Deutschland - IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung - MARI-Testing Services

1. Beschaffer
1.1 Beschaffer
Offizielle Bezeichnung: Amprion GmbH
Rechtsform des Erwerbers: Organisation mit besonderen oder ausschließlichen Rechten
Tätigkeit des öffentlichen Auftraggebers: Wirtschaftliche Angelegenheiten
Tätigkeit des Auftraggebers: Mit Strom zusammenhängende Tätigkeiten
2. Verfahren
2.1 Verfahren
Titel: MARI-Testing Services
Beschreibung: Manually Activated Reserves Initiative (MARI) is the European implementation project for the creation of the European platform for the exchange of balancing energy from frequency restoration reserves with manual activation (mFRR). The Electricity Balancing guideline (Commission Regulation (EU) 2017/2195) (hereinafter the ‘EB Regulation‘), approved by the Electricity Cross-Border Committee on 16 March 2017, defines tasks and a timeline for the implementation of the European mFRR platform. The tendered Testing Service provider is responsible for testing the software developed for MARI and the connections between TSOs and the MARI platform. Furthermore Testing Service provider supports TSOs with their accession to MARI platform.
Kennung des Verfahrens: 5fcc5cfd-af9a-4e86-affc-21d5dbc025b6
Interne Kennung: MARI-Testing Services
Verfahrensart: Verhandlungsverfahren mit vorheriger Veröffentlichung eines Aufrufs zum Wettbewerb/Verhandlungsverfahren
Das Verfahren wird beschleunigt: No
2.1.1 Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung(cpv): 72000000IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung
2.1.2 Erfüllungsort
Postanschrift: Von-Werth-Straße 274
Stadt: Pulheim
Postleitzahl: 50259
Land, Gliederung (NUTS): Rhein-Erft-Kreis(DEA27)
Land: Deutschland
2.1.4 Allgemeine Informationen
Zusätzliche Informationen: The contracting authority Amprion GmbH is neither a contracting authority within the meaning of § 99 GWB nor a utility company within the meaning of § 100 GWB. It therefore does not have to apply the procurement law provisions of the GWB ( § 97 GWB et seq.) or the Sectoral Regulation (SektVO); see OLG Munich, decision of August 28, 2019 - Verg 15/19 and decision of March 9, 2020, Verg 27/19. In the present procurement procedure, Amprion is not procuring services exclusively for its own purposes, but also for the purposes of the other MARI project partners. As most of the MARI project partners are European TSOs and therefore contracting authorities or utilities, Amprion must apply the provisions of the GWB and the SektVO in this exceptional case. In principle, the required declarations/evidence must be submitted in German or English or in an officially certified translation. If a declaration/evidence cannot be submitted, the applicant must give reasons for this, provide a comparable declaration/evidence and explain - in German or English - why it is comparable.
Rechtsgrundlage:
Richtlinie 2014/25/EU
sektvo- 
Anzuwendende grenzübergreifende Rechtsvorschrift:
Beschreibung: 
2.1.6 Ausschlussgründe
Korruption: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Betrugsbekämpfung: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Beteiligung an einer kriminellen Vereinigung: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Terroristische Straftaten oder Straftaten im Zusammenhang mit terroristischen Aktivitäten: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Einstellung der gewerblichen Tätigkeit: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Geldwäsche oder Terrorismusfinanzierung: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Konkurs: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Verwaltung der Vermögenswerte durch einen Insolvenzverwalter: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Interessenkonflikt aufgrund seiner Teilnahme an dem Vergabeverfahren: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Vorzeitige Beendigung, Schadensersatz oder andere vergleichbare Sanktionen: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Kinderarbeit und andere Formen des Menschenhandels: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Der Zahlungsunfähigkeit vergleichbare Lage gemäß nationaler Rechtsvorschriften: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Vergleichsverfahren: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Schwere Verfehlung im Rahmen der beruflichen Tätigkeit: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Falsche Angaben, verweigerte Informationen, die nicht in der Lage sind, die erforderlichen Unterlagen vorzulegen, und haben vertrauliche Informationen über dieses Verfahren erhalten.: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Verstoß gegen arbeitsrechtliche Verpflichtungen: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Verstoß gegen sozialrechtliche Verpflichtungen: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Verstoß gegen umweltrechtliche Verpflichtungen: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Zahlung der Sozialversicherungsbeiträge: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Entrichtung von Steuern: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Vereinbarungen mit anderen Wirtschaftsteilnehmern zur Verzerrung des Wettbewerbs: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Direkte oder indirekte Beteiligung an der Vorbereitung des Vergabeverfahrens: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
