Achim
Adendorf
Aerzen
Alfeld (Leine)
Altenmedingen
Amelinghausen
Amt Neuhaus
Ankum
Apen
Auetal
Aurich
Bad Bederkesa
Bad Bentheim
Bad Bevensen
Bad Eilsen
Bad Essen
Bad Fallingbostel
Bad Gandersheim
Bad Grund (Harz)
Bad Harzburg
Bad Iburg
Bad Lauterberg im Harz
Bad Münder am Deister
Bad Nenndorf
Bad Pyrmont
Bad Rothenfelde
Bad Sachsa
Bad Salzdetfurth
Bad Zwischenahn
Bakum
Baltrum
Bardowick
Barendorf
Barßel
Barsinghausen
Bassum
Berne
Bersenbrück
Bevern
Beverstedt
Bienenbüttel
Bispingen
Bissendorf
Bleckede
Bockenem
Bockhorn (Friesland)
Boffzen
Bohmte
Borkum
Bösel
Bothel
Bovenden
Brake
Bramsche
Braunlage
Braunschweig
Bremervörde
Brome
Bruchhausen-Vilsen
Buchholz in der Nordheide
Bückeburg
Bülkau
Burgdorf
Burgwedel
Buxtehude
Cappeln
Celle
Clausthal-Zellerfeld
Cloppenburg
Coppenbrügge
Cremlingen
Cuxhaven
Dahlenburg
Damme
Dannenberg
Delmenhorst
Diekholzen
Diepholz
Dinklage
Dissen am Teutoburger Wald
Dollern
Dörpen
Dötlingen
Drochtersen
Duderstadt
Echem
Edemissen
Edewecht
Einbeck
Emden
Emlichheim
Emmerthal
Emsbüren
Emstek
Eschede
Essen (Oldenburg)
Esterwegen
Eydelstedt
Faßberg
Fredenbeck
Freiburg
Friedeburg
Friedland
Friesoythe
Ganderkesee
Garbsen
Garrel
Gartow
Geeste
Geestland
Gehrden
Georgsmarienhütte
Giesen
Gifhorn
Glandorf
Gleichen
Goslar
Göttingen
Gronau (Leine)
Großefehn
Großenkneten
Großheide
Grünenplan
Guderhandviertel
Hagen am Teutoburger Wald
Hahnenklee
Hambühren
Hameln
Hankensbüttel
Hannover
Hannoversch Münden
Haren
Harpstedt
Harsefeld
Harsum
Hasbergen
Haselünne
Hasselt
Hatten
Helmstedt
Hemmingen
Herzlake
Hessisch Oldendorf
Hildesheim
Hilter am Teutoburger Wald
Himmelpforten
Hohenhameln
Holdorf
Holzminden
Horneburg
Hoya (Weser)
Hude
Ihlienworth
Ihlow
Ilsede
Isenbüttel
Isernhagen
Jembke
Jemgum
Jerxheim
Jesteburg
Jever
Jork
Kirchdorf
Königslutter am Elm
Krummhörn
Laatzen
Lachendorf
Langelsheim
Langenhagen
Langeoog
Langwedel (Weser)
Lastrup
Lathen
Lauenbrück
Leer
Lehre
Lehrte
Lemförde
Lemwerder
Lengede
Lengerich (Emsland)
Liebenburg
Lindhorst
Lingen
Lingen (Ems)
Lohheide
Lohne (Oldenburg)
Löningen
Loxstedt
Lüchow
Lüneburg
Marienhafe
Marklohe
Meine
Meinersen
Melbeck
Melle
Meppen
Moormerland
Moringen
Neu Wulmstorf
Neuenhaus
Neuenkirchen (Land Hadeln)
Neuharlingersiel
Neustadt am Rübenberge
Nienburg/Weser
Norden
Nordenham
Norderney
Nordhorn
Nordstemmen
Northeim
Obernkirchen
Oldenburg
Osnabrück
Osterholz-Scharmbeck
Osterode am Harz
Otterndorf
Ottersberg
Oyten
Papenburg
Pattensen
Peine
Quakenbrück
Radbruch
Rastede
Rehden
Remlingen
Reppenstedt
Rethem
Rhauderfehn
Rinteln
Rodenberg
Ronnenberg
Rotenburg (Wümme)
Salzbergen
Salzgitter
Salzhausen
Salzhemmendorf
Sande
Sarstedt
Saterland
Scheeßel
Schellerten
Schiffdorf
Schneverdingen
Schöningen
Schöppenstedt
Schortens
Schüttorf
Schwaförden
Schwarmstedt
Seelze
Seesen
Seevetal
Sehnde
Selsingen
Sickte-Neuerkerode
Sittensen
Sögel
Soltau
Sottrum
Spiekeroog
Springe
Stade
Stadland
Stadthagen
Stadtoldendorf
Steinfeld
Stelle
Steyerberg
Stolzenau
Stuhr
Südbrookmerland
Südheide
Sulingen
Süpplingen
Syke
Tappenbeck
Tarmstedt
Thedinghausen
Twistringen
Uchte
Uelsen
Uelzen
Uetze
Uplengen
Uslar
Varel
Vechelde
Vechta
Verden
Visselhövede
Voltlage
Wagenfeld
Walkenried
Wallenhorst
Walsrode
Wangerland
Wangerooge
Wardenburg
Wathlingen
Wedemark
Weener
Wendeburg
Wennigsen
Werlte
Wesendorf
Westerstede
Westoverledingen
Weyhausen
Weyhe
Wiefelstede
Wienhausen
Wiesmoor
Wietze
Wildeshausen
Wilhelmshaven
Wingst
Winsen (Luhe)
Wittingen
Wittmund
Wolfenbüttel
Wolfsburg
Worpswede
Wrestedt
Wunstorf
Wurster Nordseeküste
Zeven

