antoni M. Claret, 167 — Pabellón Sant Antoni planta baja
Town: Barcelona
NUTS code: ES511 Barcelona
Postal code: 08025
Country: Spain
Contact person: Unidad de Contratación
E-mail: contractacions@santpau.cat
Telephone: +34 935537621
Fax: +34 935537631
Internet address(es):
Main address: http://www.ritmocore-ppi.eu/
I.1)Name and addresses
Official name: Fundació Assistencial Mutua de Terrassa
Postal address: Sant Antoni M. Claret, 167 — Pabellón Sant Antoni planta baja
Town: Barcelona
NUTS code: ES511 Barcelona
Postal code: 08025
Country: Spain
Contact person: Unidad de Contratación
E-mail: contractacions@santpau.cat
Telephone: +34 935537621
Fax: +34 935537631
Internet address(es):
Main address: http://www.ritmocore-ppi.eu/
I.2)Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:

Tender procedure (applicable: law: Spanish) and specific contracts derived from the tender procedure (applicable law: Spanish or British, according to the national law of the buyer of each of the lots.

I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://contractaciopublica.gencat.cat/ecofin_pscp/AppJava/notice.pscp?reqCode=viewCtn&idCap=4373006&idDoc=34902682
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Other type: Contracting entity, no public administration
I.5)Main activity
Health

Section II: Object

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

Public Procurement of Innovative Solutions to Procure Innovative Services, enhanced by Digital Technologies, for a Comprehensive and Integrated Management of Patients Using Pacemakers (RITMOCORE)

II.1.2)Main CPV code
85100000 Health services
II.1.3)Type of contract
Services
II.1.4)Short description:

This contract notice invites interested operators to submit tenders to a PPI (public procurement of innovative solutions). RITMOCORE aims to acquire innovative services, valued 19 424 635,05 EUR (VAT excluded), based on the use of new technologies for a new comprehensive and integrated management approach for patients with arrhythmias that require the implantation of a pacemaker. The contract is aimed to address the following challenge: coping with the increase of patients with bradycardia who need a pacemaker. RITMOCORE is a cross-border joint procurement of 4 European hospitals (who make up a Buyers Group). RITMOCORE PPI buyers are all facing the same common challenge and are thus looking for similar innovative services: personalisation of the treatment, remote monitoring, coordination of care and patient activation.

II.1.5)Estimated total value
Value excluding VAT: 19 424 635.05 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders may participate in one, several or all of the 4 lots in which the contract object is divided, and there is no obligation to submit an offer to all the lots included in the contract.

II.2)Description
II.2.1)Title:

Liverpool Heart and Chest Hospital NHS Foundation Trust

Lot No: 1
II.2.2)Additional CPV code(s)
33100000 Medical equipments
33182000 Cardiac support devices
33182210 Pacemaker
33195000 Patient-monitoring system
85121231 Cardiology services
85148000 Medical analysis services
48180000 Medical software package
72000000 IT services: consulting, software development, Internet and support
85141210 Home medical treatment services
80561000 Health training services
II.2.3)Place of performance
NUTS code: UKD4 Lancashire
Main site or place of performance:

The contract will be executed at the institution of each member.

II.2.4)Description of the procurement:

This procedure is a public procurement of innovative solutions (PPI). 'Public procurement of innovative solutions (PPI)' means procurement where contracting authorities act as a launch customer of innovative goods or services which are not yet available on a large-scale commercial basis, and may include conformance testing. PPI does not include R&D services. (Reference: ‘Annex E. Specific requirements for innovation procurement (PCP/PPI) supported by Horizon 2020 grants’, within Horizon 2020 – Work Programme 2016-2017).

The procurement will be divided into lots (one for each of the procurers) in order to manage the local refinements of the characteristics of the innovative medical treatment ICT services and solutions to be procured for a comprehensive and integrated care management of patients using a pacemaker. The members of RITMOCORE’s buyers group agree to jointly launch a call for tender to procure such services and solutions that outperform existing services and solutions that are available on the market.

More precisely, RITMOCORE aims to transform the pacemaker patients care services from a pacemaker implanting hospital centred care service model to a patient centred model and is looking for medical treatment ICT services and solutions enabling the:

(a) personalized pacemaker therapy (provision of adequate devices depending on the patient health conditions, technical support for implantation and extraction, adoption of new emerging technological devices during the term of the contract, co-creation of care protocols);

(b) remote monitoring (support services to adopt the home monitoring programmes for patients with implantable cardiac devices, provision of ‘commented triage’ service for alerts management, administrative services support);

(c) coordinated care (patient access to treatment enabled by the coordination of the different care levels);

(d) patient activation (support for doubts and frequent questions, provision of reliable information, access to technologies approved by reference entities to be used by patients at risk, creation of patient networks, training and support plan for patients and their carers);

(e) change management (in-service training for clinical personnel, training in extraction methodologies and techniques, governance model, model of integration, interoperability and usability, management of technological renewal, model for the relationship between the hospital and the supplier).

