Öffentliche Ausschreibungen icc hofmann - Ingenieurbüro für technische Informatik
Am Stockborn 16, 60439 Frankfurt/M, FRG
Tel.: +49 6082-910101 Fax.: +49 6082-910200
E-Mail: info@icc-hofmann.net
Öffentliche Ausschreibungen

(1) Searching for "2020021409302466037" in Archived Documents Library (TED-ADL)


Ausschreibung: Bauarbeiten und zugehörige Arbeiten für Rohrleitungen und Kabelnetze - DE-Bayreuth
Bauarbeiten und zugehörige Arbeiten für Rohrleitungen und Kabelnetze
Bauarbeiten für Starkstromleitungen
Installation von elektrischen Kabeln
Verlegen von Kabeln
Hochspannungskabel
Teile von Elektrizitätsverteilungs- oder -schalteinrichtungen
Signalkabel
Mit Offshore-Anlagen verbundene Dienstleistungen
Tiefseekabel
Seekabel
Dokument Nr...: 76033-2020 (ID: 2020021409302466037)
Veröffentlicht: 14.02.2020
*
  DE-Bayreuth: Bauarbeiten und zugehörige Arbeiten für Rohrleitungen und Kabelnetze
   2020/S 32/2020 76033
   Auftragsbekanntmachung  Sektoren
   Bauauftrag
   Rechtsgrundlage:
   Richtlinie 2014/25/EU
   Abschnitt I: Auftraggeber
   I.1)Name und Adressen
   Offizielle Bezeichnung: TenneT Offshore GmbH
   Nationale Identifikationsnummer: Amtsgericht Bayreuth: HRB 4516
   Postanschrift: Bernecker Straße 70
   Ort: Bayreuth
   NUTS-Code: DE
   Postleitzahl: 95448
   Land: Deutschland
   Kontaktstelle(n): Christian Jahelka
   E-Mail: [6]christian.jahelka@tennet.eu
   Telefon: +49 921507404360
   Internet-Adresse(n):
   Hauptadresse: [7]https://www.tennet.eu/de/
   Adresse des Beschafferprofils:
   [8]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=12343
   7
   I.1)Name und Adressen
   Offizielle Bezeichnung: TenneT Offshore 9. Beteiligungsgesellschaft mbH
   Nationale Identifikationsnummer: Amtsgericht Bayreuth: HRB 5579
   Postanschrift: Bernecker Straße 70
   Ort: Bayreuth
   NUTS-Code: DE
   Postleitzahl: 95448
   Land: Deutschland
   Kontaktstelle(n): Christian Jahelka
   E-Mail: [9]christian.jahelka@tennet.eu
   Telefon: +49 921507404360
   Internet-Adresse(n):
   Hauptadresse: [10]https://www.tennet.eu/de/
   Adresse des Beschafferprofils:
   [11]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=1234
   37
   I.2)Informationen zur gemeinsamen Beschaffung
   Der Auftrag betrifft eine gemeinsame Beschaffung
   I.3)Kommunikation
   Die Auftragsunterlagen stehen für einen uneingeschränkten und
   vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
   [12]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=1234
   37
   Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
   Angebote oder Teilnahmeanträge sind einzureichen elektronisch via:
   [13]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=1234
   37
   Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten
   Kontaktstellen
   I.6)Haupttätigkeit(en)
   Strom
   Abschnitt II: Gegenstand
   II.1)Umfang der Beschaffung
   II.1.1)Bezeichnung des Auftrags:
   Construction of AC Grid Connection Systems for Projects Kaskasi II and
   Gode Wind 3:
   Referenznummer der Bekanntmachung: Negometrix Tender 123437
   II.1.2)CPV-Code Hauptteil
   45232000
   II.1.3)Art des Auftrags
   Bauauftrag
   II.1.4)Kurze Beschreibung:
   Turnkey construction of 2 AC grid connection systems to connect the
   offshore wind farms Kaskasi II (approx. 342 MW) and Gode Wind 3
   (approx. 242 MW) to the associated HVDC sea stations. The scope
   comprises all works from design to manufacturing, delivery and
   installation up to operational commissioning of a secure and high
   availability transmission of electrical energy from the grid connection
   points at the HVDC offshore station to the AC grid connection points on
   the OWF (Offshore Wind Farm) station. The delivery includes among
   others AC subsea cable, AC platform cable, fibre optic cable and all
   systems, auxiliary facilities and components required at the offshore
   wind farm.
