AquaDuctus Geotechnical and Geophysical Surveys
VO: SektVO Vergabeart: Verhandlungsverfahren mit Teilnahmewettbewerb Status: Veröffentlicht

Fristen

Fristen
21.10.2025
30.10.2025 10:00 Uhr
21.11.2025

Adressen/Auftraggeber

Auftraggeber

Auftraggeber

AquaDuctus Pipeline GmbH
DE 354 183 413
Kölnische Straße 108-112
34119
Kassel
Deutschland
DE731
vergabe@gascade.de
+49 561934-0

Angaben zum Auftraggeber

Von einer Bundesbehörde kontrolliertes oder finanziertes öffentliches Unternehmen
---
Erzeugung, Fortleitung oder Abgabe von Gas oder Wärme

Gemeinsame Beschaffung

Beschaffungsdienstleister

Adresse

GASCADE Gastransport GmbH
DE 815 216 431
Kölnische Str. 108-112
34119
Kassel
Deutschland
DE731
vergabe@gascade.de
+49 561934-0
Weitere Auskünfte
Rechtsbehelfsverfahren / Nachprüfungsverfahren

Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt

Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren

Vergabekammer des Bundes
+49 22894990
Villemombler Straße 76
53123
Bonn
Deutschland
DEA22
vk@bundeskartellamt.bund.de
+49 22894990

Zuständige Stelle für Schlichtungsverfahren

Auftragsgegenstand

Klassifikation des Auftrags
Dienstleistungen

CPV-Codes

71332000-4
Umfang der Beschaffung

Kurze Beschreibung

AquaDuctus Project:

Geotechnical & geophysical surveys

To address Europe's future energy demand, significant investments into hydrogen infrastructure are essential. One of the core components of this initiative is the development of a pan-European hydrogen pipeline network in the North Sea, designed to connect major hydrogen producers with key consumers across the continent.?AquaDuctus is Part of this future pipeline network. AquaDuctus project consists of an offshore part (Exclusive Economic Zone (EEZ) and territorial waters of the German North Sea and a receiving terminal at the coastline of Lower Saxony) and an onshore part to make connection with the onshore grid.

AquaDuctus is planned as a large diameter pipeline (48 inch) with a transport capacity of 20 GWH2 and a design pressure of 120 bara. The conceptual design of the pipeline enables the connection of neighbouring European hydrogen infrastructures and the planned production facilities in the German EEZ (SEN-1 Area).

The procurement item consists of four lots.

On the offshore part of the project (Lot 1 and Lot 2) the pipeline is expected to be mostly buried in the seabed and the crossing of the shore will be done via tunnelling. For the offshore part there are two sections to be considered. Section I extends from shore to the area of SEN-1. Section II extends from SEN-1 to the end of the German EEZ. Section II is an option in this procurement procedure and may only be awarded together with Section I. For the purposes of the offer evaluation, the contents of Section I and II will be considered. The evaluation of Sections I and II for the respective services (Scope of Work packages A and B) is based on an equal weighting of 50% each.

Due to administrative requirements, separate approval is necessary for Section II, therefore it is designated as an optional position.

Lot 3 covers the geophysical and geotechnical surveys needed for the project section in shallow waters.

Lot 4 covers the geotechnical surveys needed for the tunnel section of AquaDuctus pipeline.

Owner of the Project (Client) is the AquaDuctus Pipeline GmbH. GASCADE Gastransport GmbH is acting as General Service Provider for the AquaDuctus Pipeline GmbH and will be responsible for the surveys.

Beschreibung der Beschaffung (Art und Umfang der Dienstleistung bzw. Angabe der Bedürfnisse und Anforderungen)

Lot 1: Work Package A - Offshore Geophysical Survey

Lot 1 covers the geophysical surveys needed for the project. The survey area is located in the German sector of the North Sea. For Section I the route corridor is estimated to be 117.8 km in length with water depths varying between 15 and 41 metres. For Section II (optional) the route corridor is estimated to be 200 km in length with water depths varying between 30 and 45 meters. Further details regarding service provision - that are not relevant for cost calculation - will be provided after the contract is awarded. Wider localised survey coverage may be required in areas where the seabed topography or geology is less suitable for pipeline installation or nearby infrastructure positions need to be confirmed. This will be decided as the survey progresses. It is anticipated that line spacing for the geophysical survey will be based on a centre line and then 3 lines each side at approximately 75m spacing. The survey parameters (line spacing, equipment settings etc.) will depend on the proposed method of acquisition - vessel, ROV based or other towed system. The aim is to confirm the feasibility of a surveyed route or area during the survey. Further technical specifications are detailed in "B.1.1 Scope of Work Package A (Lot 1)".