Zahlungsunfähigkeit: Exclusion grounds applicable as stipulated by §§123 and 124 GWB in connection with §142 No.2 GWB (GWB = Act against Restraints of Competition)
5. Los
5.1 Los: LOT-0001
Titel: MARI - Testing Services
Beschreibung: The provider of this task will be responsible for planning and executing User Acceptance Testing (UAT), and for planning and facilitating interoperability testing between the MARI platform and external systems of the participating TSOs (IOP). Part of the preliminary phase will be to participate in Factory Acceptance Tests (FAT) which will be executed and facilitated by providers of software development Unicorn and Artelys. In cooperation with the project, the UAT phase needs to be planned: test cases, test scenarios, expected performance and benchmarking against mFRR platform requirements catalogue in its most current version. During the UAT, the provider must be in a position to carry out these tests, mostly independently (possibly with the involvement of Unicorn), and report to the project on the results, issues encountered and possible counter-measures on a regular basis determined by the project. A final test report is expected, so that the project can assess the results of the developed version and decide on next steps (exit criteria).
Interne Kennung: MARI-Testing Services
5.1.1 Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung(cpv): 72000000IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung
Optionen:
Beschreibung der Optionen: 2 x 24 months each
5.1.2 Erfüllungsort
Postanschrift: Von-Werth-Straße 274
Stadt: Pulheim
Postleitzahl: 50259
Land, Gliederung (NUTS): Rhein-Erft-Kreis(DEA27)
Land: Deutschland
Zusätzliche Informationen: 
5.1.3 Geschätzte Dauer
Laufzeit: 48MONTH
5.1.4 Verlängerung
Maximale Verlängerungen: 2
5.1.6 Allgemeine Informationen
Vorbehaltene Teilnahme: Teilnahme ist nicht vorbehalten.
Die Namen und beruflichen Qualifikationen des zur Auftragsausführung eingesetzten Personals sind anzugeben: Noch nicht bekannt
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen
5.1.7 Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
5.1.9 Eignungskriterien
Kriterium:
Art: Eignung zur Berufsausübung
Bezeichnung: a)Existence of the qualification and license to practice the profession b)Non-existence of grounds for exclusion pursuant to Sections 123, 124 GWB
Beschreibung: The following documents must be submitted as proof of the eligibility criterion: (a) Current extract from the professional or commercial register (not older than 6 months retroactively to the end of the participation period). (b) Self-declaration stating that the company and, where applicable, the persons on whose capacities the company relies do not fulfill any grounds for exclusion pursuant to Sections 123, 124 of the Act against Restraints of Competition (GWB). Annex "A2_ Application questionaire_MARI" must be submitted.
Anwendung dieses Kriteriums: Verwendet
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen
Kriterium:
Art: Wirtschaftliche und finanzielle Leistungsfähigkeit
Bezeichnung: Availability of economic and financial capacity
Beschreibung: The following documents must be submitted as proof of the eligibility criterion: (a) The total turnover in the last 3 completed financial years and, if available, the turnover with comparable services in the last 3 completed financial years must be submitted with the application to participate. (b) Annual financial statements or alternatively balance sheets (deviation must be justified) or, if these cannot be submitted, a profit and loss account for the last two completed financial years must be submitted with the application to participate. (c) Submission of an insurance certificate confirming the existence of public liability insurance; alternatively (deviation to be justified by the bidder) a certificate from an insurance company stating that such insurance cover will exist for the bidder if the contract is awarded. The contractor is obliged to provide Amprion with a corresponding confirmation of cover from the insurer within two weeks of concluding the contract, insofar as Amprion does not yet have a valid confirmation of cover. The respective coverage amount of the insurance is not a limitation of liability. The annex "A2_Application questionaire_MARI" must be submitted. The following minimum requirements apply: (a) The applicant must prove that it has generated a turnover of at least: € 10,000,000 for each year in the last 3 financial years. (b) The liability insurance must not fall below the minimum cover of € 5,000,000 for personal injury and damage to property and resulting consequential damage.
