loading
  • IE Naas
  • 14.03.2017
  • Ausschreibung
  • (ID 2-255351)

Professional Design Team Services for delivery of new Acute Inpatient Ward Block at University Hospital Limerick


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.03.2017, 15:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 6 - max. 6
    Gebäudetyp Gesundheitswesen
    Art der Leistung sonstige / Objektplanung Gebäude / allgemeine Beratungsleistungen / Sicherheits-/ Gesundheitsschutz / Technische Ausrüstung / Kostenmanagement
    Sprache Englisch
    Aufgabe
    The Health Service Executive (HSE) is planning the design and construction of a new acute inpatient ward block development at the University Hospital Limerick Campus, Dooradoyle, Limerick to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1). A total of 4 inpatient wards, each containing 24 single inpatient rooms are envisaged along with hospital street link corridors at each level. The proposed building extension is anticipated to be in the region of 1 935 m2 overall per level giving a gross floor area of circa 7 750 m2 for the project excluding plant room space which will be additional. The Health Service Executive now wish to procure and appoint a design team for the project to include Architect (including Employers Representative and Project Supervisor Design Process roles), Fire Engineer, Quantity Surveyor, Mechanical and Electrical Engineer and Civil and Structural Engineer. The ward design will be to a high quality standard.
    Leistungsumfang
    Full Structural Engineering Professional Technical Services and with some limited Civil Engineering Professional Technical Services required for the delivery of the following project.
    The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of 4 new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level and other associated works. The proposed building extension is anticipated to be in the region of circa 1 950 m2 overall per level giving a gross floor area of circa 7 800 m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED and Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.
    Adresse des Bauherren IE-Naas
    TED Dokumenten-Nr. 44054-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Naas: Architectural, construction, engineering and inspection services

      2017/S 025-044054

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Health Service Executive (HSE)
      N/A
      Head Office, Oak House, Limetree Avenue, Millennium Park
      Naas
      Ireland
      Contact person: Joe Hoare, Estates Manager, HSE Estates
      Telephone: +353 061483565
      E-mail: MjExX2RaI11kVmdaNV1oWiNeWg==
      Fax: +353 061483373
      NUTS code: IE0

      Internet address(es):

      Main address: http://www.hse.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/461

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=107857&B=ETENDERS_SIMPLE
      Additional information can be obtained from another address:
      Joe Hoare, Estates Manager
      N/A
      HSE Estates, Holland Road, National Technology Park
      Limerick
      Ireland
      Contact person: Joe Hoare
      Telephone: +353 061483565
      E-mail: MTNnbGIrZWxeb2I9ZXBiK2Zi
      Fax: +353 061483373
      NUTS code: IE023

      Internet address(es):

      Main address: http://www.hse.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/461

      Tenders or requests to participate must be submitted to the following address:
      Joe Hoare, Estates Manager
      N/A
      HSE Estates, Holland Road, National Technology Park
      Limerick
      Ireland
      Contact person: Joe Hoare
      Telephone: +353 061483565
      E-mail: MTFpbmQtZ25gcWQ/Z3JkLWhk
      Fax: +353 061483373
      NUTS code: IE023

      Internet address(es):

      Main address: http://www.hse.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/461

      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Health

      Section II: Object

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

       

      Professional Design Team Services for delivery of new Acute Inpatient Ward Block at University Hospital Limerick.

       

      Reference number: UHL Ward Block Project
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Health Service Executive (HSE) is planning the design and construction of a new acute inpatient ward block development at the University Hospital Limerick Campus, Dooradoyle, Limerick to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1). A total of 4 inpatient wards, each containing 24 single inpatient rooms are envisaged along with hospital street link corridors at each level. The proposed building extension is anticipated to be in the region of 1 935 m2 overall per level giving a gross floor area of circa 7 750 m2 for the project excluding plant room space which will be additional. The Health Service Executive now wish to procure and appoint a design team for the project to include Architect (including Employers Representative and Project Supervisor Design Process roles), Fire Engineer, Quantity Surveyor, Mechanical and Electrical Engineer and Civil and Structural Engineer. The ward design will be to a high quality standard.

       

      II.1.5)Estimated total value
      Value excluding VAT: 2 000 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Architectural and Employers Representative Services for the delivery of Acute Inpatient Ward Block at University Hospital Limerick

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71200000
      71311000
      71312000
      71317200
      71321000
      71324000
      71334000
      75251110
      II.2.3)Place of performance
      NUTS code: IE023
      Main site or place of performance:

       

      University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.

       

      II.2.4)Description of the procurement:

       

      Architectural, Employer's Representative and Project Supervisor Design Process (PSDP) Professional Technical Services for delivery of the following project.

      The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of four new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level and other associated works. The proposed building extension is anticipated to be in the region of circa 1 950 m2 overall per level giving a gross floor area of circa 7 800 m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED and Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      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.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionnaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionnaire for the service available on etenders website or alternatively the suitability assessment questionnaire and related documentation are available upon request from the HSE.

       

      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

       

      The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.

       

      II.2)Description
      II.2.1)Title:

       

      Fire Engineering Services for delivery of Acute Inpatient Ward Block, University Hospital Limerick

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71200000
      71311000
      71312000
      71317200
      71321000
      71324000
      71334000
      75251110
      II.2.3)Place of performance
      NUTS code: IE023
      Main site or place of performance:

       

      University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.