Lot 2: Work Package B - Offshore Geotechnical Survey

Lot 2 covers the geotechnical surveys needed for the project. The survey area is the same as in Lot 1 (German sector of the North Sea; Section I: the 7-A16 route corridor length along which the geotechnical investigation is to be conducted is approximately 117.8 km in length. Water depths vary from 41 to 15 meters. For Section II (optional) the route corridor is estimated to be 200 km in length with water depths varying between 30 and 45 meters. Further details regarding service provision - that are not relevant for cost calculation - will be provided after the contract is awarded. The geotechnical acquisition will consist of piezocone penetration tests, electrical resistivity cone testing and piston and/or vibro cores to describe the geotechnical properties of the seafloor soils. The geotechnical sample locations will be selected on the basis of the results coming out of the geophysical studies (Lot 1). Further technical specifications are detailed in "B.1.2 Scope of Work Package B (Lot 2)".

Lot 3: Work Package C - Shallow Water Geophysical and Geotechnical Survey

Lot 3 covers the geophysical and geotechnical surveys needed for the project section in shallow waters. The survey area is located in the German sector of the North Sea. The survey corridor has a total length of approximately 7 km in water depths varying from 15 meters to shore (top of beach line). At low tide the beach is expected to dry out forming mud flats for a distance of ~200m. Further technical specifications are detailed in "B.1.3 Scope of Work Package C (Lot 3)".

Lot 4: Work Package D - Geotechnical Survey Tunnel Section

Lot 4 covers the geotechnical surveys needed for the tunnel section of AquaDuctus pipeline. The survey area includes two dry sections, the foreland areas and the intertidal mud flats. The survey corridor has a total length of approximately 7 km. Further technical specifications are detailed in "B.1.4 Scope of Work Package D (Lot 4)".

Umfang der Auftragsvergabe

EUR

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Unbekannt
Erfüllungsort(e)

Erfüllungsort(e)

Ort im betreffenden Land
Deutschland

Weitere Erfüllungsorte

Zuschlagskriterien

Zuschlagskriterien

---
Weitere Informationen

Angaben zu Mitteln der europäischen Union

Angaben zu KMU

Angaben zu Optionen

Zusätzliche Angaben

Verfahren

Verfahrensart

Verfahrensart

Verhandlungsverfahren mit Teilnahmewettbewerb

Angaben zum Verfahren

Angaben zum Beschaffungsübereinkommen (GPA)

Besondere Methoden und Instrumente im Vergabeverfahren

Angaben zur Rahmenvereinbarung

Entfällt

Angaben zum dynamischen Beschaffungssystem

Entfällt

Angaben zur elektronischen Auktion

Angaben zur Wiederkehr von Aufträgen

Angaben zur Wiederkehr von Aufträgen

Strategische Auftragsvergabe

Strategische Auftragsvergabe

Gesetz über die Beschaffung sauberer Straßenfahrzeuge

Angaben zu elektronischen Arbeitsabläufen

Angaben zu elektronischen Arbeitsabläufen

---
Auftragsunterlagen

Sprache der Auftragsunterlagen

Englisch
Sonstiges / Weitere Angaben

Kommunikationskanal


https://www.dtvp.de/Satellite/notice/CXVHYH0YT0FJ20K7

Einlegung von Rechtsbehelfen

The tender documents must be checked by the interested companies for completeness and legibility upon receipt/download.
If the contract notice, the tender documents or any other documents or information communicated, handed over or made accessible to the applicants/tenderers contain ambiguities or violate applicable law, the applicants/tenderers are obliged to notify the contracting authority immediately.
Unresolved ambiguities must be considered by the applicants/tenderers as risks to be accounted for in their offers.
Any procedural complaints (in German: Rügen) must be clearly marked as such.
Applicants/tenderers are expressly reminded of their obligation to raise complaints under § 160 (3) GWB.
Furthermore, the contracting authority expressly points out the legal remedy deadline under § 160 (3) sentence 1 no. 4 GWB.
According to this, a request for review (in German: Nachprüfungsantrag) is inadmissible if more than 15 calendar days have passed since receipt of the contracting authority"s notification that it does not intend to remedy the complaint.

