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

Titel : DEU-Braunschweig - Deutschland Dienstleistungen im Bereich Forschung und experimentelle Entwicklung SMALL MOLECULE CONTRACT MANUFACTURING SERVICES
Dokument-Nr. ( ID / ND ) : 2025021901463624762 / 112766-2025
Veröffentlicht :
19.02.2025
Anforderung der Unterlagen bis :
05.03.2025
Angebotsabgabe bis :
18.03.2025
Dokumententyp : Ausschreibung
Produkt-Codes :
33600000 - Arzneimittel
73100000 - Dienstleistungen im Bereich Forschung und experimentelle Entwicklung
DEU-Braunschweig: Deutschland Dienstleistungen im Bereich Forschung und
experimentelle Entwicklung SMALL MOLECULE CONTRACT MANUFACTURING SERVICES

2025/S 35/2025 112766

Deutschland Dienstleistungen im Bereich Forschung und experimentelle Entwicklung SMALL
MOLECULE CONTRACT MANUFACTURING SERVICES
OJ S 35/2025 19/02/2025
Auftrags- oder Konzessionsbekanntmachung Standardregelung - Änderungsbekanntmachung
Lieferungen - Dienstleistungen

1. Beschaffer

1.1. Beschaffer
Offizielle Bezeichnung: Helmholtz-Zentrum für Infektionsforschung GmbH
E-Mail: einkauf@helmholtz-hzi.de
Rechtsform des Erwerbers:
Von einer zentralen Regierungsbehörde kontrollierte Einrichtung des öffentlichen Rechts
Tätigkeit des öffentlichen Auftraggebers: Gesundheit

2. Verfahren

2.1. Verfahren
Titel: SMALL MOLECULE CONTRACT MANUFACTURING SERVICES
Beschreibung: The headline objectives of the present manufacturing project are the use of the
deliverables in GLP compliant preclinical toxicology and safety pharmacology studies as well
as a phase 1 first-in-human clinical trial. The objective of the project is to manufacture two
alternative pharmaceutical dosage forms, sterile liquid and semi-solid, to enable dosing as i.v.
infusion and topical administration, respectively. This solely relates to current lack of clinical
target validation and the requirement to ready the technology for proof-of-mechanism in
systemic versus skin administration. We are targeting a virulence factor of S. aureus that may
cause pulmonary or dermal infections. HZI wishes to commission the following activities under
Master Service Agreement to a suited contractor. A Go/ NoGo milestone is set after scope 1
while the tendering process and resulting contract shall comprise SCOPE1, SCOPE2, and
SCOPE3 activities so as to assure these can be offered in the most economical way in terms
of price and quality from one legal entity. SCOPE1: process development and non-GMP
manufacture of drug substance and injectable drug product to enable preclinical efficacy,
pharmacokinetic and explora-tory tox/safety studies in preclinical animal models SCOPE2:
process scale up to GMP manufacturing of drug substance and drug product to perform
regulatory preclinical tox and safety studies (GLP compliant) as well as a GCP-compliant
phase 1 first-in-human clinical trial for the sterile liquid dosage form and infusion administration
SCOPE3: development of the semisolid dosage form for preclinical and phase 1 clinical
administration via the topical route
Kennung des Verfahrens: e699c4a8-d49d-47af-9fc8-8095a6304873
Verfahrensart: Offenes Verfahren

2.1.1. Zweck
Art des Auftrags: Dienstleistungen
Zusätzliche Art des Auftrags: Lieferungen
Haupteinstufung (cpv): 73100000
Dienstleistungen im Bereich Forschung und experimentelle Entwicklung
Zusätzliche Einstufung (cpv): 33600000 Arzneimittel

2.1.2. Erfüllungsort
Land, Gliederung (NUTS): Braunschweig, Kreisfreie Stadt (DE911)
Land: Deutschland
Zusätzliche Informationen: The place of performance refers only to the delivery service. The
place of manufacture shall be the bidder s place of business.

