loading
  • GB-EH3 8BL Edinburgh
  • 18.12.2017
  • Ausschreibung
  • (ID 2-283155)

Consultancy Services.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 18.12.2017, 17:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung sonstige / Objektplanung Gebäude / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    Tenders are invited for the provision of Construction Consultancy Services.
    Workstream 1 Consultancy Services will include: Building Energy Assessors; Quantity Surveying; Project Management; Structural /Civil Engineer Services; Employers Agent; Clerk of Works Services; Contract Administrator; Principle Designer Duties; Health and Safety Advisor; Architect; and Building Services Engineer and a combined Service offering all of the other services.
    Bidders may apply for an individual service or multiple services. If a bidder proposes to offer a combined service they must be able to offer all of the services listed above.
    Leistungsumfang
    The services to be delivered cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management and completion.
    Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
    Consultancy services will include: Building Energy Assessors, Quantity Surveying, Project Management; Structural /Civil Engineer Services; Employers Agent; Clerk of Works Services; Contract Administrator; Principle Designer Duties; Health and Safety Advisor; Architects; and Building Services Engineer.
    Tenders may apply for individual consultancy services or a combined services offering all services listed above.
    Bidders may apply for part-coverage of a lot. It is the aim to appoint up to 4 companies per service per Lot. However more companies may be appointed to allow full provision of a service throughout a lot.
    LHC anticipates a wide range of projects being delivered under the framework, from single smaller sites to complex multi-site projects.
    Before completing and submitting an offer Bidders are urged to read the detailed specification (H1-WS1-Specification) which details the services they are committing to deliver and the standards to which they are committing to deliver them.
    Potential bidders should note that there is no guarantee that any work will be awarded under the framework.
    Local government areas covered:
    Dumfries and Galloway;
    East Ayrshire;
    North Ayrshire;
    South Ayrshire;
    South Lanarkshire;
    Scottish Borders.
    Adresse des Bauherren UK-EH3 8BL Edinburgh
    TED Dokumenten-Nr. 444855-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Edinburgh: Architectural, construction, engineering and inspection services

      2017/S 214-444855

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      LHC on behalf of Scottish Procurement Alliance
      i2 Office, Exchange Place 2, 5 Semple St
      Edinburgh
      EH3 8BL
      United Kingdom
      Telephone: +44 1313060177
      E-mail: 
      MjE5QVxbZhtkXFxRYC1ZVVAbVFxjG2JY
      NUTS code: UKM

      Internet address(es):

      Main address: http://www.scottishprocurement.scot

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16123

      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: https://www.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publiccontractsscotland.gov.uk
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: public framework provider

      Section II: Object

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

       

      Consultancy Services.

       

      Reference number: H1 WS1
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Tenders are invited for the provision of Construction Consultancy Services.

      Workstream 1 Consultancy Services will include: Building Energy Assessors; Quantity Surveying; Project Management; Structural /Civil Engineer Services; Employers Agent; Clerk of Works Services; Contract Administrator; Principle Designer Duties; Health and Safety Advisor; Architect; and Building Services Engineer and a combined Service offering all of the other services.

      Bidders may apply for an individual service or multiple services. If a bidder proposes to offer a combined service they must be able to offer all of the services listed above.

       

      II.1.5)Estimated total value
      Value excluding VAT: 150 000 000.00 GBP
      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:

       

      Workstream 1 Consultancy Services — Eastern Scotland

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71200000
      71300000
      71500000
      73220000
      79415200
      71530000
      71000000
      II.2.3)Place of performance
      NUTS code: UKM7
      Main site or place of performance:

       

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Eastern Scotland.

       

      II.2.4)Description of the procurement:

       

      The services to be delivered cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management and completion.

      Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.

      Consultancy services will include: Building Energy Assessors, Quantity Surveying, Project Management; Structural /Civil Engineer Services; Employers Agent; Clerk of Works Services; Contract Administrator; Principle Designer Duties; Health and Safety Advisor; Architects; and Building Services Engineer.

      Tenders may apply for individual consultancy services or a combined services offering all services listed above.

      Bidders may apply for part-coverage of a lot. It is the aim to appoint up to 4 companies per service per Lot. However more companies may be appointed to allow full provision of a service throughout a lot.

      LHC anticipates a wide range of projects being delivered under the framework, from single smaller sites to complex multi-site projects.

      Before completing and submitting an offer Bidders are urged to read the detailed specification (H1-WS1-Specification) which details the services they are committing to deliver and the standards to which they are committing to deliver them.

      Potential bidders should note that there is no guarantee that any work will be awarded under the framework.

      Local government areas covered:

      Angus;

      Clackmannanshire;

      Dundee City;

      East Lothian;

      Edinburgh, City of Falkirk;

      Fife;

      Midlothian;

      Perth and Kinross;

      Stirling;

      West Lothian.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      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.2.10)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:

       

      Workstream 1 Consultancy Services — West Central Scotland

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71200000
      71500000
      71300000
      73220000
      79415200
      71400000
      71000000
      II.2.3)Place of performance
      NUTS code: UKM8
      Main site or place of performance:

       

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across West Central Scotland.