Frühere Bekanntmachung zu diesem Verfahren

Anwendbarkeit der Verordnung zu drittstaatlichen Subventionen

Zusätzliche Informationen

A maximum of three (3) suitable applicants per lot will be invited to submit an initial offer, provided that a sufficient number of requests for participation by suitable applicants have been submitted. These maximum three (3) applicants per lot will be determined based on the quality of the references. For further information see Attachment A.5 (Eligibility Evaluation). The remaining applicants will no longer be considered for the further procurement procedure and will be informed promptly. If more than three (3) applicants per lot equally meet the requirements for eligibility and the number of applicants is too high even after an objective selection in accordance with the published selection criterion/criteria, the selection may be made from among the remaining candidates by lot.

The Attachments B.1.1 to B.4, which are part of the tender documents, contain particularly confidential and sensitive information.
Therefore, the contracting authority requests the applicants to submit a Non-Disclosure Agreement (Attachment A.4) (see § 5 (3) sentence 2 SektVO). This can be submitted via the messaging function of DTVP. The particularly confidential and sensitive tender documents will then be made available to the tenderer promptly after receipt of the Non-Disclosure Agreement through the messaging function of DTVP.

Teilnahmeanträge

Anforderungen an Angebote / Teilnahmeanträge

Übermittlung der Angebote / Teilnahmeanträge

Anforderungen an die Form bei elektronischer Übermittlung

Sprache(n), in der (denen) Angebote / Teilnahmeanträge eingereicht werden können

Deutsch
Englisch

Varianten / Alternativangebote

Elektronische Kataloge

Nicht zulässig

Mehrere Angebote pro Bieter

Nicht zulässig
Verwaltungsangaben

Nachforderung

Eine Nachforderung von Erklärungen, Unterlagen und Nachweisen ist nicht ausgeschlossen.

The contracting authority reserves the right to request documents pursuant to § 51 para. 2 or 3 SektVO. The requested documents must be submitted by the affected tenderer within the deadline set by the contracting authority. There is no entitlement to request documents.

Bedingungen

Ausschlussgründe

Ort der Angabe der Ausschlussgründe

Auswahl der Ausschlussgründe

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

see tender documents

Begrenzung der Bieter

Begrenzung der Bieter

3
3
Teilnahmebedingungen

Eignungskriterien / Ausschreibungsbedingungen

Eignungskriterium

Eintragung in das Handelsregister

PL1: Proof of registration in the professional or commercial register (Mit dem Teilnahmeantrag; Mittels Dritterklärung): PL1: Proof of registration in the professional or commercial register must be attached in accordance with the legal provisions of the country in which the tenderer is based (in unverified copy), provided that the tenderer is registered in the professional or commercial register.

In case of non-registration:
The submission of a business registration (for foreign tenderers: or equivalent). The proof must identify at least the persons authorized to represent the company.

The proof may be submitted in (non-certified) photocopy/photocopy (PDF) but must be clearly legible and formulated in German or English (if necessary, translated). The proof must not be older than 12 months at the time of publication of this announcement.

Refer to Attachment A.1 Forms and Proofs (Eligibility), Proof 1.

Gewichtung für den Zugang zur nächsten Stufe

Eignungskriterium

Andere wirtschaftliche oder finanzielle Anforderungen

PL2: Declaration of the absence of Exclusion Grounds according to §§ 123, 124 GWB (Mit dem Teilnahmeantrag; Mittels Eigenerklärung): PL2: Declaration of the absence of Exclusion Grounds according to §§ 123, 124 GWB. The proof of self-cleaning measures according to § 125 GWB is possible.

See Attachment A.1 Forms and Certificates (Eligibility), Form 3.1 (or Form 3.2).

Gewichtung für den Zugang zur nächsten Stufe

Eignungskriterium

Informationssicherheit

PL3: Self-declaration (Sanctions against Russia). (Mit dem Teilnahmeantrag; Mittels Eigenerklärung): Self-declaration (Sanctions against Russia).

See Attachment A.1 Forms and Proofs (Eligibility), Form 8.

Gewichtung für den Zugang zur nächsten Stufe

Eignungskriterium

Durchschnittlicher Jahresumsatz

WL1: Self-declaration of annual turnover (Mit dem Teilnahmeantrag; Keine oder anderweitige Formerfordernis): Self-declaration of the company"s annual turnover of the last 3 (three) completed financial years relating to services comparable to the services to be awarded.

