loading
  • GB-L36 6AP Liverpool
  • 19.01.2017
  • Ausschreibung
  • (ID 2-251347)

Compliance and Facilities Management Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 19.01.2017, 16:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen / Brandschutz / Sicherheits-/ Gesundheitsschutz / Kontrolle, Monitoring / Objektplanung Ver-/ Entsorgung
    Sprache Englisch
    Aufgabe
    Fusion21 is developing a Framework Agreement for the provision of a range of facilities management and premises compliance services. This includes the provision of specialist consultancy services as well as property maintenance works. This procurement exercise is inviting tenders from all interested companies which meet the criteria set out in the tender documentation.
    Leistungsumfang
    Software for managing, monitoring and reporting on the statutory compliance of buildings.
    Adresse des Bauherren UK-L36 6AP Liverpool
    TED Dokumenten-Nr. 446895-2016

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Liverpool: Building and facilities management services

      2016/S 245-446895

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Fusion 21 Limited
      Link Road Depot, Link Road, Huyton
      Liverpool
      L36 6AP
      United Kingdom
      Contact person: Phil Woodhead
      Telephone: +44 1514813000
      E-mail: MTRsZGVoKnNra2BkYV1gPGJxb2Vrai4tKl9rKnFn
      Fax: +44 1514813026
      NUTS code: UKD5

      Internet address(es):

      Main address: http://www.fusion21.co.uk/

      Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA28628

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.mytenders.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.mytenders.org
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      General public services

      Section II: Object

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

       

      Compliance and Facilities Management Framework.

       

      II.1.2)Main CPV code
      79993000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      Fusion21 is developing a Framework Agreement for the provision of a range of facilities management and premises compliance services. This includes the provision of specialist consultancy services as well as property maintenance works. This procurement exercise is inviting tenders from all interested companies which meet the criteria set out in the tender documentation.

       

      II.1.5)Estimated total value
      Value excluding VAT: 290 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 13
      Maximum number of lots that may be awarded to one tenderer: 13
      II.2)Description
      II.2.1)Title:

       

      Asbestos Removal

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      90650000
      45262660
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Asbestos removal, disposal and making good.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 12 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Asbestos Surveying and Consultancy

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71600000
      71313410
      71317210
      71900000
      80500000
      80531200
      71315100
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Asbestos consultancy, surveying, analysis and related training.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 16 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Legionella Consultancy

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71600000
      71313410
      71317210
      71800000
      80531200
      80500000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Water hygiene consultancy services, undertaking risk assessments, producing management plans and related training.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 8 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Legionella Monitoring and Control

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      45232430
      31161400
      71700000
      39370000
      50511000
      50513000
      50514100
      51810000
      71900000
      90913100
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Water hygiene and legionella monitoring, system labelling, temperature monitoring, TMV testing, water sampling and testing, system/tank chlorination, tank replacement, remedial works and dead leg removal.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 8 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Fire Risk Assessments

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71317100
      71317210
      71313410
      75251110
      80500000
      80531200
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Carrying out Fire Risk Assessments for the purposes of The Regulatory Reform (Fire Safety) Order 2005 and related training.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 8 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Passive Fire Safety

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      45343000
      44221220
      45343100
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Design and installation/refurbishment/upgrading of passive fire safety measure to provide fire rated building compartments. Includes compartmentation, fire doors, intumescent vents, fire resistant glazing and fire signage.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 12 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Active Fire Safety

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      31625100
      50413200
      31625200
      35111000
      45312100
      45343000
      51700000
      35111320
      44480000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Fire Alarm Systems, Smoke Alarms, Emergency Lighting, Fire Fighting Equipment, Sprinkler Systems, AOVs.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 20 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Electrical Testing

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      50532400
      50711000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Periodic Fixed Wire Testing (EICRs), PAT Testing, Microwave Testing.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 16 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Electrical Works and Re-wiring

       

      Lot No: 9
      II.2.2)Additional CPV code(s)
      51110000
      31500000
      45310000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Electrical Works and Re-wiring.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 20 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Retrofit Maintenance

       

      Lot No: 10
      II.2.2)Additional CPV code(s)
      09330000
      09323000
      50710000
      09331200
      09331100
      42511110
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Solar PV, Solar Thermal, Air Source Heat Pumps, Ground Source Heat Pumps, and Rainwater harvesting.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 4 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Electric Heating

       

      Lot No: 11
      II.2.2)Additional CPV code(s)
      45315000
      39715000
      51110000
      39715240
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Storage Heaters, Radiant, Convectors.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 12 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Electronic Security

       

      Lot No: 12
      II.2.2)Additional CPV code(s)
      42961100
      50610000
      35120000
      45312000
      79711000
      31625000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Door Entry / Access Control, CCTV, Auto Gates, Barriers, Doors, TV Aerial Equipment.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 20 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Warden Call and Tele-health

       

      Lot No: 13
      II.2.2)Additional CPV code(s)
      33195000
      31620000
      33196000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Warden call systems and remote health monitoring.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 10 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Total FM

       

      Lot No: 14
      II.2.2)Additional CPV code(s)
      79993000
      70330000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Portfolio and building property management services.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 40 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Soft FM Services

       

      Lot No: 15
      II.2.2)Additional CPV code(s)
      90910000
      90920000
      79992000
      79710000
      90600000
      90922000
      77314000
      90500000
      55520000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Cleaning, Window Cleaning, Washroom Services, Pest Control, Waste Management, Catering, Grounds Maintenance and Security.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 40 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Hard FM Services (M&E)

       

      Lot No: 16
      II.2.2)Additional CPV code(s)
      50700000
      50500000
      50610000
      50800000
      51100000
      71330000
      42510000
      45310000
      45330000
      45350000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Mechanical and electrical planned preventative maintenance and reactive maintenance. Includes heating, ventilation, lightning protection, street lighting, building management systems, etc.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 40 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Compliance Software

       

      Lot No: 17
      II.2.2)Additional CPV code(s)
      48170000
      48420000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Software for managing, monitoring and reporting on the statutory compliance of buildings.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Cost criterion - Name: Cost / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 4 000 000.00 GBP
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 174
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 19/01/2017
      Local time: 16:00
      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
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 19/01/2017
      Local time: 16:30
      Place:

       

      Fusion21 Ltd, Link Road Depot, Link Rd, Huyton, L36 6AP.

       

      Information about authorised persons and opening procedure:

       

      To be opened electronically using the mytenders postbox facility.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=190074

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      (MT Ref: 190074).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Fusion 21 Limited
      Link Road Depot, Link Road, Huyton
      Liverpool
      L36 6AP
      United Kingdom
      Telephone: +44 1514813000
      Fax: +44 1514813001

      Internet address:http://www.fusion21.co.uk/

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      15/12/2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 20.12.2016
Zuletzt aktualisiert 20.12.2016
Wettbewerbs-ID 2-251347 Status Kostenpflichtig
Seitenaufrufe 41