Deutschland – Forschungsdienste – Joint Strategic Environmental Assessment of cumulative impacts on the UNESCO Wadden Sea World Heritage Site

75457-2026 - Wettbewerb
Deutschland – Forschungsdienste – Joint Strategic Environmental Assessment of cumulative impacts on the UNESCO Wadden Sea World Heritage Site
OJ S 22/2026 02/02/2026
Auftrags- oder Konzessionsbekanntmachung – Standardregelung
Dienstleistungen

1. Beschaffer

1.1.
Beschaffer
Offizielle Bezeichnung: Common Wadden Sea Secretariat
Rechtsform des Erwerbers: Von einer zentralen Regierungsbehörde kontrollierte Einrichtung des öffentlichen Rechts
Tätigkeit des öffentlichen Auftraggebers: Umweltschutz

2. Verfahren

2.1.
Verfahren
Titel: Joint Strategic Environmental Assessment of cumulative impacts on the UNESCO Wadden Sea World Heritage Site
Beschreibung: Joint Strategic Environmental Assessment of cumulative impacts on the UNESCO Wadden Sea World Heritage Site With this invitation to tender, the Common Wadden Sea Secretariat (CWSS) of the Trilateral Wadden Sea Cooperation on the Protection of the Wadden Sea (TWSC) of Denmark, Germany and the Netherlands is seeking a qualified consultancy or consortium of consultants to coordinate the trilateral collaborative process for the development of the joint Strategic Environmental Assessment on cumulative impacts affecting the UNESCO Wadden Sea World Heritage Site (joint SEA). The purpose of the joint SEA is to assess the potential impacts and cumulative effects originating in and around the site on the ecological attributes that convey the Outstanding Universal Value (OUV) of the site, as well as on other related, particular heritage/conservation values. The joint SEA aims to provide information useful for future decision-making to support the reduction of (cumulative) pressures on the Wadden Sea. This initiative responds to a request by the World Heritage Committee. The selected consultancy or consortium of consultants should be able to demonstrate: - proven expertise in EU Strategic Environmental Assessment processes, including environmental baselines, impact analysis, and cumulative impacts assessments, - knowledge about World Heritage impact assessment requirements, relevant instruments, and - preferably a deep understanding of the Wadden Sea"s geology, ecology, biodiversity and human interactions with the ecosystem. A multidisciplinary, independent team with a solid background in conducting strategic environmental assessments according to the EU legislation will be essential. Bidders are encouraged to build a multinational consortium. Selected consultancies may also participate in developing the national SEA components. 1. Background The Wadden Sea, inscribed on the UNESCO World Heritage List in 2009 and extended in 2014, is recognised for its Outstanding Universal Value (OUV) as the world"s largest unbroken intertidal sand and mudflat ecosystem for its unique geology, ecosystem and biodiversity. Its largely undisturbed natural processes create diverse coastal features and provide critical habitats for specialised species and millions of migratory birds along the East Atlantic Flyway. To safeguard this unique ecosystem for future generations, Denmark, Germany, and the Netherlands established the Trilateral Wadden Sea Cooperation in 1978 to coordinate national and international nature conservation efforts. It is the commitment as well as the common responsibility of the states in the Trilateral Wadden Sea Cooperation to do their utmost to maintain the OUV of the site. The Wadden Sea conservation area is protected as national parks, nature reserves, and Natura 2000 sites under national legislation. The present-day management system of the Wadden Sea World Heritage Site is almost entirely covered by EU law and international conventions, implemented by and in addition to national regulations. At its extended 45th session in Riyadh, Saudi Arabia (10-25 September 2023), the World Heritage Committee, in Decision 45 COM 7B.23 , expressed concerns about different human activities within, near, or beneath the transboundary World Heritage Site "The Wadden Sea", and requested the three State Parties to conduct a joint Strategic Environmental Assessment (joint SEA) to assess the cumulative impacts on the OUV of the Wadden Sea World Heritage Site. The State Parties committed to carrying out the requested joint SEA and agreed that the best approach would be to base the assessment on EU legislation, which provides a common framework for all EU Member States. Therefore, the