If a company was established within the last three years and therefore does not yet have three completed financial years, it shall submit a business plan indicating the expected annual turnover.

Minimum requirement (failure to meet will result in exclusion):

The average turnover over the last three (3) completed financial years must amount in EUR (net) at least:

For lot 1: At least EUR 4 million (net)

For lot 2: At least EUR 4 million (net)

For lot 3: At least EUR 4 million (net)

For lot 4: At least EUR 4 million (net)

See Attachment A.1 (Forms and Proofs (Eligibility), Form 6).

Gewichtung für den Zugang zur nächsten Stufe

Eignungskriterium

Referenzen zu bestimmten Arbeiten

TL1: Proof of experience (references) (Mit dem Teilnahmeantrag; Keine oder anderweitige Formerfordernis): Proof of experience in the field of services to be awarded per lot is required by providing at least three (3) reference contracts within the last maximum ten (10) years that are comparable in type, scope, and complexity to the service being tendered.

The references must relate to:

Lot 1:
Offshore geophysical survey in water depths varying between 15 and 41 metres.
The applicant must provide that the surveys stated under the references directly correspond to and fulfill the requirements stated in the Attachment B.1.1 Scope of Work Package A (Lot 1).
The references demonstrate the applicant"s knowledge of marine environmental actors and associated logistical considerations.
Cable or pipeline route survey of similar size (~50km route length).
Lot 2:
Offshore geotechnical survey in water depths varying between 15 and 41 metres. The applicant must provide evidence that the surveys stated under the references directly correspond to and fulfill the requirements stated in the Attachment B.1.2 Scope of Work Package B (Lot 2).
The references demonstrate the applicant"s knowledge of marine environmental actors and associated logistical considerations.
Cable or pipeline route survey of similar size (~50km route length).
Lot 3:
Shallow water geophysical and geotechnical survey in water depths varying from 15 meters to shore (top of beach line).
The applicant must provide that the surveys stated under the references directly correspond to and fulfill the requirements stated in the Attachment B.1.3 Scope of Work Package C (Lot 3).
The references demonstrate the applicant"s knowledge of marine environmental actors and associated logistical considerations.
Cable or pipeline route survey of similar size (~20km route length).
The reference shows that the applicant is familiar with conducting surveys in military or otherwise restricted zones.


Lot 4:
Geotechnical survey with a survey area including two dry sections, the foreland areas and the intertidal mud flats.
The applicant must provide that the surveys stated under the references directly correspond to and fulfill the requirements stated in the Attachment B.1.4 Scope of Work Package D (Lot 4).
The references demonstrate the applicant"s knowledge of environmental factors of the intertidal mud flat and dry sections and associated logistical considerations.
The references show that the applicant is familiar with conducting surveys in the national park - Wadden Sea.

The references must include at least the following information to demonstrate comparability:
Reference title
Client (contracting authority)
(If the client may not be named for data protection reasons, it is sufficient to categorize the client (research, industry, other sectors of the contracting entity)).
Contact person incl. contact details (e.g., email, phone number)
(If the contact person may not be named for data protection reasons, it is sufficient to categorize the client (research, industry, other sectors client)).
A brief description of the services performed including confirmation that the reference is comparable to the services tendered.
Contract value in EUR (net)
Execution period

Minimum requirement (failure to meet will result in exclusion):
For Lot 1, at least 3 particularly relevant (comparable) references must be submitted.
For Lot 2, at least 3 particularly relevant (comparable) references must be submitted.
For Lot 3, at least 3 particularly relevant (comparable) references must be submitted.
For Lot 4, at least 3 particularly relevant (comparable) references must be submitted.

If one reference is comparable with several lots, the reference can be submitted for multiple lots.

See Attachment A.1 (Forms and Proofs (Eligibility), Form 7).

Gewichtung für den Zugang zur nächsten Stufe

Eignungskriterium

Referenzen zu bestimmten Dienstleistungen

Lot 1: Work Package A - Offshore Geophysical Survey - The applicant will receive extra points for each reference that fulfils the requirements of Lot 1 mentioned in Attachment A.5.

Note: The below mentioned Weighting of 250 points is a placeholder. Please refer to Attachment A.5.