Anwendung dieses Kriteriums: Verwendet
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen
Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: a) Adequate experience b)Project language c)Number of employees d)Conflict of interest
Beschreibung: (a) References from comparable projects References of comparable services from the last 8 financial years with details of the client, the country in which the service was provided, the scope of services, the type of project, the project duration and the year of commissioning using the reference list provided by the client. (b) Project language Selfdeclaration that the applicant is able to submit the project documents in English and to communicate in English during the project. (c) Number of employees Please state how many employees the company has and how many employees are planned for this contract. (d) No conflicting interests Submission of a self-declaration that the applicant has no interests that conflict with and could impair the performance of the public contract and, in particular, has not been involved in the development of the MARI software. Annex "A2_Application questionaire_MARI" must be completed and submitted. The following minimum requirements apply: (a) References It is required that experience with regard to the "Electricity Market CIM document standard" (ISO 62325-451 or comparable references) can be demonstrated in at least one project. To this end, the bidder must mark the project in the reference list in which this experience was acquired. (b) Language The contact person named by the bidder for the award procedure must have at least level B2 (Cambridge English Qualifications) or equivalent. (c) Number of employees The minimum number of employees in the company is 100 FTE. References are evaluated as following: A total score of 50 points can be achieved. There are 5 sub-categories with a maximum of 10 points each. 1. A maximum of 10 points can be awarded for the number of general references. For example, if a bidder lists 29 references, it will be awarded 9 points. A bidder receives the full number of points if they provide at least 35 references. Proportionally fewer points are awarded for fewer references. 2. A maximum of 10 points can be awarded for the level of detail of the general references. If the references are not described, the bidder receives 0 points. The bidder receives 5 points for bullet points and 10 points for a detailed description. 3. 10 points can be awarded for the number of references in the energy market. Full points are awarded for 6 or more references. Proportionally fewer points are awarded for fewer references. 4. A maximum of 10 points can be achieved for the hours of references in the energy market. From 29,251 hours, 10 points are awarded. Proportionally fewer points are awarded for fewer hours. 5. 10 points can be achieved for the hours of testing references. From 315,001 hours, 10 points are awarded. Proportionally fewer points are awarded for fewer hours. Purpose and intended result of the selection phase is to select a maximum of four (4) candidates for the Awarding phase. Therefore, references will be used as a scoring criterion to determine a ranking if more than four (4) applicants meet all minimum and eligibility requirements. For further details see "Annex 2_Award Criteria" Chapter 2.2.
Anwendung dieses Kriteriums: Verwendet
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen
Informationen über die zweite Phase eines zweiphasigen Verfahrens:
Mindestzahl der zur zweiten Phase des Verfahrens einzuladenden Bewerber: 1
Höchstzahl der zur zweiten Phase des Verfahrens einzuladenden Bewerber: 4
Das Verfahren wird in mehreren aufeinanderfolgenden Phasen durchgeführt. In jeder Phase können einige Teilnehmer ausgeschlossen werden
5.1.10 Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Price
Beschreibung: A maximum of 30.00 (thirty) points can be awarded for this award criterion. The bidder with the best price will receive the full number of points. The points for the prices for the other bids will be set in relation to the best price.
Gewichtung (Punkte, genau): 30
Kriterium:
Art: Qualität
Bezeichnung: Project concept
Beschreibung: A maximum of 25 (twenty five) points can be achieved. Points for this sub-criterion are awarded on the basis of a plausibility and quality check of the concept to be submitted. For the sake of clarity, the project concept can be submitted within a dedicated file (PDF). The concept must contain the following requirements in particular, but not exclusively: Project organization (resource planning, ability to process parallel workstreams) Identification of focal points and time risks in the project Identification of communication interfaces in the project Execution concept that reflects the total effort for this project. This should show the number of hours per project member envisaged by the tenderer (based on the qualifications contained in the price list). Handover and familiarization with the project (schedule, risk management, resource planning...)