   A detailed description of the scope of delivery and services to be
   provided for the individual projects Kaskasi II and Gode Wind 3 can be
   found in the following sections of this notice, in particular Section
   II.2.4).
   II.1.5)Geschätzter Gesamtwert
   II.1.6)Angaben zu den Losen
   Aufteilung des Auftrags in Lose: ja
   Angebote sind möglich für alle Lose
   Maximale Anzahl an Losen, die an einen Bieter vergeben werden können: 2
   Der öffentliche Auftraggeber behält sich das Recht vor, Aufträge unter
   Zusammenfassung der folgenden Lose oder Losgruppen zu vergeben:
   Important note: after our invitation to tender via Negometrix when
   accepting you will be asked to decide which lots you wish to apply for.
   In order to obtain access to the full tender documents for both lots
   and then be able to make your offer decision you should select both
   lots (by activating both the check boxes). This does not oblige you to
   make an offer for both lots, but just provides you with access to the
   full tender documentation.
   The contractor may offer an additional discount for an event of award
   of both lots.
   II.2)Beschreibung
   II.2.1)Bezeichnung des Auftrags:
   Kaskasi II
   Los-Nr.: 1
   II.2.2)Weitere(r) CPV-Code(s)
   45231400
   45311100
   45314310
   31321300
   31230000
   31321700
   76521000
   31321500
   II.2.3)Erfüllungsort
   NUTS-Code: DE
   Hauptort der Ausführung:
   German North Sea
   II.2.4)Beschreibung der Beschaffung:
   Lot 1 comprises the construction of the Kaskasi II grid connection
   system.
   With the Kaskasi II project, TenneT is planning to install a
   three-phase electric power connection in North Sea Cluster 4. The
   three-phase electric power generated by the Kaskasi II offshore wind
   farm is to be transported to the HelWin beta HVDC sea station with 2 AC
   subsea cables.
   The content of the tender is the turnkey and operational construction
   of the AC grid connection system required for this. The associated
   cable system consists, in particular, of AC 3-wire subsea cables with
   integrated fibre optic cables, casing collars and cable sealing boxes.
   In addition the scope of the delivery and services includes the
   planning, construction, production, delivery, building, installation
   and commissioning, as well as all systems, auxiliary facilities and
   components which are required for the safe and high availability
   operation of the AC grid connection system.
   II.2.5)Zuschlagskriterien
   Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind
   nur in den Beschaffungsunterlagen aufgeführt
   II.2.6)Geschätzter Wert
   II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
   dynamischen Beschaffungssystems
   Laufzeit in Monaten: 30
   Dieser Auftrag kann verlängert werden: nein
   II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
   Angebotsabgabe bzw. Teilnahme aufgefordert werden
   II.2.10)Angaben über Varianten/Alternativangebote
   Varianten/Alternativangebote sind zulässig: nein
   II.2.11)Angaben zu Optionen
   Optionen: ja
   Beschreibung der Optionen:
   A precise and complete description of the options can be found in the
   tender documents. Only parts of the options are described in a
   generalised manner in the following:
   Options with regard to the subsea cable:
    route clearance for an OOS subsea cable,
    construction of an intersection structure (with AC subsea cable),
    additional OTDR measurement on the fibre-optic cable which has been
   installed,
    magnetisation with the Innovatum procedure (ANL-KO-14),
    production, delivery and assembly of splice boxes, installation and
   setting up of the fibre-optic cables at the offshore wind farm sea
   station up to TKS,
    delivery and turnkey installation of a cable pull-in winch on the OWF
   and/or the HVDC offshore station: installation takes place offshore,
    installation of the sealing box for an AC subsea cable or platform
   cable per rate,
    ...