Gewichtung für den Zugang zur nächsten Stufe

Gewichtung (Punkte, genau)
250,00

Eignungskriterium

Referenzen zu bestimmten Dienstleistungen

Lot 2: Work Package B - Offshore Geotechnical Survey - The applicant will receive extra points for each reference that fulfils the requirements of Lot 2 mentioned in Attachment A.5.

Note: The below mentioned Weighting of 250 points is a placeholder. Please refer to Attachment A.5.

Gewichtung für den Zugang zur nächsten Stufe

Gewichtung (Punkte, genau)
250,00

Eignungskriterium

Referenzen zu bestimmten Dienstleistungen

Lot 3: Work Package C - Shallow Water Geophysical and Geotechnical Survey - The applicant will receive extra points for each reference that fulfils the requirements of Lot 3 mentioned in Attachment A.5. Note: The below mentioned Weighting of 250 points is a placeholder. Please refer to Attachment A.5.

Gewichtung für den Zugang zur nächsten Stufe

Gewichtung (Punkte, genau)
250,00

Eignungskriterium

Referenzen zu bestimmten Dienstleistungen

Lot 4: Work Package D - Geotechnical Survey Tunnel Section - The applicant will receive extra points for each reference that fulfils the requirements of Lot 4 mentioned in Attachment A.5. Note: The below mentioned Weighting of 250 points is a placeholder. Please refer to Attachment A.5.

Gewichtung für den Zugang zur nächsten Stufe

Gewichtung (Punkte, genau)
250,00

Finanzierung

Reference is made to the tender documents.

Rechtsform des Bieters

Bedingungen für den Auftrag

Bedingungen für den Auftrag

Reference is made to the tender documents.

Angaben zu geschützten Beschäftigungsverhältnissen

Nein

Angaben zur reservierten Teilnahme

Angaben zur beruflichen Qualifikation

Nicht erforderlich

Angaben zur Sicherheitsüberprüfung

Lose

Angaben zu den Losen
4
4

Los - Allgemeine Angaben

Losinformationen
Work Package A - Offshore Geophysical Survey
1

Auftragsgegenstand

Klassifikation des Auftrags
Dienstleistungen

CPV-Codes

71332000-4
Umfang der Beschaffung

Beschreibung der Beschaffung (Art und Umfang der Dienstleistung bzw. Angabe der Bedürfnisse und Anforderungen)

Lot 1 covers the geophysical surveys needed for the project. The survey area is located in the German sector of the North Sea. For Section I the route corridor is estimated to be 117.8 km in length with water depths varying between 15 and 41 metres. For Section II (optional) the route corridor is estimated to be 200 km in length with water depths varying between 30 and 45 meters. Further details regarding service provision - that are not relevant for cost calculation - will be provided after the contract is awarded. Wider localised survey coverage may be required in areas where the seabed topography or geology is less suitable for pipeline installation or nearby infrastructure positions need to be confirmed. This will be decided as the survey progresses. It is anticipated that line spacing for the geophysical survey will be based on a centre line and then 3 lines each side at approximately 75m spacing. The survey parameters (line spacing, equipment settings etc.) will depend on the proposed method of acquisition - vessel, ROV based or other towed system. The aim is to confirm the feasibility of a surveyed route or area during the survey. Further technical specifications are detailed in "B.1.1 Scope of Work Package A (Lot 1)".

Umfang der Auftragsvergabe

EUR

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Erfüllungsort(e)

Erfüllungsort(e)

Zuschlagskriterien

Zuschlagskriterien

---
Weitere Informationen

Angaben zu Mitteln der europäischen Union

Angaben zu KMU

Angaben zu Optionen

Zusätzliche Angaben

Verfahren

Besondere Methoden und Instrumente im Vergabeverfahren

Angaben zur elektronischen Auktion

Strategische Auftragsvergabe

Strategische Auftragsvergabe

Gesetz über die Beschaffung sauberer Straßenfahrzeuge

Angebote

Anforderungen an Angebote / Teilnahmeanträge

Elektronische Kataloge

Los - Allgemeine Angaben

Losinformationen
Work Package B - Offshore Geotechnical Survey
2

Auftragsgegenstand

Klassifikation des Auftrags
Dienstleistungen

CPV-Codes

71332000-4
Umfang der Beschaffung

Beschreibung der Beschaffung (Art und Umfang der Dienstleistung bzw. Angabe der Bedürfnisse und Anforderungen)