methods for the joint SEA are based on European guidelines that are implemented nationally in all three states. The joint SEA requires breaking new methodological ground, as it goes beyond standard environmental assessments under European Union legislation, particularly because it: - considers a multitude of projects, plans and programmes and other relevant human impacts that together form the subject of this SEA; - focusses on the OUV key values ; - and it follows the principles of the Guidance and Toolkit for Impact Assessments in a World Heritage Context . As an initial step, the Trilateral Wadden Sea Cooperation produced a draft Scoping Report (see Annex) which sets out the main targets, the approach and methodology to be used in the assessment of potential impacts and impacts from cumulative effects on the Wadden Sea"s OUV key values, attributes, and other relevant related values. The draft Scoping Report was subject to national stakeholder consultations as well as trilateral consultations with advisors from the environmental NGOs between April 2025 and 30 September 2025. It has been submitted to the World Heritage Centre and IUCN on 30 March 2025 for parallel review as requested in Decision WHC/24/46.COM/7B.51 adopted at its 46th session in New Delhi (21-30 July 2024). To complement these efforts, the Wadden Sea Board requested the Netherlands Commission for Environmental Assessment (NCEA) to provide an independent expert review of the draft scoping report. NCEA is an independent advisory body of experts dedicated to providing advisory services and capacity development on environmental assessment (EIA or SEA reports). NCEA holds a Memorandum of Understanding (MoU) with the World Heritage Centre and IUCN. Suggestions from consultations as well as from the World Heritage Centre and IUCN, will be considered during the expert review process. The review is expected to be finalised by end of March 2026.
Kennung des Verfahrens: 0ecdb681-40fe-48df-8693-6d22712bf9a8
Interne Kennung: AP0508_K186-K191-K195
Verfahrensart: Offenes Verfahren
Das Verfahren wird beschleunigt: nein
Zentrale Elemente des Verfahrens: Proposals shall be submitted electronically in a format that allows for uniform and transparent evaluation, include the information listed below and respect the indicated page limits: Letter of interest and signature page (max. 2 pages per consultancy): This letter should include general information about the qualified consultancy or consortium of consultants such as: description of all services offered, total years in business, number of employees, office location(s), and include the name, home address and email of the authorised contact person for questions related to this tender. Proposed fees (1 page): Provide a clear description of your billing methodology: Average rate per month/day/hour and/or any other pertinent fee structures. Estimated working hours and costs per task (including external services, materials, reports, potential travel costs and overheads), corresponding to the deliverables outlined in Section 3. VAT treatment (specify if VAT is included or excluded and if it is non-recoverable). Approach to project (max. 5 pages): Provide a short description of services offered, describing how you would approach the project and how you will work with the client (including CWSS, the project related trilateral working groups and committees, and the three national consultancies). Explain the proposed methods that will be used and demonstrate a clear understanding of the project's objectives. Include a brief work plan and timeline for deliverables. Relevant qualifications of the consultancy/consortium of consultants (max. 4 pages): Outline experience in carrying out similar assignments (including references of previous SEA processes and reports). Consider other requirements described under Section 2. Please include references to previous projects. Provide an overview of the qualifications of individuals assigned to the project, including potential sub-contractors (if applicable). Describe who will perform the various tasks, and their anticipated level of involv
2.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 73110000 Forschungsdienste
2.1.2.
Erfüllungsort
Beliebiger Ort
2.1.3.
Wert
Geschätzter Wert ohne MwSt.: 250 000,00 EUR
2.1.4.
Allgemeine Informationen
Zusätzliche Informationen: #Bekanntmachungs-ID: CXP4DAWM417#
Rechtsgrundlage:
Richtlinie 2014/24/EU
vgv -
2.1.6.
Ausschlussgründe
Quellen der Ausschlussgründe: Auftragsunterlagen