Gewichtung (Punkte, genau): 25
Kriterium:
Art: Qualität
Bezeichnung: MARI Requirements Catalogue
Beschreibung: A maximum of 20.0 (twenty) points can be achieved. Points are awarded for the criterion as a result of a plausibility and quality check of the requirements catalogue completed by the tenderer. For each listed requirement (Req.ID), the tenderer must explain whether and how it will implement the requirement. The description should contain details of the specific implementation by the tenderer. The contracting authority shall evaluate the tenderers' explanations using the points system below. 0= Notor marginally fulfilled 1= Partially fulfilled 2= Largely or completely fulfilled
Gewichtung (Punkte, genau): 20
Kriterium:
Art: Qualität
Bezeichnung: Guideline ISMS service provider
Beschreibung: The tenderer must prepare a qualified self-disclosure on the implementation of the security requirements by writing a self disclosure in the field provided for this purpose in the document ( 10 Richtlinie ISMS Dienstleister im Prozessbereich_ENGLISCH.xslx). In addition to simply stating whether the security requirements are met, the method of implementation must also be briefly described. The contracting authority shall assess the information in the tenderer's offer for each security requirement of the Guideline ISMS with 0 to 2 points. 0= Not or marginally fulfilled 1= Partially fulfilled 2= Largely or completely fulfilled 0= Not or marginally fulfilled: The response does not answer the question, has completely skipped the question or only gives a very limited substantive answer to the requested elements. 1= Partially fulfilled: The response has a limited substantive relevance to the requested elements and aspects, but has sufficiently taken into account the principles of this tender and is sufficiently in line with the requirements. 2= Largely or completely fulfilled: the description concerns a substantively relevant and applicable or even excellent answer based on the principles of this tender. All requested elements have been at least well developed and answered, with mostly substantive specific relevant details or details that correspond at least largely to the requested elements.
Gewichtung (Punkte, genau): 15
Kriterium:
Art: Qualität
Bezeichnung: Sample Test Report
Beschreibung: A maximum of 10.0 (ten) points can be achieved. Points for this sub-criterion are awarded on the basis of a plausibility and quality check of the sample test report to be submitted. The sample test report shall be submitted within a dedicated file (PDF). Comments and explanations to the Sample Testreport may be made in the Evaluation Tendering Supplier Form (2.4. Sample Testreport). The contractor must submit an example of a test report that takes into account the following aspects, among others: - Structure of the test report/structure - Presentation of the test process - Essential contents The bidder can achieve a maximum of three (3) points for each of the three (3) requirements above for a total of nine (9) points. An additional one (1) point can be achieved, if the example to be submitted does not exceed 9000 characters (approximately 5 DIN A4 pages). The contracting authority will evaluate this sub-criterion as part of an overall assessment using the points system below. Within the margin of discretion available to the contracting authority the distribution of points is based on the following assessment scheme: 0= not fulfilled 1= partially fulfilled 2= mainly fulfilled 3= completely fulfilled 0= not fulfilled: The response does not answer the question, has completely skipped the question or only gives a very limited substantive answer to the requested elements. 1= partially fulfilled: The response has a limited substantive relevance to the requested elements and aspects but has sufficiently taken into account the principles of this tender and is sufficiently in line with the requirements. 2= mainly fulfilled: the description concerns a substantively relevant and applicable answer based on the principles of this tender. All requested elements have been at least well developed and answered, with mostly substantive specific relevant details or details that correspond at least largely to the requested elements. 3= completely fulfilled: the description concerns an excellent answer based on the principles of this tender. All requested elements have been well developed and answered, with substantive specific relevant details or details that correspond to the requested elements.