2.1.4. Allgemeine Informationen
Zusätzliche Informationen: In order to obtain the confidential document
A_05_AdditionalConfidentialInformation, the signed CDA A_01_CDA_small molecule
manufacturing .doc must be submitted. This is a prerequisite for submitting a valid offer.
Subcontractors must also sign and submit the CDA. The main contractor is not allowed to
pass on the confidential information. Documents that become part oft he contract and must be
completed, signed and enclosed with the offer: 1. A_01_CDA_small molecule manufacturing
2. A_03_Price Schedule 3. A_04_Catalogue A_cirtiera 4. A_05_(AFTER CDA)
_AdditionalConfidentialInformation 5. B_01_Data protection 6. C_00_Declaration on Exclusion
Grounds 7. C_01_Self-declaration 8. C_02_Declaration_EU sanctions 9. C_03_Questions by
applicants 10. D_01_Submission of Tender 11. D_02_Terms and Conditions 12. Project
Schedule (according to B_02_Submission of a Project Schedule) 13. manufacturing quality
concept (according to B_03_Submission of a manufacturing quality concept) Documents that
become part oft he contract and remain with the bidder: 14. B_00_Cover Letter 15.
A_02_Performance description 16. Additional Contractual Conditions Further documents that
must be enclosed with the offer: 17. D_00_Master Service Agreement-Template_20231127
(for information only)
Rechtsgrundlage:
Richtlinie 2014/24/EU
vgv -

2.1.5. Bedingungen für die Auftragsvergabe
Bedingungen für die Einreichung:
Höchstzahl der Lose, für die ein Bieter Angebote einreichen kann: 1
Auftragsbedingungen:
Höchstzahl der Lose, für die Aufträge an einen Bieter vergeben werden können: 1

2.1.6. Ausschlussgründe
Rein innerstaatliche Ausschlussgründe: When submitting the tender, the form Self-
declarations on exclusion grounds relating to sections 123 and 124 GWB provided by the
awarding authority must be submitted, in which it is declared that there are no grounds for
exclusion within the meaning of Sections 123, 124 GWB or that sucessful self-cleaning
measures within the meaning of Section 125 GWB have been carried out. In the case of
bidding consortia, the form must be submitted by each member of the consortium.
Schwere Verfehlung im Rahmen der beruflichen Tätigkeit: Along with the offer, applicants
should submit the completed form Self-declaration EU sanctions provided by the Contracting
Authority. In the case of an applicant consortium, each member of the consortium should
submit the form.

5. Los

5.1. Los: LOT-0001
Titel: Small Molecule Contract Manufacturing Services
Beschreibung: Small Molecule Contract Manufacturing Services

Interne Kennung: 028/006/2025

5.1.1. Zweck
Art des Auftrags: Dienstleistungen
Zusätzliche Art des Auftrags: Lieferungen
Haupteinstufung (cpv): 73100000
Dienstleistungen im Bereich Forschung und experimentelle Entwicklung
Zusätzliche Einstufung (cpv): 33600000 Arzneimittel
Optionen:
Beschreibung der Optionen: Minimum contract term: 1 year (with the completion of SCOPE 1)
xxxOptional contract terms: 2 extensions (1,5 years/1,5 years; max. 4 years in total)xxxEnd:
With the completion of SCOPE 2 and 3 (expected end: 12/2028) If the contract is not
cancelled at least three months before its expiry date, it will be automatically renewed for a
further year. The contract ends automatically when the maximum term of 4 years is reached
without prior cancellation.

5.1.2. Erfüllungsort
Land, Gliederung (NUTS): Braunschweig, Kreisfreie Stadt (DE911)
Land: Deutschland
Zusätzliche Informationen: The place of performance refers only to the delivery service. The
place of manufacture shall be the bidder s place of business.