5. Los

5.1.
Los: LOT-0001
Titel: Joint Strategic Environmental Assessment of cumulative impacts on the UNESCO Wadden Sea World Heritage Site
Beschreibung: 2. Scope of Work and Key Tasks The purpose of the joint SEA is to assess the potential impacts and cumulative effects of programmes, plans and projects originating in and around the property on the OUV and other related, particular values and to provide information useful for future decision-making to support the reduction of (cumulative) pressures on the Wadden Sea. The main focus of the SEA is on potential cumulative impacts on the attributes, which describe and convey the OUV key values of the property. Other than the strategic environmental assessment defined by the EU Strategic Environmental Assessment Directive, the joint SEA"s screening is not limited to the level of programmes and plans but also includes relevant projects. The joint SEA pays particular attention to the OUV and to cumulative effects of currently known relevant programmes, plans and projects (PPPs) in a transboundary perspective. The SIMP Integrated Management plan for ONE Wadden Sea World Heritage key topics (fisheries, tourism, shipping and ports, renewable energy and energy from oil and gas, and coastal flood defence and protection) serve as categories to identify relevant PPPs. Beyond the PPPs that officially require EIAs or SEAs, all activities with potential effects on the OUV, including cumulative/combined effects, should be considered, including sand and silt extraction and sediment management in general. For the development process of the joint SEA, the State Parties, in the draft Scoping Report, proposed that as a first step, a trilateral approach should be taken to develop common understandings and agreements on methodology. In a second step, these agreements should then be taken up in national components of the joint SEA. Finally, trilateral integration is proposed to produce the joint SEA with conclusions and recommendations in relation to the OUV and to be submitted to the World Heritage Centre (see Annex draft Scoping Report, Figure 1). Agreements reached so far for the trilateral approach are included in the draft Scoping Report. Further detailed methodological agreements are still required. These will be discussed and agreed upon by the selected consultancies responsible for the joint SEA and the national SEA components, in close collaboration with CWSS and the project related trilateral working groups and committees (i.e. the trilateral technical steering group and, potentially, an advisory council composed of academics, environmental NGOs and the agencies responsible for implementing the results of the joint SEA). The national SEA components will include (not exclusively): - national environmental baselines, - analysis of: - the current environmental status and the development of the OUV key values since 2009, including the identification of pressures and key drivers, - the PPPs currently under preparation or planned focusing on the planned activities or structures, and their (expected) environmental effects, - the known and potential cumulative effects caused by existing pressures and the (expected) environmental effects from PPPs. - a forecast scenario assessment looking forward to 2050. The methodologies for assessing cumulative effects have not yet been determined. Potential options include SCAIRM, a spatially explicit cumulative impact assessment method designed for ecosystem based management, and the verbal argumentative approach. The joint SEA will be the result of the integration of the national SEA components and additional trilateral level analysis. The national SEA components will be carried out by external consultancies or by specialist agencies. Strong collaboration and exchange will be necessary during the development of the national components to ensure the use of comparable information, methodologies and assessments and to seek alignment along the process. The purpose of this call is to find a consultancy or consortium of consultants to support and advise the Trilateral Wadden Sea Cooperation throughout the process, to accompany the development of the national SEA components to ensure comparability, and to align and integrate the components to develop the overarching report - the joint SEA for the Wadden Sea World Heritage Site. The key tasks and deliverables are organised in three work phases: I) Planning Phase, II) Development Phase, and III) Integration Phase.
Interne Kennung: AP0508_K186-K191-K195
5.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 73110000 Forschungsdienste
5.1.2.
Erfüllungsort
Beliebiger Ort
5.1.3.
Geschätzte Dauer
Laufzeit: 23 Monate
5.1.4.
Verlängerung
Maximale Verlängerungen: 1
Weitere Informationen zur Verlängerung: Due to the unprecedented nature of this project, some activities that were not anticipated at the start may arise. If this occurs, CWSS and the project related trilateral working groups and committees will first review and agree on these activities before any additional funding is negotiated and approved by the three State Delegations at the Wadden Sea Board.
5.1.6.
Allgemeine Informationen
Vorbehaltene Teilnahme:
Teilnahme ist nicht vorbehalten.
Die Namen und beruflichen Qualifikationen des zur Auftragsausführung eingesetzten Personals sind anzugeben: Erforderlich für das Angebot
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: nein
Diese Auftragsvergabe ist auch für kleine und mittlere Unternehmen (KMU) geeignet: nein
5.1.7.
Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
5.1.9.
Eignungskriterien
Quellen der Auswahlkriterien: Bekanntmachung
Kriterium: Referenzen zu bestimmten Dienstleistungen