       

      II.2.4)Description of the procurement:

       

      Fire Engineering Professional Technical Services for delivery of the following project.

      The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of 4 new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level and other associated works. The proposed building extension is anticipated to be in the region of circa 1 950 m2overall per level giving a gross floor area of circa 7 800 m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED and Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      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.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionnaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionnaire for the service which is available on the etenders website or alternatively the suitability assessment questionnaire and related documentation are available upon request from the HSE.

       

      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

       

      The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.

       

      II.2)Description
      II.2.1)Title:

       

      Mechanical and Electrical Engineering Services for delivery of Acute Inpatient Ward Block, UHL

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71200000
      71311000
      71312000
      71317200
      71321000
      71324000
      71334000
      75251110
      II.2.3)Place of performance
      NUTS code: IE023
      Main site or place of performance:

       

      University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.

       

      II.2.4)Description of the procurement:

       

      Mechanical and Electrical Engineering Professional Technical Services for delivery of the following project.

      The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of 4 new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level and other associated works. The proposed building extension is anticipated to be in the region of circa 1 950 m2overall per level giving a gross floor area of circa 7 800 m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED and Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      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.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionnaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionnaire for the service which is available on the etenders website or alternatively the suitability assessment questionnaire and related documentation are available upon request from the HSE.

       

      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

       

      The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.

       

      II.2)Description
      II.2.1)Title:

       

      Structural Engineering Services for delivery of Acute Inpatient Ward Block, UHL

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71200000
      71311000
      71312000
      71317200
      71321000
      71324000
      71334000
      75251110
      II.2.3)Place of performance
      NUTS code: IE023
      Main site or place of performance:

       

      University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.

       

      II.2.4)Description of the procurement:

       

      Full Structural Engineering Professional Technical Services and with some limited Civil Engineering Professional Technical Services required for the delivery of the following project.

      The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of 4 new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level and other associated works. The proposed building extension is anticipated to be in the region of circa 1 950 m2overall per level giving a gross floor area of circa 7 800 m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED and Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      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.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionnaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionnaire for the service which is available on the etenders website or alternatively the suitability assessment questionnaire and related documentation are available upon request from the HSE.

       

      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

       

      The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.

       

      II.2)Description
      II.2.1)Title:

       

      Quantity Surveying Services for delivery of Acute Inpatient Ward Block University Hospital Limerick

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71200000
      71311000
      71312000
      71317200
      71321000
      71324000
      71334000
      75251110
      II.2.3)Place of performance
      NUTS code: IE023
      Main site or place of performance:

       

      University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.

       

      II.2.4)Description of the procurement:

       

      Full Structural Engineering Professional Technical Services and with some limited Civil Engineering Professional Technical Services required for the delivery of the following project.

      The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of 4 new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level and other associated works. The proposed building extension is anticipated to be in the region of circa 1 950 m2 overall per level giving a gross floor area of circa 7 800 m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED and Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      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.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionnaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionnaire for the service which is available on the etenders website or alternatively the suitability assessment questionnaire and related documentation are available upon request from the HSE.

       

      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

       

      The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.

       

      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
      List and brief description of conditions:

       

      Proof of enrolment on professional or trade registers is not required in this case. See suitability assessment questionnaire (i.e. the procurement documents for this stage of the process) which is available on the etenders website or can be obtained directly from the HSE upon request for full details of the conditions for participation.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      Details regarding the project have been provided in the suitability assessment questionnaire. A more detailed scope of services document and more detailed information regarding the project itself will be made available to the applicants who are subsequently shortlisted at the invitation to tender stage of this procurement process.

       

      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      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: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2013/S 104-178683
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 14/03/2017
      Local time: 15:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 14/04/2017
      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
      IV.2.7)Conditions for opening of tenders

      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:

       

      To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you could register your interest to this tender on the following site: https://irl.eu-supply.com or www.etenders.gov.ie

      The Authority reserves the right to terminate this procurement process at any time and accepts no liability for any costs arising in the event of a termination regardless of the reasons for such a decision. The Authority shall not be obliged to enter into a contract with any Tenderer.

      The Authority is subject to the Freedom of Information Acts 1997 and 2003. The Candidate shall state if any of the information supplied by it in response to this notice is confidential or commercially sensitive or should not be disclosed in respect of a request for information under the aforementioned Acts. The Candidate shall state why it considers the information to be confidential or commercially sensitive. The Authority will consult with any Candidate / Tenderer about sensitive information before making a decision on any Freedom of Information request received.

      The Authority accepts no liability for any costs and/or expenses incurred by any Candidate/Tenderer in connection with this competition (including the application and/or attendance interview, if required)

      For further information on this process refer to the Prequalification Assessment Documentation namely the Suitability Assessment Questionnaire and to the Project Information Memorandum document both of which are available on the etenders website or can be obtained directly from the HSE upon request.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      Four Courts, Inns Quay
      Dublin
      7
      Ireland
      E-mail: MjE3V1hWV1JeZGFjUlRdY2FQW15VVVhSVC9SXmRhY2IdWFQ=

      Internet address:http://www.courts.ie

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Information on lodging of appeals Contained in Regulation 7 of the European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (SI No. 130 of 2010).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      02/02/2017
    © 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 06.02.2017
Zuletzt aktualisiert 06.02.2017
Wettbewerbs-ID 2-255351 Status Kostenpflichtig
Seitenaufrufe 50