5.1.3. Geschätzte Dauer
Laufzeit: 4 Jahre

5.1.4. Verlängerung
Maximale Verlängerungen: 2

5.1.6. Allgemeine Informationen
Vorbehaltene Teilnahme: Teilnahme ist nicht vorbehalten.
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: ja
Zusätzliche Informationen: The following A-criteria (minimum requirements) must be met and
explicitly confirmed by the bidder with a Yes . Failure to meet at least one of these A Criteria
will result in the exclusion of the tender from further consideration: > Compliant with the
principles of Good Manufacturing Practices? (certificate(s) of GMP compliance for drug
substance, injectable products and semi-solids have to be handed in) > Regulatory Release of
IMPs in the European Union? (By certificate) > Qualified to manufacture the following IMPs:
sterile liquids (injectable dosage form) and semi-solids (topical dosage form)? (please provide
authorizations as applicable) > Existing business liability insurance policy with minimum
coverage of EUR 5m per occurence and policy year? (please answer yes or no) >
Competence and Experience with formulation development in the research phase available
(one references has to be handed in) xxx A valid tender cannot be submitted without a CDA.
To obtain the confidential document A_05_(AFTER CDA)_AdditionalConfidentialInformation ,
the signed CDA must be submitted by 28 February at the latest. It is possible to submit the
CDA later, but this is the bidder s responsibility. If a bidder submits the CDA after 28 February,
the bidder runs the risk that the remaining time may not be sufficient to prepare a complete
and timely bid. The contracting authority is under no obligation to extend the tender deadline
as a result of a late submission. The CDA can be requested up to five days before the tender
deadline. Subcontractors must also sign and submit the CDA. Disclosure of confidential
information by the main contractor is not permitted. xxx In order to verify the information

provided in the tender (in particular the concepts), the contracting authority reserves the right
to invite the two best bidders to a verification tender presentation. The purpose of the tender
submission is the verification of the information provided by the tenderer. No negotiations will
take place and no changes can be made to the offer. The offer presentation is expected to
take place on 3 April 2025. The exact time and any change of the date will be communicated
via the Tender Platform by 1 April 2025. The contracting authority reserves the right to correct
the evaluation of the concept in case of non-performance or insufficient performance.

5.1.7. Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung

5.1.9. Eignungskriterien
Kriterium:
Art: Eignung zur Berufsausübung
Bezeichnung: Suitability to practice the profession including conditions relating to entry in a
professional or commercial register
Beschreibung: Applicants should submit the following documents with the offer if possible
(from each member in the case of consortia): #a) Informal company presentation stating the
name, registered office, contact details, VAT identification number and entry in the commercial
register/professional register. #b) Informal self-declaration sating that - there are no grounds
for exclusion within the meaning of §§ 123, 124 GWB respectively that successful self-
remediation measures within the meaning of § 125 GWB have been carried out; - that they
comply with the provisions of Art. 5k of the Regulation (EU) 833/2014 in the version of Art. 1
point 22 of Council Regulation (EU) 2023/1214 of June 23, 2023 as part of the EU sanctions
package related to Russia s war of aggression on Ukraine. #c) Applicant consortia should also
submit a declaration stating that there has been no breach of antitrust law and that no unlawful
agreements restricting competition have been made. Applicants should use the forms provided
by the Contracting Authority. The Contracting Authority reserves the right to request additional
documents in accordance with § 56 (2) VgV. There is no legal entitlement to this.

Kriterium:
Art: Wirtschaftliche und finanzielle Leistungsfähigkeit
Bezeichnung: Economic and financial standing
Beschreibung: If possible, applicants should submit the following documents with their tender
(in the case of applicant consortia with at least one member): #a) Confirmation that the
applicant maintains professional indemnity/company liability insurance with cover of at least
EUR 5 million per claim, 2 times maximum, or will take out such insurance if the contract is
awarded. In the event that a candidate wishes to use individual companies as subcontractors,
reference is made to the possibility of suitability lending and the requirements specified in
Section 47 VgV. If and insofar as the applicant relies on the suitability of the subcontractor, a
declaration of commitment from the subcontractor that it will make its resources and capacities
available to the applicant in the event of a contract being awarded must be submitted with the
tender. Applicants should use the forms provided by the contracting authority. The contracting
authority reserves the right to request additional documents in accordance with Section 56 (2)
VgV; there is no legal entitlement to this.

Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: Technical and professional ability

Beschreibung: Applicants should submit the following documents with the offer if possible (in
the case of applicant consortia of at least one member): Informal self-declaration in which the
applicant states whether and how it intends to cooperate with other companies in the event of
a contract. Applicant consortia are considered as a whole when assessing the suitability. In the
event that an applicant / a consortium of applicants wishes to use individual companies as
subcontractors, reference is made to the possibility of suitability lending and the requirements
specified in § 47 VgV. If and insofar as the applicant / consortium of applicants relies on the
suitability of the subcontractor, a declaration of commitment by the subcontractor that it will
make its resources and capacities available to the applicant / consortium of applicants in the
event of a contract must be submitted with the application. Applicants should use the forms
provided by the Contracting Authority. The Contracting Authority reserves the right to request
additional documents in accordance with § 56 (2) VgV. There is no legal entitlement to this.

Kriterium:
Art: Sonstiges
Bezeichnung: Minimum requirements
Beschreibung: In addition, proof of suitability is required by written statement for the following
project specific matters: referece for proving his competence and experience with formulation
development in the research phase.

5.1.10. Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Weighting (exact percentage): 30
Beschreibung: Evaluation of price The criterion price is evaluated on the basis of the
following points. The most favourable offer (lowest price) receives a score of 30. The prices of
the other offers receive the score depending on the most favourable offer of the A_03_Price
Schedule.xlsx. Formula (price) = 30 x (most favourable offer / offer under consideration)
Gewichtung (Prozentanteil, genau): 30

Kriterium:
Art: Qualität
Bezeichnung: Weighting (exact percentage): 35
Beschreibung: Submission of a Project Schedule Concept Requirement and Evaluation
Bidders are requested to submit a detailed Project Schedule covering the following aspects:
time planning work packages/tasks; major deliverables regulatory support client
communication The concept will be evaluated according to the following criteria:
completeness and depth of detail quality of the proposed measures conformity with quality
requirements and relevant regulations Formal requirements: minimum 5, maximum 30 pages
(excluding table of contents and cover page) Time planning (30 points) 25 - 30 points Very
good Conclusive, realistic and flexible planning with sensible milestones and buffer times. 17 -
24 points Satisfactory Basic scheduling with minor ambiguities or insufficient adaptability. 0 -
16 points Poor Unclear, unrealistic planning without buffer times and dependencies. Project
structure & tasks (30 points) 25 - 30 points Very good Clear, logical distribution of tasks with
sensibly linked deliverables. 17 - 24 points Satisfactory Basic structure in place, but with
ambiguities in tasks or dependencies. 0 - 16 points Poor Illogical, incomplete task structure
with missing deliverables. Regulatory support (20 points) 16-20 points Very good Support with
IMPD writing (DS&DP sections) 8-15 points Satisfactory Support in answering regulatory
questions (e.g. analytical methods) 0-7 points Poor Little to no support Client communication
(20 points) 16 - 20 points Very good Clear reporting channels and communication structures

with systematic documentation. 8 - 15 points Satisfactory Communication available, but not
always clear or consistent. 0 - 7 points Poor Missing or inadequate communication structures
and reporting channels. Overall rating (100 points) - Coherent and comprehensive concept
that meets high standards. - Solid planning with optimization potential in individual areas. -
Incomplete or impracticable concept with unfulfilled requirements. Quality evaluation The
criterion quality is evaluated based on the following documents: B_02_Submission of a
Project Schedule B_03_Submission of a manufacturing quality concept A maximum of 100
points can be achieved for the Project Schedule, representing a maximum of 35% of the
quality score. Formula (quality per concept) = 35 x (bidder´s concept / 100)
Gewichtung (Prozentanteil, genau): 35

