loading
  • GB-M32 0TH Stretford
  • 12.06.2018
  • Ausschreibung
  • (ID 2-302129)

Property, Civil, and Structural Engineering Professional Services Framework Agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 12.06.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 5
    Gebäudetyp Büro-, Verwaltungsbauten / Kultur-, Veranstaltungsgebäude / Schulen / Wohnungsbau
    Art der Leistung Objektplanung Gebäude / Kostenmanagement / Ausschreibung, Vergabe / Bauleitung, Objektüberwachung / Technische Ausrüstung / allgemeine Beratungsleistungen / Objektplanung Freianlagen / Projektsteuerung / Vermessung
    Sprache Englisch
    Aufgabe
    The Council is looking for companies to place on to the framework agreement with specialisms in a range of civil design and property professional services including Various Architectural Services, Regeneration Services, Various Survey Services, Geotechnical Services, Engineering Services, Project and Programme Management Services, M&E Services, Design Services, Various Consultancy Services, Sustainability and Environmental Services, and Valuation Services.
    Adresse des Bauherren UK-M32 0TH Stretford
    TED Dokumenten-Nr. 208866-2018

  • Anzeigentext Ausschreibung

    maximieren


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

      2018/S 092-208866

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Trafford Council
      1st Floor, Trafford Town Hall
      Stretford
      M32 0TH
      United Kingdom
      Contact person: Ms. Sarah Keating
      Telephone: +44 7817018850
      E-mail: MTRvXW5dZCpnYV1wZWpjPG9wXW4pbG5rX3FuYWlhanAqY2tyKnFn
      NUTS code: UK

      Internet address(es):

      Main address: http://www.trafford.gov.uk/

      Address of the buyer profile: www.star-procurement.gov.uk

      I.1)Name and addresses
      Bolton Metropolitan Borough Council
      Victoria Square
      Bolton
      United Kingdom
      E-mail: MTFvcW5idHFkbGRtcz9yc2BxLG9xbmJ0cWRsZG1zLWZudS10ag==
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.bolton.gov.uk

      I.1)Name and addresses
      Bury Metropolitan Borough Council
      Bury
      United Kingdom
      E-mail: MjE4XmBdUWNgU1tTXGIuYWJPYBteYF1RY2BTW1NcYhxVXWQcY1k=
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.bury.gov.uk

      I.1)Name and addresses
      Manchester City Council
      Manchester
      United Kingdom
      E-mail: MjEyZGZjV2lmWWFZYmg0Z2hVZiFkZmNXaWZZYVliaCJbY2oiaV8=
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.manchester.gov.uk

      I.1)Name and addresses
      Oldham Metropolitan Borough Council
      Oldham
      United Kingdom
      E-mail: MjEzY2ViVmhlWGBYYWczZmdUZSBjZWJWaGVYYFhhZyFaYmkhaF4=
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.oldham.gov.uk

      I.1)Name and addresses
      Rochdale Metropolitan Borough Council
      Rochdale
      United Kingdom
      E-mail: MjE0YmRhVWdkV19XYGYyZWZTZB9iZGFVZ2RXX1dgZiBZYWggZ10=
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.rochdale.gov.uk

      I.1)Name and addresses
      Salford City Council
      Swinton
      United Kingdom
      E-mail: MjE1YWNgVGZjVl5WX2UxZGVSYx5hY2BUZmNWXlZfZR9YYGcfZlw=
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.salford.gov.uk

      I.1)Name and addresses
      Stockport Metropolitan Borough Council
      Stockport
      United Kingdom
      E-mail: MjIwXF5bT2FeUVlRWmAsX2BNXhlcXltPYV5RWVFaYBpTW2IaYVc=
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.stockport.gov.uk

      I.1)Name and addresses
      Tameside Metropolitan Borough Council
      Ashton
      United Kingdom
      E-mail: MTlnaWZabGlcZFxlazdqa1hpJGdpZlpsaVxkXGVrJV5mbSVsYg==
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.tameside.gov.uk