   II.2.12)Angaben zu elektronischen Katalogen
   II.2.13)Angaben zu Mitteln der Europäischen Union
   Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm,
   das aus Mitteln der EU finanziert wird: nein
   II.2.14)Zusätzliche Angaben
   The term of the contract specified in II.2.7) of 30 months from the
   award of the contract is only a guide. The exact term depends on the
   results of the negotiation and to a significant extent on the schedule
   agreed there, as well as the exact date of the award of the contract.
   II.2)Beschreibung
   II.2.1)Bezeichnung des Auftrags:
   Gode Wind 3
   Los-Nr.: 2
   II.2.2)Weitere(r) CPV-Code(s)
   45231400
   45311100
   45314310
   31230000
   31321300
   31321400
   31321700
   31321500
   II.2.3)Erfüllungsort
   NUTS-Code: DE
   Hauptort der Ausführung:
   German North Sea.
   II.2.4)Beschreibung der Beschaffung:
   Lot 2 comprises the construction of the Gode Wind 3 grid connection
   system.
   With the Gode Wind 3 project, the client is planning to install a
   three-phase electric power connection in North Sea Cluster 3. The
   three-phase electric power generated in the Gode Wind 3 offshore wind
   farm is to be transported to the DolWin kappa offshore converter
   platform with an AC subsea cable.
   The content of the tender is the turnkey and operational construction
   of the AC grid connection system required for this. The associated
   cable system consists, in particular, of AC three-wire subsea cables
   with integrated fibre optic cables, casing collars and cable sealing
   boxes. In addition the scope of the delivery and services includes the
   planning, construction, production, delivery, building, installation
   and commissioning, as well as all systems, auxiliary facilities and
   components which are required for the safe and high availability
   operation of the AC grid connection system.
   II.2.5)Zuschlagskriterien
   Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind
   nur in den Beschaffungsunterlagen aufgeführt
   II.2.6)Geschätzter Wert
   II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
   dynamischen Beschaffungssystems
   Laufzeit in Monaten: 42
   Dieser Auftrag kann verlängert werden: nein
   II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
   Angebotsabgabe bzw. Teilnahme aufgefordert werden
   II.2.10)Angaben über Varianten/Alternativangebote
   Varianten/Alternativangebote sind zulässig: nein
   II.2.11)Angaben zu Optionen
   Optionen: ja
   Beschreibung der Optionen:
   A precise and complete description of the options can be found in the
   tender documents. Only parts of the options are described in a
   generalised manner in the following:
   Options with regard to the subsea cable:
    route clearance for an OOS subsea cable,
    construction of an intersection structure (with AC subsea cable),
    additional OTDR measurement on the fibre-optic cable which has been
   installed,
    magnetisation with the Innovatum procedure (ANL-KO-14),
    production, delivery and turnkey assembly of platform cables between
   the shunt reactor and GIS on the offshore wind farm sea station,
    delivery and turnkey installation of a cable pull-in winch on the OWF
   and/or the HVDC offshore station: installation takes place offshore,
    installation of the sealing box for an AC subsea cable or platform
   cable per rate.
   II.2.12)Angaben zu elektronischen Katalogen
   II.2.13)Angaben zu Mitteln der Europäischen Union
   Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm,
   das aus Mitteln der EU finanziert wird: nein
   II.2.14)Zusätzliche Angaben
   The term of the contract specified in II.2.7) of 42 months from the
   award of the contract is only a guide. The exact term depends on the
   results of the negotiation and to a significant extent on the schedule
   agreed there, as well as the exact date of the award of the contract.
   Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische
   Angaben
   III.1)Teilnahmebedingungen
   III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen
   hinsichtlich der Eintragung in einem Berufs- oder Handelsregister
   Auflistung und kurze Beschreibung der Bedingungen:
   1.1.1) Information about the applicant
   Submission of a document which provides the full details of the bidder.
   In the event of a bidding consortium, each member is required to submit
   the corresponding information. The information primarily comprises:
   full name, legal representatives, full address, web address, point
   including telephone number and email address.
   1.1.2) Commercial register
   Current extract from the commercial register or, for foreign companies,
   comparable information (no more than three months old with regard to
   the date of submission of the participation application). In the event
   of a bidding consortium, each member is required to submit the
   corresponding commercial register extract.