       

      II.2.4)Description of the procurement:

       

      The services to be delivered cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management and completion.

      Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.

      Consultancy services will include: Building Energy Assessors, Quantity Surveying, Project Management; Structural /Civil Engineer Services; Employers Agent; Clerk of Works Services; Contract Administrator; Principle Designer Duties; Health and Safety Advisor; Architects; and Building Services Engineer.

      Tenders may apply for individual consultancy services or a combined services offering all services listed above.

      Bidders may apply for part-coverage of a lot. It is the aim to appoint up to 4 companies per service per Lot. However more companies may be appointed to allow full provision of a service throughout a lot.

      LHC anticipates a wide range of projects being delivered under the framework, from single smaller sites to complex multi-site projects.

      Before completing and submitting an offer Bidders are urged to read the detailed specification (H1-WS1-Specification) which details the services they are committing to deliver and the standards to which they are committing to deliver them.

      Potential bidders should note that there is no guarantee that any work will be awarded under the framework.

      Local government areas covered:

      East Dunbartonshire;

      East Renfrewshire;

      Glasgow City;

      Inverclyde;

      Renfrewshire;

      West Dunbartonshire;

      North Lanarkshire;

      Helensburgh;

      Lomond.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      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.2.10)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:

       

      Workstream 1 Consultancy Services — North Eastern Scotland

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71200000
      71300000
      71500000
      73220000
      79415200
      II.2.3)Place of performance
      NUTS code: UKM5
      Main site or place of performance:

       

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across North Eastern Scotland.

       

      II.2.4)Description of the procurement:

       

      The services to be delivered cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management and completion.

      Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.

      Consultancy services will include: Building Energy Assessors, Quantity Surveying, Project Management; Structural /Civil Engineer Services; Employers Agent; Clerk of Works Services; Contract Administrator; Principle Designer Duties; Health and Safety Advisor; Architects; and Building Services Engineer.

      Tenders may apply for individual consultancy services or a combined services offering all services listed above.

      Bidders may apply for part-coverage of a lot. It is the aim to appoint up to 4 companies per service per Lot. However more companies may be appointed to allow full provision of a service throughout a lot.

      LHC anticipates a wide range of projects being delivered under the framework, from single smaller sites to complex multi-site projects.

      Before completing and submitting an offer Bidders are urged to read the detailed specification (H1-WS1-Specification) which details the services they are committing to deliver and the standards to which they are committing to deliver them.

      Potential bidders should note that there is no guarantee that any work will be awarded under the framework.

      Local government areas covered:

      Aberdeen City;

      Aberdeenshire.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      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.2.10)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:

       

      Workstream 1 Consultancy Services — Highlands and Islands

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71200000
      71300000
      71500000
      73220000
      79415200
      II.2.3)Place of performance
      NUTS code: UKM6
      Main site or place of performance:

       

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Highlands and Islands.

       

      II.2.4)Description of the procurement:

       

      The services to be delivered cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management and completion.

      Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.

      Consultancy services will include: Building Energy Assessors, Quantity Surveying, Project Management; Structural /Civil Engineer Services; Employers Agent; Clerk of Works Services; Contract Administrator; Principle Designer Duties; Health and Safety Advisor; Architects; and Building Services Engineer.

      Tenders may apply for individual consultancy services or a combined services offering all services listed above.

      Bidders may apply for part-coverage of a lot. It is the aim to appoint up to 4 companies per service per Lot. However more companies may be appointed to allow full provision of a service throughout a lot.

      LHC anticipates a wide range of projects being delivered under the framework, from single smaller sites to complex multi-site projects.

      Before completing and submitting an offer Bidders are urged to read the detailed specification (H1-WS1-Specification) which details the services they are committing to deliver and the standards to which they are committing to deliver them.

      Potential bidders should note that there is no guarantee that any work will be awarded under the framework.

      Local government areas covered:

      Argyll and Bute;

      Highland;

      Eileanan an Iar, Na h-;

      Moray;

      Orkney Islands;

      Shetland Islands.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      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.2.10)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:

       

      Workstream 1 Consultancy Services — Southern Scotland

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71200000
      71300000
      71500000
      73220000
      79415200
      II.2.3)Place of performance
      NUTS code: UKM9
      Main site or place of performance:

       

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Southern Scotland.

       

      II.2.4)Description of the procurement:

       

      The services to be delivered cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management and completion.

      Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.

      Consultancy services will include: Building Energy Assessors, Quantity Surveying, Project Management; Structural /Civil Engineer Services; Employers Agent; Clerk of Works Services; Contract Administrator; Principle Designer Duties; Health and Safety Advisor; Architects; and Building Services Engineer.

      Tenders may apply for individual consultancy services or a combined services offering all services listed above.

      Bidders may apply for part-coverage of a lot. It is the aim to appoint up to 4 companies per service per Lot. However more companies may be appointed to allow full provision of a service throughout a lot.

      LHC anticipates a wide range of projects being delivered under the framework, from single smaller sites to complex multi-site projects.

      Before completing and submitting an offer Bidders are urged to read the detailed specification (H1-WS1-Specification) which details the services they are committing to deliver and the standards to which they are committing to deliver them.