      I.1)Name and addresses
      Trafford Metropolitan Borough Council
      Stretford
      United Kingdom
      E-mail: MjEyZGZjV2lmWWFZYmg0Z2hVZiFkZmNXaWZZYVliaCJbY2oiaV8=
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.trafford.gov.uk

      I.1)Name and addresses
      Wigan Metropolitan Borough Council
      Wigan
      United Kingdom
      E-mail: MjE4XmBdUWNgU1tTXGIuYWJPYBteYF1RY2BTW1NcYhxVXWQcY1k=
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.wigan.gov.uk

      I.1)Name and addresses
      Cheshire East Borough Council
      Sandbach
      United Kingdom
      E-mail: MjE0YmRhVWdkV19XYGYyZWZTZB9iZGFVZ2RXX1dgZiBZYWggZ10=
      NUTS code: UKD62

      Internet address(es):

      Main address: http://www.cheshireeast.gov.uk

      I.1)Name and addresses
      Blackburn with Darwen Council
      Blackburn
      United Kingdom
      E-mail: MjE1YWNgVGZjVl5WX2UxZGVSYx5hY2BUZmNWXlZfZR9YYGcfZlw=
      NUTS code: UKD41

      Internet address(es):

      Main address: http://www.blackburn.gov.uk

      I.1)Name and addresses
      Blackpool Council
      Blackpool
      United Kingdom
      E-mail: MTlnaWZabGlcZFxlazdqa1hpJGdpZlpsaVxkXGVrJV5mbSVsYg==
      NUTS code: UKD42

      Internet address(es):

      Main address: http://www.blackpool.gov.uk

      I.1)Name and addresses
      Warrington Borough Council
      Warrington
      United Kingdom
      E-mail: MjExZWdkWGpnWmJaY2k1aGlWZyJlZ2RYamdaYlpjaSNcZGsjamA=
      NUTS code: UKD61

      Internet address(es):

      Main address: http://www.warrington.gov.uk

      I.1)Name and addresses
      Greater Manchester Combined Authority (Greater Manchester Fire and Resce, and Greater Manchester Police)
      Manchester
      United Kingdom
      E-mail: MTVrbWpecG1gaGBpbztub1xtKGttal5wbWBoYGlvKWJqcSlwZg==
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.greatermanchester-ca.gov.uk

      I.1)Name and addresses
      Transport for Greater Manchester
      Manchester
      United Kingdom
      E-mail: MjIwXF5bT2FeUVlRWmAsX2BNXhlcXltPYV5RWVFaYBpTW2IaYVc=
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.tfgm.com

      I.1)Name and addresses
      Stockport Homes Group (and their subsidiaries)
      Stockport
      United Kingdom
      E-mail: MjE1YWNgVGZjVl5WX2UxZGVSYx5hY2BUZmNWXlZfZR9YYGcfZlw=
      NUTS code: UKD35

      Internet address(es):

      Main address: http://www.stockporthomes.org

      I.1)Name and addresses
      Engine of the North Limited
      Sandbach
      United Kingdom
      E-mail: MjE0YmRhVWdkV19XYGYyZWZTZB9iZGFVZ2RXX1dgZiBZYWggZ10=
      NUTS code: UKD62

      Internet address(es):

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

      I.1)Name and addresses
      Tatton Park Enterprises
      Knutsford
      United Kingdom
      E-mail: MjE0YmRhVWdkV19XYGYyZWZTZB9iZGFVZ2RXX1dgZiBZYWggZ10=
      NUTS code: UKD62

      Internet address(es):

      Main address: http://www.tattonpark.org.uk

      I.1)Name and addresses
      Orbitas, Bereavement Services Limited
      Crewe
      United Kingdom
      E-mail: MTVrbWpecG1gaGBpbztub1xtKGttal5wbWBoYGlvKWJqcSlwZg==
      NUTS code: UKD62

      Internet address(es):

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

      I.1)Name and addresses
      ANSA Environmental Services Limited
      Middlewich
      United Kingdom
      E-mail: MTJucG1hc3Bja2Nscj5xcl9wK25wbWFzcGNrY2xyLGVtdCxzaQ==
      NUTS code: UKD62