   1.1.3) Grounds for exclusion in accordance with Sections 123 and 124
   GWB.
   Self-declaration confirming that no grounds for exclusion apply in
   accordance with Sections 123 and 124 GWB. In the event of a bidding
   consortium, each member is required to submit a declaration.
   1.1.4) Company organisation
   General description of the company: In particular, the:
    company profile,
    company/group structure,
    locations.
   Are to be described.
   In the event of a bidding consortium, this description does not relate
   to each individual company but, rather, to the organisation within the
   corresponding consortium.
   1.1.5) Subcontractors
   Declaration/list from the perspective of the applicant of key
   services/core activities for which the intention is to use
   subcontractors.
   1.1.6) Formation of consortia
   In the event of the formation of a consortium, the consortium leader is
   to be named as the contact point for the client and the representative
   of the bidding consortium. Even after any award of a contract, only the
   consortium leader who has been appointed will be accepted as a contact
   point and representative of the consortium. A replacement of the
   consortium leader is only accepted in exceptional cases. In the event
   that multiple bidders form a consortium, the client will only accept
   joint and several liability on the part of the consortium. A general
   declaration is to be provided by all consortium members confirming that
   all members of the consortium are jointly and severally liable.
   Note: this question must be answered for technical reasons. Even if you
   are not applying as a consortium, you must still answer this question.
   In this case, please indicate that the question is not applicable.
   III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
   Auflistung und kurze Beschreibung der Eignungskriterien:
   1.2.1) Proof of turnover
   Proof of the economic and financial capabilities is to be provided by
   means of presentation of the annual reports for the past 3 years. In
   this regard, proof is to be provided, in particular, that the annual
   turnover comprised a minimum of 100 000 000 EUR per year for the past 3
   financial years.
   In the event of the formation of a consortium, the abovementioned
   turnover relates to the cumulative turnover of the consortium partners.
   Reliance on financial figures of a parent company or a group is only
   allowed if the applicant is 100 % owned by the respective parent
   company or a group.
   The form which is provided is to be used in addition to the submission
   of the annual reports.
   1.2.2) Declaration that insolvency proceedings are not ongoing
   Declaration that no insolvency proceedings or comparable proceedings
   regulated by law have been initiated and no petition for such
   proceedings has been filed nor rejected due to the lack of sufficient
   assets and/or legal confirmation has been provided from an insolvency
   administrator that an insolvency plan is in place (Section 258 InsO).
   1.2.3) Declaration that no liquidation is ongoing
   Declaration that the company is not in the process of liquidation
   1.2.4) Proof of insurance
   Proof of third-party liability insurance which is appropriate for the
   scale of the project is to be provided by means of the insurance
   certificate.
   1.2.5) Loaning of suitability (economic and financial)
   In the event that the applicant uses the capacities of another economic
   operator (e.g. including group companies), proof it to be provided
   that, in the event the contract is awarded, the other economic operator
   will be jointly and severally liable with the applicant in accordance
   with the scope of the suitability loaning. Furthermore, the third party
   is required to provide proof of authorisation to practise a profession
   (Section III.1.1) and proof with Form Annex 2) and a declaration that
   no grounds for exclusion in accordance with Sections 123 and 124 GWB
   (Section III.1.1) and proof with Form Annex 3) apply.
   The form provided in Negometrix for suitability loaning, as well as the
   corresponding forms for the fulfilment of the further minimum criteria,
   are to be used.
   Note:
   This question must be answered for technical reasons. If you do not
   intend to use the capacities of another economic operator, you still
   need to answer this question. In this case, please indicate that the
   question is not applicable.
   1.2.6) Financial information and minimum requirements: financial ratios
   In view of the continuity and the 'payments in front', the customer
   attaches great importance to the financial suitability of the
   candidate. The candidate must be in sound financial condition to assure
   the continuity of service provisioning throughout the duration of the
   relevant agreement. The candidate must have met the following minimum
   financial ratios at the year-ends of the past 3 financial years:
   1) 3-year weighted average of Net Debt divided by EBITDA  4,5;
   2) 3-year weighted average of EBITA divided by Interest expense  2,25.