The new healthcare model will be implemented in the 4 RITMOCORE buyers. Each of them will implement the version of the RITMOCORE model responding to their specific circumstances.

The payment in all 4 hospitals will establish a risk sharing in the management of complications with a fixed annual rate according to their catchment population and clinical outcomes obtained. In the fixed rate for a given population, the service supplier guarantees the provision of services for a certain level of annual activity (including the supply of devices); both parties agree on a percentage of annual fluctuation, without changes in the established rate.

Contract implementation will consist of a ‘change management’ phase (which is expected to be completed 12 months after contract signature — during which the innovative services and solutions will be evaluated in real-life operational conditions) and a subsequent ‘operational’ phase up to the end of the contract.

The selected operators will retain ownership of the intellectual property rights (IPRs) that they generate in the PPI and will be able to use them to exploit the full market potential of their innovative solutions i.e. beyond this procurement.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 261 733.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

This procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No 727796 — RITMOCORE (see http://www.ritmocore-ppi.eu/). The EU has given a grant for this procurement but is not participating as a contracting authority in the procurement.

II.2.14)Additional information

The price is given in Euros since, as described in II.2.13) Information about European Union Funds, this procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No 727796 — RITMOCORE (see http://www.ritmocore-ppi.eu/).

II.2)Description
II.2.1)Title:

Fundación de Gestión Sanitaria del Hospital de la Santa Creu y Sant Pau

Lot No: 2
II.2.2)Additional CPV code(s)
33100000 Medical equipments
33182000 Cardiac support devices
33182210 Pacemaker
33195000 Patient-monitoring system
85121231 Cardiology services
85148000 Medical analysis services
48180000 Medical software package
72000000 IT services: consulting, software development, Internet and support
85141210 Home medical treatment services
80561000 Health training services
II.2.3)Place of performance
NUTS code: ES511 Barcelona
Main site or place of performance:

The contract will be executed at the institution of each member.

II.2.4)Description of the procurement:

This procedure is a public procurement of innovative solutions (PPI). 'Public procurement of innovative solutions (PPI)' means procurement where contracting authorities act as a launch customer of innovative goods or services which are not yet available on a large-scale commercial basis, and may include conformance testing. PPI does not include R&D services. (Reference: ‘Annex E. Specific requirements for innovation procurement (PCP/PPI) supported by Horizon 2020 grants’, within Horizon 2020 – Work Programme 2016-2017).

The procurement will be divided into lots (one for each of the procurers) in order to manage the local refinements of the characteristics of the innovative medical treatment ICT services and solutions to be procured for a comprehensive and integrated care management of patients using a pacemaker. The members of RITMOCORE’s buyers group agree to jointly launch a call for tender to procure such services and solutions that outperform existing services and solutions that are available on the market.

More precisely, RITMOCORE aims to transform the pacemaker patients care services from a pacemaker implanting hospital centred care service model to a patient centred model and is looking for medical treatment ICT services and solutions enabling the:

(a) personalized pacemaker therapy (provision of adequate devices depending on the patient health conditions, technical support for implantation and extraction, adoption of new emerging technological devices during the term of the contract, co-creation of care protocols);

(b) remote monitoring (support services to adopt the home monitoring programmes for patients with implantable cardiac devices, provision of ‘commented triage’ service for alerts management, administrative services support);

(c) coordinated care (patient access to treatment enabled by the coordination of the different care levels);

(d) patient activation (support for doubts and frequent questions, provision of reliable information, access to technologies approved by reference entities to be used by patients at risk, creation of patient networks, training and support plan for patients and their carers);

(e) change management (in-service training for clinical personnel, training in extraction methodologies and techniques, governance model, model of integration, interoperability and usability, management of technological renewal, model for the relationship between the hospital and the supplier).

The new healthcare model will be implemented in the 4 RITMOCORE buyers. Each of them will implement the version of the RITMOCORE model responding to their specific circumstances.

The payment in all 4 hospitals will establish a risk sharing in the management of complications with a fixed annual rate according to their catchment population and clinical outcomes obtained. In the fixed rate for a given population, the service supplier guarantees the provision of services for a certain level of annual activity (including the supply of devices); both parties agree on a percentage of annual fluctuation, without changes in the established rate.