Gewichtung (Punkte, genau): 10
Beschreibung der anzuwendenden Methode, wenn die Gewichtung nicht durch Kriterien ausgedrückt werden kann: A total score of 100 (one hundred) points can be achieved, which are divided among the 2 main criteria as follows. 1. Price: 30 (thirty) points 2. Technical performance: 70 (seventy) points Notice: In the evaluation procedure described here, commercial rounding is carried out to the second decimal place. The rounding rule is based on DIN 1333. Further details of the evaluation procedure is described in "Annex 2_Award Creiteria". The bidder must submit a complete bid which permits the evaluation of all the abovementioned evaluation criteria by Amprion. Further details, including a description of the evaluation procedure, can be found in chapters 3 and 4 of "Annex 2_Award Creiteria".
5.1.11 Auftragsunterlagen
Zugang zu bestimmten Auftragsunterlagen ist beschränkt
Begründung für die Beschränkung des Zugangs zu bestimmten Auftragsunterlagen: Schutz besonders sensibler Informationen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: ENG
Informationen über zugangsbeschränkte Dokumente einsehbar unter: https://s2c.mercell.com/today/61613,
5.1.12 Bedingungen für die Auftragsvergabe
Bedingungen für die Einreichung:
Elektronische Einreichung: Erforderlich
Adresse für die Einreichung: https://s2c.mercell.com/today/61613
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Deutsch, Englisch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Frist für den Eingang der Teilnahmeanträge: 2024-02-12+01:0012:00:00+01:00
Frist, bis zu der das Angebot gültig sein muss: 6MONTH
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können alle fehlenden Bieterunterlagen nach Fristablauf nachgereicht werden.
Zusätzliche Informationen: in acc with §51 SektVO
Informationen über die öffentliche Angebotsöffnung:
Ort: via Mercell platform
Zusätzliche Informationen: Participation is not permitted
Auftragsbedingungen:
Bedingungen für die Ausführung des Auftrags: see tender documents
Es ist eine Geheimhaltungsvereinbarung erforderlich
Zusätzliche Angaben zur Geheimhaltungsvereinbarung: For reasons of confidentiality, Annex 5 ‘Zip-Datei mit Technischen Anlagen’ is transmitted only after submission of a NDA within the application procedure. The contracting authority reserves the right to refrain from transmitting the NDA and the confidential documents in the event of obviously abusive requests.
Elektronische Rechnungsstellung: Erforderlich
Aufträge werden elektronisch erteilt
Zahlungen werden elektronisch geleistet
Finanzielle Vereinbarung: see tender documents
Informationen über die Überprüfungsfristen: An application for review is inadmissible if more than 15 calendar days have elapsed since receipt of the notification by the contracting authority that it does not intend to remedy a complaint ( § 160 (3) sentence 1, no. 4 GWB). An application for review is also inadmissible if the application is only served after the contract has been awarded (§ 168 (2) sentence 1 GWB). The award of the contract is possible 10 days after the announcement of the award decision has been sent by fax or electronically or 15 days after the announcement of the award decision has been sent by post ( § 134 (2) GWB). The admissibility of an application for review also requires that the alleged breaches of contract award rules have been notified within 10 calendar days of becoming known or - if the breaches of contract award rules are recognizable from the contract notice or the award documents - by the end of the participation or tender period ( § 160 (3) sentence 1 no. 1-3 GWB).