Lot 2 covers the geotechnical surveys needed for the project. The survey area is the same as in Lot 1 (German sector of the North Sea; Section I: the 7-A16 route corridor length along which the geotechnical investigation is to be conducted is approximately 117.8 km in length. Water depths vary from 41 to 15 meters. For Section II (optional) the route corridor is estimated to be 200 km in length with water depths varying between 30 and 45 meters. Further details regarding service provision - that are not relevant for cost calculation - will be provided after the contract is awarded. The geotechnical acquisition will consist of piezocone penetration tests, electrical resistivity cone testing and piston and/or vibro cores to describe the geotechnical properties of the seafloor soils. The geotechnical sample locations will be selected on the basis of the results coming out of the geophysical studies (Lot 1). Further technical specifications are detailed in "B.1.2 Scope of Work Package B (Lot 2)".

Umfang der Auftragsvergabe

EUR

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Erfüllungsort(e)

Erfüllungsort(e)

Zuschlagskriterien

Zuschlagskriterien

---
Weitere Informationen

Angaben zu Mitteln der europäischen Union

Angaben zu KMU

Angaben zu Optionen

Zusätzliche Angaben

Verfahren

Besondere Methoden und Instrumente im Vergabeverfahren

Angaben zur elektronischen Auktion

Strategische Auftragsvergabe

Strategische Auftragsvergabe

Gesetz über die Beschaffung sauberer Straßenfahrzeuge

Angebote

Anforderungen an Angebote / Teilnahmeanträge

Elektronische Kataloge

Los - Allgemeine Angaben

Losinformationen
Work Package C - Shallow Water Geophysical and Geotechnical Survey
3

Auftragsgegenstand

Klassifikation des Auftrags
Dienstleistungen

CPV-Codes

71332000-4
Umfang der Beschaffung

Beschreibung der Beschaffung (Art und Umfang der Dienstleistung bzw. Angabe der Bedürfnisse und Anforderungen)

Lot 3 covers the geophysical and geotechnical surveys needed for the project section in shallow waters. The survey area is located in the German sector of the North Sea. The survey corridor has a total length of approximately 7 km in water depths varying from 15 meters to shore (top of beach line). At low tide the beach is expected to dry out forming mud flats for a distance of ~200m. Further technical specifications are detailed in "B.1.3 Scope of Work Package C (Lot 3)".

Umfang der Auftragsvergabe

EUR

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Erfüllungsort(e)

Erfüllungsort(e)

Zuschlagskriterien

Zuschlagskriterien

---
Weitere Informationen

Angaben zu Mitteln der europäischen Union

Angaben zu KMU

Angaben zu Optionen

Zusätzliche Angaben

Verfahren

Besondere Methoden und Instrumente im Vergabeverfahren

Angaben zur elektronischen Auktion

Strategische Auftragsvergabe

Strategische Auftragsvergabe

Gesetz über die Beschaffung sauberer Straßenfahrzeuge

Angebote

Anforderungen an Angebote / Teilnahmeanträge

Elektronische Kataloge

Los - Allgemeine Angaben

Losinformationen
Work Package D - Geotechnical Survey Tunnel Section
4

Auftragsgegenstand

Klassifikation des Auftrags
Dienstleistungen

CPV-Codes

71332000-4
Umfang der Beschaffung

Beschreibung der Beschaffung (Art und Umfang der Dienstleistung bzw. Angabe der Bedürfnisse und Anforderungen)

Lot 4 covers the geotechnical surveys needed for the tunnel section of AquaDuctus pipeline. The survey area includes two dry sections, the foreland areas and the intertidal mud flats. The survey corridor has a total length of approximately 7 km. Further technical specifications are detailed in "B.1.4 Scope of Work Package D (Lot 4)".

Umfang der Auftragsvergabe

EUR

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Erfüllungsort(e)

Erfüllungsort(e)

Zuschlagskriterien

Zuschlagskriterien

---
Weitere Informationen

Angaben zu Mitteln der europäischen Union

Angaben zu KMU

Angaben zu Optionen

Zusätzliche Angaben

Verfahren

Besondere Methoden und Instrumente im Vergabeverfahren

Angaben zur elektronischen Auktion

Strategische Auftragsvergabe

Strategische Auftragsvergabe

Gesetz über die Beschaffung sauberer Straßenfahrzeuge

Angebote

Anforderungen an Angebote / Teilnahmeanträge

Elektronische Kataloge