Beschreibung des Auswahlkriteriums: The consultancy or consortium of consultants should demonstrate: - Proven experience in conducting SEAs in accordance with the EU SEA Directive, including environmental baseline studies, impact assessment, and cumulative impact analyses, as well as strong familiarity with the EU nature conservation directives (Birds and Habitats Directives) and their application in environmental assessments. - Experience in marine environmental research and assessments. - Competence in handling spatial data, including the ability to integrate GIS-based analyses into environmental assessments. - Ability to communicate and present complex information visually for decision-making and stakeholder engagement. - Strong organisational and coordination skills to support alignment with agreed methodologies across all components, effective integration and timely delivery of outputs. The following experience is of advantage: - Familiarity with transboundary SEA processes. - Knowledge of the existing and relevant legal basis in the Danish, German, and Dutch areas of the Wadden Sea World Heritage Site. - Understanding of the Wadden Sea World Heritage Outstanding Universal Value (OUV). - Expertise in methodologies for identifying and evaluating cumulative and combined effects in the Wadden Sea and/or other complex ecological systems. - Experience managing complex projects with many participants and different stakeholders. Experience should be demonstrated through relevant projects, publications, or completed assignments. The working language in the Trilateral Wadden Sea Cooperation is English. All meetings, work documents, and the project application are in English language.
5.1.10.
Zuschlagskriterien
Kriterium:
Art: Qualität
Bezeichnung: Consistency, quality, expertise
Beschreibung: Award of the contract will be based on the best value service, which may or may not be the tender with the lowest cost. Incoming offers will be compared according to: - 35% consistency and quality of the offer in terms of approach and task management - 40% Proven expertise (information on expertise, CV experience of assigned staff).
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 75,00
Kriterium:
Art: Preis
Bezeichnung: Price
Beschreibung: Award of the contract will be based on the best value service, which may or may not be the tender with the lowest cost. Incoming offers will be compared according to: - 25% price (value for money)
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 25,00
5.1.11.
Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: Englisch
Frist für die Anforderung zusätzlicher Informationen: 16/02/2026 23:59:59 (UTC+01:00) Mitteleuropäische Zeit, Westeuropäische Sommerzeit
Internetadresse der Auftragsunterlagen: https://www.dtvp.de/Satellite/notice/CXP4DAWM417/documents
Ad-hoc-Kommunikationskanal:
Name: DTVP (Deutsches Vergabeportal)
5.1.12.
Bedingungen für die Auftragsvergabe
Bedingungen für die Einreichung:
Elektronische Einreichung: Erforderlich
Adresse für die Einreichung: https://www.dtvp.de/Satellite/notice/CXP4DAWM417
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Die Bieter können mehrere Angebote einreichen: Nicht zulässig
Frist für den Eingang der Angebote: 03/03/2026 15:00:00 (UTC+01:00) Mitteleuropäische Zeit, Westeuropäische Sommerzeit
Dauer, während der das Angebot gültig bleiben muss: 90 Tage
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können alle fehlenden Bieterunterlagen nach Fristablauf nachgereicht werden.
Zusätzliche Informationen: Missing documents may be requested if no other tender submitted matches the call for tender.
Informationen über die öffentliche Angebotsöffnung:
Ort des Eröffnungstermins: See "Basisdaten"
Auftragsbedingungen:
Die Auftragsausführung muss im Rahmen von Programmen für geschützte Beschäftigungsverhältnisse erfolgen: Noch nicht bekannt
Elektronische Rechnungsstellung: Zulässig
Aufträge werden elektronisch erteilt: ja
Zahlungen werden elektronisch geleistet: ja
Finanzielle Vereinbarung: Budget Allocation and Funding Status The project is divided into three phases with the following indicative resource distribution and funding status: - Phase I (Planning): 30% of total resources Funding Status: Approved - Phase II (Development): Approximately 30% of total resources Funding Status: Approved - Phase III (Integration): Approximately 40% of total resources Funding Status: Partially subject to approval A first payment of 60% of the amount allocated for Phase I is done at the signing of the contract and a second rate of 40% upon approval of the final report of Phase I. For Phase II, a payment of 60% of the amount allocated for Phase II is done at the approval of the first progress report and a second rate of 40% upon approval of the second progress report. For Phase III, a payment of 60% of the amount allocated for Phase III is done at the approval of the draft joint SEA report and a second rate of 40% upon approval of the final joint SEA report.
5.1.15.
Techniken
Rahmenvereinbarung:
Keine Rahmenvereinbarung
Informationen über das dynamische Beschaffungssystem:
Kein dynamisches Beschaffungssystem
Elektronische Auktion: nein
5.1.16.
Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Vergabekammer des Bundes
Informationen über die Überprüfungsfristen: Verstöße gegen Vergabevorschriften, die aufgrund der Bekanntmachung oder in den Vergabeunterlagen erkennbar sind, sind spätestens bis zum Ablauf der Frist zur Bewerbung oder zur Angebotsangabe gegenüber dem Auftraggeber zu rügen. Im Übrigen sind Verstöße gegen Vergabevorschriften innerhalb einer Frist von zehn Kalendertagen nach Kenntnis gegenüber dem Auftraggeber zu rügen. Ein Nachprüfungsantrag ist unzulässig, soweit ein Verstoß gegen Vergabevorschriften, der vor Einreichen des Nachprüfungsantrags erkannt wurde, nicht innerhalb von 10 Kalendertagen gegenüber dem Auftraggeber gerügt wurde (§ 160 Abs, 3 Nr. 1 GWB). Verstöße gegen Vergabevorschriften, die erst in den Vergabeunterlagen erkennbar waren, müssen spätestens bis zum Ablauf der Angebotsfrist gerügt werden (§160 Abs. 3 Nr. 3 GWB). Ein Nachprüfungsantrag ist ebenfalls unzulässig, wenn mehr als 15 Kalendertage nach Eingang der Mitteilung des Auftraggebers, eine Rüge nicht abhelfen zu wollen, vergangen sind (§ 160 Abs. 3 Nr.4 GWB).
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Common Wadden Sea Secretariat
Organisation, die Teilnahmeanträge entgegennimmt: Common Wadden Sea Secretariat

