(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
|