Kriterium:
Art: Qualität
Bezeichnung: Weighting (exact percentage): 35
Beschreibung: Submission of a manufacturing quality concept Bidders are requested to submit
a manufacturing quality concept covering the following aspects: manufacturing track record
(previous projects can be used as examples) manufacturing sites, technical equipment and
manufacturing processes staff qualification and training quality management measures The
concept is evaluated according to the following criteria: completeness and depth of detail
quality of the proposed measures conformity with quality requirements and relevant
regulations Formal requirements: minimum 4, maximum 10 pages (excluding table of contents
and cover page) Evaluation scheme: manufacturing track record (25 points) 20 - 25 points
Very good Coherent, detailed and methodical approach; successful production implementation
proven through quality assured implementation. (Refer to projects already completed) 12 - 19
points Satisfactory Solid approach, but not consistently convincing; track record in
manufacturing partly recognizable, but not specific enough. 0 - 11 points Poor Inadequate
approach, vague description, no realistic implementation, no visible track record in
manufacturing. manufacturing sites, technical equipment and manufacturing processes (25
points) 20 - 25 points Very good State-of-the-art technology, regularly maintained and
innovative systems 12 - 19 points Satisfactory Solid equipment, functional and typical industry
standard 0 - 11 points Poor Outdated or limited equipment, occasional failures Staff
qualification and training (25 points) 20 - 25 points Very good Highly qualified and specialized
staff with many years of experience 12 - 19 points Satisfactory Expert staff with solid training
and relevant experience 0 - 11 points Poor Limited specialist knowledge or lack of experience
in specific areas Quality management measures (25 points) 20 - 25 points Very good
Convincing, consistent, modern quality management concept 12 - 19 points Satisfactory
Quality concept available but incomplete 0 - 11 points Poor Not available. Overall rating (100
points) - Coherent and comprehensive concept that meets high standards. - Solid planning
with optimization potential in individual areas. - Incomplete or impracticable concept with
unfulfilled requirements. A maximum of 100 points can be achieved for the manufacturing
quality concept, representing a maximum of 35% of the quality score. Formula (quality per
concept) = 35 x (bidder´s concept / 100) xxx Overall result The overall result is calculated from
the composition of all points achieved for the individual award criteria. The contract will be
awarded to the highest score bid.
Gewichtung (Prozentanteil, genau): 35

5.1.11. Auftragsunterlagen
Zugang zu bestimmten Auftragsunterlagen ist beschränkt
Begründung für die Beschränkung des Zugangs zu bestimmten Auftragsunterlagen:
Schutz besonders sensibler Informationen

Sprachen, in denen die Auftragsunterlagen (oder Teile davon) offiziell verfügbar sind: Englisch
Frist für die Anforderung zusätzlicher Informationen: 05/03/2025 10:00:00 (UTC+1)
Informationen über zugangsbeschränkte Dokumente einsehbar unter: https://www.subreport.de
/E63191771

5.1.12. Bedingungen für die Auftragsvergabe
Bedingungen für die Einreichung:
Elektronische Einreichung: Erforderlich
Adresse für die Einreichung: https://www.subreport.de/E63191771
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch,
Deutsch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Die Bieter können mehrere Angebote einreichen: Nicht zulässig
Frist für den Eingang der Angebote: 18/03/2025 10:00:00 (UTC+1)
Frist, bis zu der das Angebot gültig sein muss: 3 Monate
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können alle fehlenden Bieterunterlagen nach Fristablauf
nachgereicht werden.
Zusätzliche Informationen: The contracting authority reserves the right to request missing
documents. The contracting authority also reserves the right not to request missing documents
in accordance with § 56(2) VgV.
Informationen über die öffentliche Angebotsöffnung:
Eröffnungsdatum: 18/03/2025 10:00:00 (UTC+1)
Auftragsbedingungen:
Die Auftragsausführung muss im Rahmen von Programmen für geschützte
Beschäftigungsverhältnisse erfolgen: Nein
Es ist eine Geheimhaltungsvereinbarung erforderlich: ja
Zusätzliche Angaben zur Geheimhaltungsvereinbarung : In order to obtain the confidential
document A_05_AdditionalConfidentialInformation, the signed CDA A_01_CDA_small
molecule manufacturing .doc must be signed and submitted by 28 February at the latest. This
is a prerequisite for submitting a valid offer. Subcontractors must also sign and submit the
CDA. The main contractor is not allowed to pass on the confidential information.
Elektronische Rechnungsstellung: Erforderlich
Aufträge werden elektronisch erteilt: ja
Zahlungen werden elektronisch geleistet: ja
Informationen über die Überprüfungsfristen: 1) A review procedure before the Public
Procurement Tribunal is inadmissible pursuant to Section 160 (3) Sentence 1 No. 4 ARC if
more than 15 calendar days have elapsed since receipt of the contracting authority s
notification that it does not intend to remedy a complaint. 2) In particular, Section 160 (3)
Sentence 1 Nos. 1, 2 and 3 of the ARC and Section 134 (2) of the ARC shall be observed. 3)
The period for asserting the invalidity of the contract pursuant to Section 135 of the ARC ends
no later than 30 calendar days after publication of the notice of award procedures in the
Official Journal of the European Union; see Section 135(2), second sentence, of the ARC.