Contract implementation will consist of a ‘change management’ phase (which is expected to be completed 12 months after contract signature — during which the innovative services and solutions will be evaluated in real-life operational conditions) and a subsequent ‘operational’ phase up to the end of the contract.

The selected operators will retain ownership of the intellectual property rights (IPRs) that they generate in the PPI and will be able to use them to exploit the full market potential of their innovative solutions i.e. beyond this procurement.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 6 867 402.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

This procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No 727796 — RITMOCORE (see http://www.ritmocore-ppi.eu/). The EU has given a grant for this procurement but is not participating as a contracting authority in the procurement.

II.2.14)Additional information

The price is given in Euros since, as described in II.2.13) Information about European Union Funds, this procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No 727796 — RITMOCORE (see http://www.ritmocore-ppi.eu/).

II.2)Description
II.2.1)Title:

Fundación Asistencia Mutua de Terrassa

Lot No: 3
II.2.2)Additional CPV code(s)
33100000 Medical equipments
33182000 Cardiac support devices
33182210 Pacemaker
33195000 Patient-monitoring system
85121231 Cardiology services
85148000 Medical analysis services
48180000 Medical software package
72000000 IT services: consulting, software development, Internet and support
85141210 Home medical treatment services
80561000 Health training services
II.2.3)Place of performance
NUTS code: ES511 Barcelona
Main site or place of performance:

The contract will be executed at the institution of each member.

II.2.4)Description of the procurement:

This procedure is a public procurement of innovative solutions (PPI). 'Public procurement of innovative solutions (PPI)' means procurement where contracting authorities act as a launch customer of innovative goods or services which are not yet available on a large-scale commercial basis, and may include conformance testing. PPI does not include R&D services. (Reference: ‘Annex E. Specific requirements for innovation procurement (PCP/PPI) supported by Horizon 2020 grants’, within Horizon 2020 – Work Programme 2016-2017).

The procurement will be divided into lots (one for each of the procurers) in order to manage the local refinements of the characteristics of the innovative medical treatment ICT services and solutions to be procured for a comprehensive and integrated care management of patients using a pacemaker. The members of RITMOCORE’s buyers group agree to jointly launch a call for tender to procure such services and solutions that outperform existing services and solutions that are available on the market.

More precisely, RITMOCORE aims to transform the pacemaker patients care services from a pacemaker implanting hospital centred care service model to a patient centred model and is looking for medical treatment ICT services and solutions enabling the:

(a) personalized pacemaker therapy (provision of adequate devices depending on the patient health conditions, technical support for implantation and extraction, adoption of new emerging technological devices during the term of the contract, co-creation of care protocols);

(b) remote monitoring (support services to adopt the home monitoring programmes for patients with implantable cardiac devices, provision of ‘commented triage’ service for alerts management, administrative services support);

(c) coordinated care (patient access to treatment enabled by the coordination of the different care levels);

(d) patient activation (support for doubts and frequent questions, provision of reliable information, access to technologies approved by reference entities to be used by patients at risk, creation of patient networks, training and support plan for patients and their carers);

(e) change management (in-service training for clinical personnel, training in extraction methodologies and techniques, governance model, model of integration, interoperability and usability, management of technological renewal, model for the relationship between the hospital and the supplier).

The new healthcare model will be implemented in the 4 RITMOCORE buyers. Each of them will implement the version of the RITMOCORE model responding to their specific circumstances.

The payment in all 4 hospitals will establish a risk sharing in the management of complications with a fixed annual rate according to their catchment population and clinical outcomes obtained. In the fixed rate for a given population, the service supplier guarantees the provision of services for a certain level of annual activity (including the supply of devices); both parties agree on a percentage of annual fluctuation, without changes in the established rate.

Contract implementation will consist of a ‘change management’ phase (which is expected to be completed 12 months after contract signature — during which the innovative services and solutions will be evaluated in real-life operational conditions) and a subsequent ‘operational’ phase up to the end of the contract.

The selected operators will retain ownership of the intellectual property rights (IPRs) that they generate in the PPI and will be able to use them to exploit the full market potential of their innovative solutions i.e. beyond this procurement.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 907 639.66 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

This procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No 727796 — RITMOCORE (see http://www.ritmocore-ppi.eu/). The EU has given a grant for this procurement but is not participating as a contracting authority in the procurement.