5.1.15 Techniken
Rahmenvereinbarung:
Rahmenvereinbarung ohne erneuten Aufruf zum Wettbewerb
Höchstzahl der teilnehmenden Personen: 4
Informationen über das dynamische Beschaffungssystem
Kein dynamisches Beschaffungssystem
Elektronische Auktion:
5.1.16 Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Geschäftsstelle der Vergabekammer
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Geschäftsstelle der Vergabekammer
Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt: Amprion GmbH
Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt: Geschäftsstelle der Vergabekammer
Organisation, die Teilnahmeanträge entgegennimmt: Amprion GmbH
Organisation, die Angebote bearbeitet: Amprion GmbH
8. Organisationen
8.1 ORG-0003
Offizielle Bezeichnung: Beschaffungsamt des BMI
Registrierungsnummer: 994-DOEVD-83
Stadt: Bonn
Postleitzahl: 53119
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt(DEA22)
Land: Deutschland
Telefon: +49228996100
Rollen dieser Organisation:
TED eSender
8.1 ORG-0001
Offizielle Bezeichnung: Amprion GmbH
Registrierungsnummer: DE813761356
Abteilung: E-SI
Postanschrift: Robert-Schuman-Straße 7
Stadt: Dortmund
Postleitzahl: 44263
Land, Gliederung (NUTS): Dortmund, Kreisfreie Stadt(DEA52)
Land: Deutschland
Kontaktperson: Strategic Procurement
Telefon: 000
Internetadresse: https://www.amprion.net/
Rollen dieser Organisation:
Beschaffer
Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt
Organisation, die Teilnahmeanträge entgegennimmt
Organisation, die Angebote bearbeitet
8.1 ORG-0002
Offizielle Bezeichnung: Geschäftsstelle der Vergabekammer
Registrierungsnummer: DE164242157
Postanschrift: Albrecht-Thaer-Straße 9
Stadt: Münster
Postleitzahl: 48147
Land, Gliederung (NUTS): Münster, Kreisfreie Stadt(DEA33)
Land: Deutschland
Kontaktperson: Strategic Procurement
Telefon: +49251 411-2165
Rollen dieser Organisation:
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
Überprüfungsstelle
Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt
11. Informationen zur Bekanntmachung
11.1 Informationen zur Bekanntmachung
Kennung/Fassung der Bekanntmachung: cc06fb94-eb14-471c-bdf1-fd8bd8e93bb7- 01
Formulartyp: Wettbewerb
Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung
Datum der Übermittlung der Bekanntmachung: 2024-01-03+01:0000:00:00+01:00
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Deutsch
11.2 Informationen zur Veröffentlichung
Veröffentlichungsnummer der Bekanntmachung: 00005313-2024
ABl. S – Nummer der Ausgabe: 3/2024
Datum der Veröffentlichung: 2024-01-04Z

Wähle einen Ort aus Nordrhein-Westfalen

Aachen
Ahaus
Ahlen
Aldenhoven
Alfter
Alpen
Alsdorf
Altena
Altenbeken
Altenberge
Anröchte
Arnsberg
Ascheberg
Attendorn
Augustdorf
Bad Berleburg
Bad Driburg
Bad Honnef
Bad Laasphe
Bad Lippspringe
Bad Münstereifel
Bad Oeynhausen
Bad Salzuflen
Bad Sassendorf
Bad Wünnenberg
Baesweiler
Balve
Barntrup
Beckum
Bedburg
Bedburg-Hau
Beelen
Bergheim
Bergisch Gladbach
Bergkamen
Bergneustadt
Bestwig
Beverungen
Bielefeld
Billerbeck
Blankenheim (Ahr)
Blomberg
Bocholt
Bochum
Bönen
Bonn
Borchen
Borgentreich
Borgholzhausen
Borken
Bornheim
Bottrop
Brakel
Breckerfeld
Brilon
Brüggen
Brühl
Bünde
Burbach
Büren
Büren-Ahden
Burscheid
Castrop-Rauxel
Coesfeld
Datteln
Delbrück
Detmold
Dinslaken
Dörentrup-Bega
Dormagen
Dorsten
Dortmund
Drensteinfurt
Drolshagen
Duisburg
Dülmen
Düren
Düsseldorf
Eitorf
Elsdorf
Emmerich am Rhein
Emsdetten
Engelskirchen
Enger
Ennepetal
Ennigerloh
Ense
Erftstadt
Erkelenz
Erkrath
Erndtebrück
Erwitte
Eschweiler
Eslohe
Espelkamp
Essen
Euskirchen
Everswinkel
Extertal
Finnentrop
Frechen
Freudenberg (Siegerland)
Fröndenberg
Geilenkirchen
Geldern
Gelsenkirchen
Gescher
Geseke
Gevelsberg
Gladbeck
Goch
Grefrath
Greven
Grevenbroich
Gronau
Gummersbach
Gütersloh
Haan
Hagen
Halle (Westf.)