      Internet address(es):

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

      I.2)Information about joint procurement
      The contract involves 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.the-chest.org.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.the-chest.org.uk
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

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

      Property, Civil, and Structural Engineering Professional Services Framework Agreement

      Reference number: DN340911
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The Council is looking for companies to place on to the framework agreement with specialisms in a range of civil design and property professional services including Various Architectural Services, Regeneration Services, Various Survey Services, Geotechnical Services, Engineering Services, Project and Programme Management Services, M&E Services, Design Services, Various Consultancy Services, Sustainability and Environmental Services, and Valuation Services.

      II.1.5)Estimated total value
      Value excluding VAT: 500 000 000.00 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:

      Lot 1— Architectural Design – Commercial and Office Buildings

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71200000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 1: Architectural Design – Commercial and Office Buildings.

      Production of Affordable and Sustainable Architectural Building Design of Commercial and Office Buildings, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole-Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 2 — Architectural Design – Housing and Residential Architects

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71200000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 2: Architectural Design – Housing and Residential Architects.

      Production of Affordable and Sustainable Architectural Building Design of Housing and Residential Buildings, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole-Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 3 — Architectural Design – Education Buildings

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71200000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 3: Architectural Design – Education Buildings.

      Production of Affordable and Sustainable Architectural Building Design of Primary and Secondary Education Buildings, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole-Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 4 — Architectural Design – Cultural and Leisure Projects

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71200000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 4: Architectural Design – Cultural and Leisure Projects.

      Production of Affordable and Sustainable Architectural Building Design of Cultural and Leisure Projects, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole-Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 5 — Regeneration Landscaping – Artisan

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71400000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 5: Regeneration and Landscaping – Artisan.

      Includes, reporting on Area Regeneration Studies, Master Plans and Sub-regional Strategies, Landscape/Townscape analysis, Town / Master planning, Urban Design and Guidance, Feasibility Studies, Site Appraisals, Preparation of work packages suitable to tender, Planning Applications, Landscape design, Public Art, Procurement, Presentation Visualisations, Advice on Best Practice and Government Policy, Monitoring of Construction Works, Adoption works, Heritage, Landscape Studies, Community Engagement, Sustainability, Transport Planning and Studies, Liaison with Dependant Parties, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 6 — Heritage Architects

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71200000
      71400000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 6: Heritage Architects.

      Production of Affordable and Sustainable Architectural Building Design related to Historic Buildings reflecting current best practice and Historic England guidance, RIBA Plan, Feasibility Studies, Conservation Plans, Conservation Management Plans, Heritage Statements, procurement of specialist advise, liaison with stakeholders including external funders, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 7 — Architectural Design – Landscape

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71200000
      71400000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 7: Architectural Design — Landscape.

      Production of Affordable and Sustainable Architectural Landscape Design, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 8 — Building Surveying

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71250000
      71500000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 8: Building Surveying.

      Production / Design of Affordable and Sustainable Building upgrade and refurbishment projects, Preparing Schedules, General Building Condition Surveys, Structural Surveys Preparation of Specifications, Electrical and Mechanical, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 9 — Civil Structural Engineering

      Lot No: 9
      II.2.2)Additional CPV code(s)
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 9: Civil Structural Engineering.

      Production of Affordable and Sustainable Civil Engineering Design, upgrading and refurbishment projects, Topographical surveys, Structural / Condition surveys, Design/Management and interpretation of Site Investigations, Traffic Impact assessments, Feasibility Studies, Structural engineering generally, Civil engineering generally, Traffic and Highways, Drainage Design, Adoption, Flood Risk Assessment, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training. Production of affordable and sustainable engineering and structural design of buildings, upgrading and refurbishment projects, Asset Condition Surveys, Design/Management,

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 10 — Mechanical Electrical Building Services

      Lot No: 10
      II.2.2)Additional CPV code(s)
      50710000
      71321000
      71333000
      71334000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 10: Mechanical Electrical Building Services.