II.2.14)Additional information

The price is given in Euros since, as described in II.2.13) Information about European Union Funds, this procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No 727796 — RITMOCORE (see http://www.ritmocore-ppi.eu/).

II.2)Description
II.2.1)Title:

Hospital Universitari de Bellvitge de la Gerencia Territorial Metropolitana Sud de l'Institut Català de la Salut

Lot No: 4
II.2.2)Additional CPV code(s)
33100000 Medical equipments
33182000 Cardiac support devices
33182210 Pacemaker
33195000 Patient-monitoring system
85121231 Cardiology services
85148000 Medical analysis services
48180000 Medical software package
72000000 IT services: consulting, software development, Internet and support
85141210 Home medical treatment services
80561000 Health training services
II.2.3)Place of performance
NUTS code: ES511 Barcelona
Main site or place of performance:

The contract will be executed at the institution of each member.

II.2.4)Description of the procurement:

This procedure is a public procurement of innovative solutions (PPI). 'Public procurement of innovative solutions (PPI)' means procurement where contracting authorities act as a launch customer of innovative goods or services which are not yet available on a large-scale commercial basis, and may include conformance testing. PPI does not include R&D services. (Reference: ‘Annex E. Specific requirements for innovation procurement (PCP/PPI) supported by Horizon 2020 grants’, within HORIZON 2020 – Work Programme 2016-2017).

The procurement will be divided into lots (one for each of the procurers) in order to manage the local refinements of the characteristics of the innovative medical treatment ICT services and solutions to be procured for a comprehensive and integrated care management of patients using a pacemaker. The members of RITMOCORE’s buyers group agree to jointly launch a call for tender to procure such services and solutions that outperform existing services and solutions that are available on the market.

More precisely, RITMOCORE aims to transform the pacemaker patients care services from a pacemaker implanting hospital centred care service model to a patient centred model and is looking for medical treatment ICT services and solutions enabling the:

(a) personalized pacemaker therapy (provision of adequate devices depending on the patient health conditions, technical support for implantation and extraction, adoption of new emerging technological devices during the term of the contract, co-creation of care protocols);

(b) remote monitoring (support services to adopt the home monitoring programmes for patients with implantable cardiac devices, provision of ‘commented triage’ service for alerts management, administrative services support);

(c) coordinated care (patient access to treatment enabled by the coordination of the different care levels);

(d) patient activation (support for doubts and frequent questions, provision of reliable information, access to technologies approved by reference entities to be used by patients at risk, creation of patient networks, training and support plan for patients and their carers);

(e) change management (in-service training for clinical personnel, training in extraction methodologies and techniques, governance model, model of integration, interoperability and usability, management of technological renewal, model for the relationship between the hospital and the supplier).

The new healthcare model will be implemented in the 4 RITMOCORE buyers. Each of them will implement the version of the RITMOCORE model responding to their specific circumstances.

The payment in all 4 hospitals will establish a risk sharing in the management of complications with a fixed annual rate according to their catchment population and clinical outcomes obtained. In the fixed rate for a given population, the service supplier guarantees the provision of services for a certain level of annual activity (including the supply of devices); both parties agree on a percentage of annual fluctuation, without changes in the established rate.

Contract implementation will consist of a ‘change management’ phase (which is expected to be completed 12 months after contract signature — during which the innovative services and solutions will be evaluated in real-life operational conditions) and a subsequent ‘operational’ phase up to the end of the contract.

The selected operators will retain ownership of the intellectual property rights (IPRs) that they generate in the PPI and will be able to use them to exploit the full market potential of their innovative solutions i.e. beyond this procurement.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 10 387 860.39 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

This procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No 727796 — RITMOCORE (see http://www.ritmocore-ppi.eu/). The EU has given a grant for this procurement but is not participating as a contracting authority in the procurement.

II.2.14)Additional information

The price is given in Euros since, as described in II.2.13) Information about European Union Funds, this procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No 727796 — RITMOCORE (see http://www.ritmocore-ppi.eu/).

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Each of the contracts will be executed at the premises of each member of the Buyer Group. Other contract performance conditions as stated in the procurement documents.

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
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 250-620563
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/03/2020
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English, Spanish, Catalan
IV.2.7)Conditions for opening of tenders
Date: 18/03/2020
Local time: 09:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal Català de Contractes del Sector Públic
Town: Barcelona
Country: Spain
Internet address: https://contractacio.gencat.cat
VI.4.2)Body responsible for mediation procedures
Official name: Tribunal Català de Contractes del Sector Públic
Town: Barcelona
Country: Spain
VI.5)Date of dispatch of this notice:
13/01/2020