5.1.15. Techniken
Rahmenvereinbarung: Keine Rahmenvereinbarung
Informationen über das dynamische Beschaffungssystem:
Kein dynamisches Beschaffungssystem

5.1.16. Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Vergabekammer des Bundes
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Helmholtz-
Zentrum für Infektionsforschung GmbH
Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt: Helmholtz-
Zentrum für Infektionsforschung GmbH
Organisation, die Teilnahmeanträge entgegennimmt: Helmholtz-Zentrum für
Infektionsforschung GmbH
Organisation, die Angebote bearbeitet: Helmholtz-Zentrum für Infektionsforschung GmbH
TED eSender: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts
des BMI)

8. Organisationen

8.1. ORG-0001
Offizielle Bezeichnung: Helmholtz-Zentrum für Infektionsforschung GmbH
Registrierungsnummer: Leitweg-ID 992-80177-07
Postanschrift: Inhoffenstr. 7
Stadt: Braunschweig
Postleitzahl: 38124
Land, Gliederung (NUTS): Braunschweig, Kreisfreie Stadt (DE911)
Land: Deutschland
E-Mail: einkauf@helmholtz-hzi.de
Telefon: 000
Internetadresse: https://www.helmholtz-hzi.de
Rollen dieser Organisation:
Beschaffer
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt
Organisation, die Teilnahmeanträge entgegennimmt
Organisation, die Angebote bearbeitet

8.1. ORG-0002
Offizielle Bezeichnung: Vergabekammer des Bundes
Registrierungsnummer: t:022894990
Postanschrift: Villemombler Straße 76
Stadt: Bonn
Postleitzahl: 53123
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
E-Mail: vk@bundeskartellamt.bund.de
Telefon: 022894990
Rollen dieser Organisation:
Überprüfungsstelle

8.1. ORG-0003
Offizielle Bezeichnung: Datenservice Öffentlicher Einkauf (in Verantwortung des
Beschaffungsamts des BMI)
Registrierungsnummer: 0204:994-DOEVD-83
Stadt: Bonn

Postleitzahl: 53119
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
E-Mail: noreply.esender_hub@bescha.bund.de
Telefon: +49228996100
Rollen dieser Organisation:
TED eSender

10. Änderung

Fassung der zu ändernden vorigen Bekanntmachung: 1d4f9bdc-c05c-46b2-9f03-
4a8306430b9b-01

11. Informationen zur Bekanntmachung

11.1. Informationen zur Bekanntmachung
Kennung/Fassung der Bekanntmachung: 93b61551-90f7-4e54-91b0-4ea8888cb8ad - 01
Formulartyp: Wettbewerb
Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung Standardregelung
Unterart der Bekanntmachung: 16
Datum der Übermittlung der Bekanntmachung: 17/02/2025 09:00:24 (UTC+1)
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Deutsch

11.2. Informationen zur Veröffentlichung
ABl. S Nummer der Ausgabe: 35/2025
Datum der Veröffentlichung: 19/02/2025

Referenzen:
https://www.helmholtz-hzi.de
https://www.subreport.de/E63191771
http://icc-hofmann.net/NewsTicker/202502/ausschreibung-112766-2025-DEU.txt

 
 
Ausschreibung ausschreibung Ausschreibungen Ingenieure Öffentliche Ausschreibungen Datenbank Öffentliche Ausschreibungen Architekten Öffentliche Ausschreibungen Bau