      Potential bidders should note that there is no guarantee that any work will be awarded under the framework.

      Local government areas covered:

      Dumfries and Galloway;

      East Ayrshire;

      North Ayrshire;

      South Ayrshire;

      South Lanarkshire;

      Scottish Borders.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      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.2.10)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
      List and brief description of conditions:

       

      For consultancy services membership of one or more the relevant professional bodies: RIBA, RICS MCIOB, MICE, MIStrucE, NEBOSH or IOSH, CIBSIE.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      LHC uses the following ratios to evaluate each bidder's and approved contractor's financial status Turnover: This is calculated as twice the typical value for projects called off this framework. If a company's turnover exceeds the stated value then it passes this ratio.

      Profitability: This is calculated as profit after tax but before dividends and minority interests. If a company makes a profit then it passes this ratio.

      Liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If the answer is greater than 1 then it passes this ratio.

      Where 2 out of 3 of the ratios cannot be met LHC reserves the right to undertake its own detailed financial assessment of the bidder in order to ascertain to its own satisfaction the financial and economic standing and robustness of the organisation of the bidder and also, where applicable, the Parent/Holding Company and its subsidiaries.

      LHC will require the following insurances to be in place: Public Liability, Employers Liability; Professional Indemnity Insurance; Product Liability Insurance.

       

      Minimum level(s) of standards possibly required:

       

      For Consultancy — Individual Consultancy Services

      Bidders will be required to have a minimum ‘general’ yearly turnover of 20 000 GBP for the last 3 years:

      For Combined Consultancy Services to have a minimum ‘general’ yearly turnover of 100 000 GBP for the last 3 years:

      For all lots require the following insurance levels as a minimum:

      Employer's (Compulsory) Liability Insurance — 5 000 000 GBP.

      Public Liability Insurance — 5 000 000 GBP.

      Professional Indemnity Insurance — 5 000 000 GBP.

      Product Liability Insurance — 5 000 000 GBP.

      Parent company guarantees and performance bonds may be requested by LHC and framework users.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Contractual Warranties may be required by the arrangement users for individual contracts.

      Parent company guarantees may be required by end users and LHC. Groups of suppliers tendering will be required to assume a specific legal form if successful.

       

      Minimum level(s) of standards possibly required:

       

      For Consultancy Services bidders will be required to provide certification from an independent UKAS accredited body attesting conformity to ISO 9001, or provide written evidence of conformity.

       

      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:
      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
      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: 100
      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: 18/12/2017
      Local time: 17:00
      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: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 19/12/2017
      Local time: 10:00

      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:

       

      LHC is a joint committee of local authorities acting as a central purchasing body on behalf of Scottish Procurement Alliance (SPA) partners who include housing associations and councils constituted under section 2 of the Local Government etc., (Scotland) Act 1994, with whom and for whom this framework has been developed.

      Due to the reach and scale of SPA partners' portfolios the framework aims to support the delivery of housing throughout Scotland. Consequently, whilst not specifically consulted in the development of this framework, other contracting authorities as defined by the Public Contracts (Scotland) Regulations 2015 and as described in www.procurementalliance.scot/24 may also deem the framework to offer a value for money procurement solution for their requirements, and may also use the framework.

      However bidders should only consider the opportunity presented by current and future members of the SPA when preparing and submitting their bids.

      The 150 000 000 GBP value for the contract notice is based on a challenging target of circa 10 000 units, and reflects the SPA partners' determination to help achieve the target for new houses set out by Scottish government. Consultancy costs are estimated at 10 % of construction costs for each project.

      A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 and Schedule 1 of the FAC1 agreement within the ITT zip folder attached to this notice.

      For the avoidance of doubt in Scotland it is mandatory for Community Benefit requirements and Project Bank Accounts to be included for all projects over the relevant OJEU threshold.

      Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=516987

      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.publiccontractsscotland.gov.uk/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.

      A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      LHC Clients are required to consider Community Benefits on each and every contract. Tenderers must be aware that LHC Clients may add Community Benefit requirements including but not limited to:

      — To generate employment and training opportunities for priority groups;

      — Vocational training;

      — To up-skill the existing workforce;

      — Equality and diversity initiatives;

      — To make sub-contracting opportunities available to SMEs, the third sector and supported businesses;

      — Supply-chain development activity;

      — To build capacity in community organisations;

      — Educational support initiatives;

      — To work with schools, colleges and universities to offer work experience; and to minimise negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions and impacts on protected areas, buildings or sites.

      For the avoidance of doubt in Scotland it is mandatory for Community Benefit requirements to be included for all projects over the relevant OJEU threshold.

      (SC Ref: 516987).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      LHC on behalf of Scottish Procurement Alliance
      i2 Office, Exchange Place 2, 5 Semple St
      Edinburgh
      EH3 8BL
      United Kingdom
      Telephone: +44 1313060177

      Internet address:http://www.scottishprocurement.scot

      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:
      06/11/2017
    © 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 08.11.2017
Zuletzt aktualisiert 08.11.2017
Wettbewerbs-ID 2-283155 Status Kostenpflichtig
Seitenaufrufe 41