   Details on the above process of Financial information and minimum
   requirements: financial ratios and submission of the documents please
   see 1.2.6 Fragebögen  Questionnaire.
   III.1.3)Technische und berufliche Leistungsfähigkeit
   Auflistung und kurze Beschreibung der Eignungskriterien:
   1.3.1) Proof of reference projects
   Proof of reference projects that have been completed in the last 10
   years must be provided and:
   (a) of which the total building costs are in excess of a value of 50
   000 000,00 EUR;
   (b) which relates to the energy sector in terms of the topic (in this
   regard, in particular high-voltage and extra-high voltage technology);
   (c) which related to the laying and turnkey installation of subsea
   cables in the offshore, nearshore and tidal flat areas.
   For this purpose, the respective projects are to be described briefly,
   in particular with the following details:
    name of the client including contact person in case any questions
   arise
    location of service provision,
    total building costs of the project,
    duration of the contractual relationship,
    year of completion.
   Note: at least one reference is to be proven respectively for a), b)
   and c), whereby the conditions do not need to be fulfilled on a
   summative basis. This means that the applicant must be able to provide
   proof of at least one construction project with a volume of over 50 000
   000,00 EUR and at least one project in the energy section, as well as
   at least one project which related to laying and installing cables in
   the offshore/nearshore and tidal flat areas, without the reference
   project having to meet the requirements for the minimum turnover or
   assignment to the energy sector at the same time.
   1.3.2) Proof of a suitable cable production site
   The manufacturer of the cable must be able to provide proof of at least
   one production site with experience in manufacturing high-voltage and
   extra-high voltage cables for the offshore area. Likewise, information
   about the relevant production and manufacturing sites should be
   presented with regard to the key components of the requested scope of
   services (subsea cables, fibre optic cables, casing collars and cable
   sealing boxes).
   The applicant has to list the relevant successfully completed type
   tests for the production site(s).
   1.3.3) Loaning of suitability (technical)
   In the event that the applicant relies on the suitability of a third
   party (e.g. a subcontractor), the documents are accordingly to be
   completed and signed by the third party. Confirmation from the third
   party that it will provide its technical capabilities in the event the
   contract is awarded is to be provided. Detailed information about the
   third party, e.g. full name, address, contact person and their contact
   details must also be provided (Form Annex 1 may be used).
   Furthermore, the third party is required to provide proof of
   authorisation to practise a profession (Section III.1.1) and proof with
   Form Annex 2) and its declaration that no grounds for exclusion in
   accordance with Sections 123 and 124 GWB (Section III.1.1 and proof
   with Form Annex 3) apply.
   The technical suitability loaning can also take place via multiple
   third parties (potential subcontractors) for the fulfilment of the
   participation criteria.
   Please used the forms which are provided/to which reference is made.
   Note:
   This question must be answered for technical reasons. Even if you are
   not relying on the suitability of a third party (e.g. subcontractor),
   you must still answer this question. In this case, please indicate that
   the question is not applicable.
   III.1.4)Objektive Teilnahmeregeln und -kriterien
   III.1.5)Angaben zu vorbehaltenen Aufträgen
   III.1.6)Geforderte Kautionen oder Sicherheiten:
   III.1.7)Wesentliche Finanzierungs- und Zahlungsbedingungen und/oder
   Hinweise auf Vorschriften, in denen sie enthalten sind:
   III.1.8)Rechtsform, die die Unternehmensgruppe, der der Auftrag erteilt
   wird, haben muss:
   III.2)Bedingungen für den Auftrag
   III.2.2)Bedingungen für die Ausführung des Auftrags:
   III.2.3)Für die Ausführung des Auftrags verantwortliches Personal
   Abschnitt IV: Verfahren
   IV.1)Beschreibung
   IV.1.1)Verfahrensart
   Verhandlungsverfahren mit vorherigem Aufruf zum Wettbewerb
   IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen
   Beschaffungssystem
   IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder
   Lösungen im Laufe der Verhandlung bzw. des Dialogs
   IV.1.6)Angaben zur elektronischen Auktion
   IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
   Der Auftrag fällt unter das Beschaffungsübereinkommen: nein
   IV.2)Verwaltungsangaben
   IV.2.1)Frühere Bekanntmachung zu diesem Verfahren
   IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
   Tag: 12/03/2020
   Ortszeit: 8:00
   IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur
   Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
   Tag: 27/03/2020
   IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge
   eingereicht werden können:
   Deutsch, Englisch
   IV.2.6)Bindefrist des Angebots
   Laufzeit in Monaten: 12 (ab dem Schlusstermin für den Eingang der
   Angebote)
   IV.2.7)Bedingungen für die Öffnung der Angebote
   Abschnitt VI: Weitere Angaben
   VI.1)Angaben zur Wiederkehr des Auftrags
   Dies ist ein wiederkehrender Auftrag: nein
   VI.2)Angaben zu elektronischen Arbeitsabläufen
   VI.3)Zusätzliche Angaben:
   Pursuant to Section 57 SektVO, the client is entitled to suspend the
   tender procedure at any time. Please expressly note the deadline in
   accordance with Section 160 (3) No 4 GWB in this respect.