8. Organisationen

8.1.
ORG-0001
Offizielle Bezeichnung: Common Wadden Sea Secretariat
Registrierungsnummer: 991-05738-09
Postanschrift: Virchowstrasse 1
Stadt: WILHELMSHAVEN
Postleitzahl: 26382
Land, Gliederung (NUTS): Wilhelmshaven, Kreisfreie Stadt (DE945)
Land: Deutschland
Telefon: +49 (0)170 9108022
Rollen dieser Organisation:
Beschaffer
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
Organisation, die Teilnahmeanträge entgegennimmt
8.1.
ORG-0002
Offizielle Bezeichnung: Vergabekammer des Bundes
Registrierungsnummer: t:022894990
Stadt: Bonn
Postleitzahl: 53113
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
Rollen dieser Organisation:
Überprüfungsstelle
8.1.
ORG-0003
Offizielle Bezeichnung: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
Registrierungsnummer: 0204:994-DOEVD-83
Stadt: Bonn
Postleitzahl: 53119
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
Telefon: +49228996100
Rollen dieser Organisation:
TED eSender

Informationen zur Bekanntmachung

Kennung/Fassung der Bekanntmachung: 783f3d3e-b58f-4d7d-a5b0-0518104f13ea - 01
Formulartyp: Wettbewerb
Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung
Unterart der Bekanntmachung: 16
Datum der Übermittlung der Bekanntmachung: 29/01/2026 17:38:54 (UTC+01:00) Mitteleuropäische Zeit, Westeuropäische Sommerzeit
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
Veröffentlichungsnummer der Bekanntmachung: 75457-2026
ABl. S – Nummer der Ausgabe: 22/2026
Datum der Veröffentlichung: 02/02/2026