Hallenberg
Haltern am See
Halver
Hamm
Hamminkeln
Harsewinkel
Hattingen
Havixbeck
Heiden
Heiligenhaus
Heimbach
Heinsberg
Hellenthal
Hemer
Hennef
Herdecke
Herford
Herne
Herscheid
Herten
Herzebrock-Clarholz
Herzogenrath
Hiddenhausen
Hilchenbach
Hilden
Hille
Holzwickede
Hopsten
Horn-Bad Meinberg
Hörstel
Horstmar
Hövelhof
Höxter
Hückelhoven
Hückeswagen
Hüllhorst
Hünxe
Hürtgenwald
Hürth
Ibbenbüren
Inden
Iserlohn
Isselburg
Jüchen
Jülich
Jülich
Kaarst
Kalkar
Kall
Kalletal
Kamen
Kamp-Lintfort
Kempen
Kerken
Kerpen
Kevelaer
Kierspe
Kirchhundem
Kirchlengern
Kleve
Köln
Königswinter
Korschenbroich
Kranenburg
Krefeld
Kreuzau
Kreuztal
Kürten
Ladbergen
Laer
Lage
Langenfeld
Langerwehe
Legden
Leichlingen
Lemgo
Lengerich
Lennestadt
Leopoldshöhe
Leverkusen
Lichtenau
Lienen
Lindlar
Linnich
Lippetal
Lippstadt
Lohmar
Löhne
Lotte
Lübbecke
Lüdenscheid
Lüdinghausen
Lügde
Lünen
Marienheide
Marl
Marsberg
Mechernich
Meckenheim
Medebach
Meerbusch
Meinerzhagen
Menden (Sauerland)
Merzenich
Meschede
Metelen
Mettingen
Mettmann
Minden
Moers
Möhnesee
Mönchengladbach
Monheim am Rhein
Monschau
Morsbach
Much
Mülheim an der Ruhr
Münster
Nachrodt-Wiblingwerde
Netphen
Nettersheim
Nettetal
Neuenkirchen (Kreis Steinfurt)
Neuenrade
Neukirchen-Vluyn
Neunkirchen
Neunkirchen-Seelscheid
Neuss
Nideggen
Niederkassel
Niederkrüchten
Niederzier
Nieheim
Nordkirchen
Nordwalde
Nörvenich
Nottuln
Nümbrecht
Oberhausen
Ochtrup
Odenthal
Oelde
Oer Erkenschwick
Oerlinghausen
Olfen
Olpe
Olsberg
Ostbevern
Overath
Paderborn
Petershagen
Plettenberg
Porta Westfalica
Preußisch Oldendorf
Pulheim
Radevormwald
Raesfeld
Rahden
Ratingen
Recke
Recklinghausen
Rees
Reichshof
Reken
Remscheid
Rheda-Wiedenbrück
Rhede
Rheinbach
Rheinberg
Rheine
Rietberg
Rödinghausen
Rommerskirchen
Rosendahl
Rösrath
Ruppichteroth
Rüthen
Saerbeck
Salzkotten
Sankt Augustin
Schalksmühle
Schermbeck
Schlangen
Schleiden
Schloß Holte-Stukenbrock
Schmallenberg
Schöppingen
Schwalmtal
Schwelm
Schwerte
Selfkant
Selm
Senden
Sendenhorst
Siegburg
Siegen
Simmerath
Soest
Solingen
Sonsbeck
Spenge
Sprockhövel
Stadtlohn
Steinfurt
Steinhagen
Steinheim
Stemwede
Stolberg
Straelen
Südlohn
Sundern
Swisttal
Tecklenburg
Telgte
Titz
Tönisvorst
Troisdorf
Übach-Palenberg
Uedem
Unna
Velbert
Velen
Verl
Versmold
Vettweiß
Viersen
Voerde
Vreden
Wachtberg
Wachtendonk
Wadersloh
Waldbröl
Waltrop
Warburg
Warendorf
Warstein
Wassenberg
Weeze
Wegberg
Weilerswist
Welver
Wenden
Werdohl
Werl
Wermelskirchen
Werne
Werther (Westf.)
Wesel
Wesseling
Westerkappeln
Westheim
Wetter (Ruhr)
Wettringen
Wickede (Ruhr)
Wiehl
Willich
Wilnsdorf
Windeck
Winterberg
Wipperfürth
Witten
Wülfrath
Wuppertal
Würselen
Xanten
Zülpich