   The dates/time periods specified on this form are non-binding and may
   change at a later date.
   In addition to I.3)
   TenneT is carrying out the present call for tenders with the help of
   the tendering portal Negometrix.
   In order to protect the confidentiality of the clients information in
   the tender documents, a non-disclosure agreement is to be concluded for
   each project, both Kaskasi II and Gode Wind 3. The tender documents can
   be viewed in the procedure described there at
   [[14]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=123
   437]. Submission of participation applications and offers, as well as
   all communications, takes place exclusively via Negometrix. We would
   ask you to submit your participation application, and at a later date,
   your offer, electronically on the Negometrix tendering platform.
   VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
   VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
   Offizielle Bezeichnung: Regierung von Mittelfranken  Vergabekammer
   Nordbayern
   Postanschrift: Postfach 606
   Ort: Ansbach
   Postleitzahl: 91511
   Land: Deutschland
   E-Mail: [15]vergabekammer.nordbayern@reg-mfr.bayern.de
   Telefon: +49 981531277
   Fax: +49 981531837
   Internet-Adresse: [16]http://www.regierung.mittelfranken.bayern.de
   VI.4.2)Zuständige Stelle für Schlichtungsverfahren
   VI.4.3)Einlegung von Rechtsbehelfen
   Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:
   The period stipulated in Section 160 (3) No 4 Act against Restraints on
   Competition (GWB) is expressly noted in this respect. According to
   this, a review procedure application is not permissible in the event
   that more than 15 calendar days have passed since the receipt of the
   clients notification of not wishing to remedy a complaint.
   VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen
   erteilt
   Offizielle Bezeichnung: Regierung Mittelfranken  Vergabekammer
   Nordbayern
   Postanschrift: Postfach 606
   Ort: Ansbach
   Postleitzahl: 91511
   Land: Deutschland
   E-Mail: [17]vergabekammer.nordbayern@reg-mfr.bayern.de
   Telefon: +49 981531277
   Fax: +49 981531837
   Internet-Adresse: [18]http://www.regierung.mittelfranken.bayern.de
   VI.5)Tag der Absendung dieser Bekanntmachung:
   09/02/2020
References
   6. mailto:christian.jahelka@tennet.eu?subject=TED
   7. https://www.tennet.eu/de/
   8. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=123437
   9. mailto:christian.jahelka@tennet.eu?subject=TED
  10. https://www.tennet.eu/de/
  11. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=123437
  12. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=123437
  13. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=123437
  14. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=123437
  15. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
  16. http://www.regierung.mittelfranken.bayern.de/
  17. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
  18. http://www.regierung.mittelfranken.bayern.de/
--------------------------------------------------------------------------------
             Database Operation & Alert Service (icc-hofmann) for:
       The Office for Official Publications of the European Communities
                The Federal Office of Foreign Trade Information
 Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de
Ausschreibung ausschreibung Ausschreibungen Ingenieure Öffentliche Ausschreibungen Datenbank Öffentliche Ausschreibungen Architekten Öffentliche Ausschreibungen Bau