      Feasibility Studies, Utility Assessments, Whole Life Cost Assessment, Electrical Services, Mechanical Services, CCTV and Access Control, Noise Control, Energy Efficiency, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 11 — Project and Programme Management

      Lot No: 11
      II.2.2)Additional CPV code(s)
      71242000
      71247000
      71248000
      71520000
      71530000
      71540000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 11: Project and Programme Management.

      Project and Programme Management Service to act on behalf of the Client to include upgrading and refurbishment of the land and premises, land remediation, infrastructure and development,, Business / Economic Support and Operating, European Regional Develop Funding, actions plans, Risk Management, Science and Research, Leisure and Tourism, Information Technology and Strategy Development,, Management of Procurement, Preparation of work packages suitable to tender, Monitoring of Construction Works, Health Safety Environment Management, Gateway Reviews, Knowledge Transfer, Share Best Practice, Skills / Training Delivery.

      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: 44
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 12 — Quantity Surveying

      Lot No: 12
      II.2.2)Additional CPV code(s)
      71322100
      71324000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 12: Quantity Surveying.

      Deliver affordable and sustainable new build and refurbishment, building, civil engineering and landscape projects, Appraisal work, Direct Development and Post Agreement Monitoring, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction works, Contract Administration, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 13 — Principal Designer under CDM Regulations

      Lot No: 13
      II.2.2)Additional CPV code(s)
      71200000
      71540000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 13: Principal Designer under the CDM Regulations.

      The role of principal designer includes: Informing the client of their duties under the regulations. Planning, managing and monitoring health and safety in the pre-construction phase, including; identifying, eliminating or controlling foreseeable risks; and ensuring designers carry out their duties. Helping compile pre-construction information and providing it to designers and contractors. Preparing the health and safety file and then reviewing, updating and revising it as the project progresses. Liaising with the principal contractor to help in the planning, managing, monitoring and co-ordination of the construction phase. Taking into account the general principles of prevention. Ensuring that all persons working in relation to the pre-construction phase cooperate with the client, the principal designer and each other. Checking that designers have sufficient skills, knowledge, experience and (if they are an organization) the organizational capability to carry out the work.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 14 — Asbestos Consultancy Services

      Lot No: 14
      II.2.2)Additional CPV code(s)
      71530000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 14: Asbestos Consultancy Services.

      To provide the following technical support to ensure MCC is compliant Asbestos Management/ Update/Refurbishment/Demolition Surveys including producing a report Asbestos Management Plans Quality check Asbestos Removal Plans Of Work Carry out Air Monitoring/Smoke Test /4 Stage Reassurance Clearance when removal work is being carried out. Provide technical consultative services when required to assist in projects in relation to asbestos management Provide tailor made training/ asbestos awareness sessions.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 15 — Fire Engineering Consultancy Services

      Lot No: 15
      II.2.2)Additional CPV code(s)
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 15: Fire Engineering Consultancy Services.

      Fire risk assessments and development of site specific fire management plans for a full range of project types, design of cost effective fire strategies for existing and new buildings, ad-hoc fire engineering consultancy.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 16 — Legionella Consultancy Services

      Lot No: 16
      II.2.2)Additional CPV code(s)
      71500000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 16: Legionella Consultancy Services.

      Delivery of legionella risk assessments, delivery of risk reviews of premises, delivery of legionella management systems and site audits, testing and laboratory analysis, delivery of strategic support for legionella programme development (solutions support) including the development of quality and performance management systems.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 17 — Acoustic Consultancy Services

      Lot No: 17
      II.2.2)Additional CPV code(s)
      71500000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 17: Acoustic Consultancy Services.

      Ad-hoc noise and vibration assessments, attendance at design reviews for new schools, academies, new build housing and other Council new build, civils and refurbishment projects, review and comment on specifications and drawings provided by the design teams, site visits to new build projects during construction, post occupancy assessments and review.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 18 — Multi Discipline Services

      Lot No: 18
      II.2.2)Additional CPV code(s)
      71000000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 18: Multi Discipline Services.

      Multi-disciplinary Design Services, Master planning and Urban Design, Architecture, Landscaping, Property Services, Strategic redevelopment assessments, Presentation Visualisations, Environmental, Sustainability, Archaeology, Ecology, Heritage, Public Art, Project and Programme Management Service to act on behalf of the Client, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 19 — Sustainability and Environment

      Lot No: 19
      II.2.2)Additional CPV code(s)
      71240000
      71250000
      71300000
      71500000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 19: Sustainability and Environment.

      Sustainability Innovation, Buildings, Communities; Environment Management Services, Carbon Reduction, Impact Assessment, Advice on Best Practice and Government legislation, Feasibility Studies, Marketing Events, Site Safety and Regulatory Assessments, Contaminated Land, Waste Management, Land Reclamation and Remediation Management, Ecology, Archaeology, Sustainability Development, Renewable Energies, BREEAM, CEEQUAL Environmental Technologies and Services and the like, Pollution Control, Flooding, Invasive Weed, Noise and Air Quality, Rural and Coastal Issues, Health, Design, Regeneration and skills, Whole Life Cost Considerations, Sustainable Procurement, Preparation of work packages suitable to tender, Monitoring of Construction Works, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 20 — Planning – Master Planning Services

      Lot No: 20
      II.2.2)Additional CPV code(s)
      71000000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 20: Planning and Master Planning Services.

      Master planning and Urban Design, Architecture, Landscaping, Design Services, Property Services, Strategic redevelopment assessments, Presentation Visualisations, Environmental, Sustainability, Archaeology, Ecology, Heritage, Public Art, Project and Programme Management Service to act on behalf of the Client, Health Safety Environment Management, Training.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 21 — Valuation and Market Analysis

      Lot No: 21
      II.2.2)Additional CPV code(s)
      71242000
      71244000
      71246000
      71250000
      71324000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 21: Valuation and Market Analysis.

      Includes Acquisitions, Compulsory Purchase, Valuation, Strategic advice, Development and Funding and Asset Management, Market strategies, Market Design.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Lot 22 — Geotechnical Services

      Lot No: 22
      II.2.2)Additional CPV code(s)
      71300000
      71400000
      71500000
      71600000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Lot 22: Geotechnical Services.

      Application of a range of rock and soil slope reinforcement techniques, Rock removal and scaling, Provision of specific plant (e.g. mobile barriers off-road vehicles and non-road engines), Removal of vegetation and arboreal control, Installation of protection measures against rock and debris falls such as draped mesh, baseline, temporary or permanent catch fencing (and removal if required), Provision of traffic management, Chainsaw work as required, Supply accurate as built details and specifications and GPS coordinates of all installed infrastructure, Ground investigation studies, interpretative reports of ground conditions etc.

      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
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See procurement documents.

      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: yes
      Identification of the project: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
      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.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 110
      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: 12/06/2018
      Local time: 12:00
      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: 90 (from the date stated for receipt of 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:

      The estimated total value indicated at II.1.5. is for all Lots based on extrapolating Trafford Council's Property Investment Fund across all named Contracting Authorities. This is an estimate only and no Contracting Authority is obliged to use the framework agreement.

      Trafford Council's Property Investment Fund is the main driver behind the creation of this framework agreement. It is thought that over the 4 years, Trafford Council will spend c. 30m GBP through this framework agreement on the various Lots. We cannot give an indication as to the value/volume that will be put through each Lot.

      VI.4)Procedures for review
      VI.4.1)Review body
      STAR Procurement / Trafford Council
      Talbot Road
      Trafford
      M32 0TH
      United Kingdom

      Internet address: www.star-procurement.gov.uk

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

      There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please seek independent legal advice on how to proceed.

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      14/05/2018
    © 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 16.05.2018
Zuletzt aktualisiert 16.05.2018
Wettbewerbs-ID 2-302129 Status Kostenpflichtig
Seitenaufrufe 45