AquaDuctus Geotechnical and Geophysical Surveys

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 …

CPV: 71332000 Storitve na področju geotehnike
Kraj izvršitve:
AquaDuctus Geotechnical and Geophysical Surveys
Organ za podeljevanje:
AquaDuctus Pipeline GmbH
Številka dodelitve:
2025-014

1. Buyer

1.1 Buyer

Official name : AquaDuctus Pipeline GmbH
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : AquaDuctus Geotechnical and Geophysical Surveys
Description : 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.
Procedure identifier : b287926a-6346-4ab0-87ba-4945e34dffc1
Internal identifier : 2025-014
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

2.1.2 Place of performance

Country : Germany
Anywhere in the given country

2.1.4 General information

Additional information : #Bekanntmachungs-ID: CXVHYH0YT0FJ20K7# 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.
Legal basis :
Directive 2014/25/EU
sektvo -

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Breaching of obligations set under purely national exclusion grounds : see tender documents
Participation in a criminal organisation : see tender documents
Terrorist offences or offences linked to terrorist activities : see tender documents
Money laundering or terrorist financing : see tender documents
Fraud : see tender documents
Corruption : see tender documents
Child labour and including other forms of trafficking in human beings : see tender documents
Breaching obligation relating to payment of taxes : see tender documents
Breaching obligation relating to payment of social security contributions : see tender documents
Breaching of obligations in the fields of environmental law : see tender documents
Breaching of obligations in the fields of social law : see tender documents
Breaching of obligations in the fields of labour law : see tender documents
Insolvency : see tender documents
Assets being administered by liquidator : see tender documents
Business activities are suspended : see tender documents
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : see tender documents
Grave professional misconduct : see tender documents
Agreements with other economic operators aimed at distorting competition : see tender documents
Conflict of interest due to its participation in the procurement procedure : see tender documents
Direct or indirect involvement in the preparation of this procurement procedure : see tender documents
Early termination, damages, or other comparable sanctions : see tender documents
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : see tender documents

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Work Package A - Offshore Geophysical Survey
Description : 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)".
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country : Germany
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : #Besonders auch geeignet für:other-sme#

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : 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.
Criterion : Other economic or financial requirements
Description : 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).
Criterion : Security of information
Description : 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.
Criterion : Average yearly turnover
Description : 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).
Criterion : References on specified works
Description : 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).
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 21/10/2025 23:59 +02:00
Ad hoc communication channel :

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 21/11/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : German, English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 30/10/2025 10:00 +01:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : 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.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Reference is made to the tender documents.
Electronic ordering will be used : no
Electronic payment will be used : no
Financial arrangement : Reference is made to the tender documents.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vergabekammer des Bundes
Information about review deadlines : 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.
Organisation providing additional information about the procurement procedure : AquaDuctus Pipeline GmbH
Organisation receiving requests to participate : AquaDuctus Pipeline GmbH

5.1 Lot technical ID : LOT-0002

Title : Work Package B - Offshore Geotechnical Survey
Description : 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)".
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country : Germany
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : #Besonders auch geeignet für:other-sme#

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : 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.
Criterion : Other economic or financial requirements
Description : 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).
Criterion : Security of information
Description : 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.
Criterion : Average yearly turnover
Description : 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).
Criterion : References on specified works
Description : 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).
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 21/10/2025 23:59 +02:00
Ad hoc communication channel :

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 21/11/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : German, English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 30/10/2025 10:00 +01:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : 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.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Reference is made to the tender documents.
Electronic ordering will be used : no
Electronic payment will be used : no
Financial arrangement : Reference is made to the tender documents.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vergabekammer des Bundes
Information about review deadlines : 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.
Organisation providing additional information about the procurement procedure : AquaDuctus Pipeline GmbH
Organisation receiving requests to participate : AquaDuctus Pipeline GmbH

5.1 Lot technical ID : LOT-0003

Title : Work Package C - Shallow Water Geophysical and Geotechnical Survey
Description : 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)".
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country : Germany
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : #Besonders auch geeignet für:other-sme#

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : 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.
Criterion : Other economic or financial requirements
Description : 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).
Criterion : Security of information
Description : 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.
Criterion : Average yearly turnover
Description : 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).
Criterion : References on specified works
Description : 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).
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 21/10/2025 23:59 +02:00
Ad hoc communication channel :

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 21/11/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : German, English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 30/10/2025 10:00 +01:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : 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.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Reference is made to the tender documents.
Electronic ordering will be used : no
Electronic payment will be used : no
Financial arrangement : Reference is made to the tender documents.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vergabekammer des Bundes
Information about review deadlines : 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.
Organisation providing additional information about the procurement procedure : AquaDuctus Pipeline GmbH
Organisation receiving requests to participate : AquaDuctus Pipeline GmbH

5.1 Lot technical ID : LOT-0004

Title : Work Package D - Geotechnical Survey Tunnel Section
Description : 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)".
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country : Germany
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : #Besonders auch geeignet für:other-sme#

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : 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.
Criterion : Other economic or financial requirements
Description : 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).
Criterion : Security of information
Description : 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.
Criterion : Average yearly turnover
Description : 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).
Criterion : References on specified works
Description : 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).
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Criterion : References on specified services
Description : 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 250
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 21/10/2025 23:59 +02:00
Ad hoc communication channel :

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 21/11/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : German, English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 30/10/2025 10:00 +01:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : 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.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Reference is made to the tender documents.
Electronic ordering will be used : no
Electronic payment will be used : no
Financial arrangement : Reference is made to the tender documents.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vergabekammer des Bundes
Information about review deadlines : 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.
Organisation providing additional information about the procurement procedure : AquaDuctus Pipeline GmbH
Organisation receiving requests to participate : AquaDuctus Pipeline GmbH

8. Organisations

8.1 ORG-0001

Official name : AquaDuctus Pipeline GmbH
Registration number : DE 354 183 413
Postal address : Kölnische Straße 108-112
Town : Kassel
Postcode : 34119
Country subdivision (NUTS) : Kassel, Kreisfreie Stadt ( DE731 )
Country : Germany
Telephone : +49 561934-0
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

8.1 ORG-0002

Official name : GASCADE Gastransport GmbH
Registration number : DE 815 216 431
Postal address : Kölnische Str. 108-112
Town : Kassel
Postcode : 34119
Country subdivision (NUTS) : Kassel, Kreisfreie Stadt ( DE731 )
Country : Germany
Telephone : +49 561934-0
Internet address : https://www.gascade.de
Roles of this organisation :
Procurement service provider

8.1 ORG-0003

Official name : Vergabekammer des Bundes
Registration number : +49 22894990
Postal address : Villemombler Straße 76
Town : Bonn
Postcode : 53123
Country subdivision (NUTS) : Bonn, Kreisfreie Stadt ( DEA22 )
Country : Germany
Telephone : +49 22894990
Roles of this organisation :
Review organisation

8.1 ORG-0004

Official name : Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
Registration number : 0204:994-DOEVD-83
Town : Bonn
Postcode : 53119
Country subdivision (NUTS) : Bonn, Kreisfreie Stadt ( DEA22 )
Country : Germany
Telephone : +49228996100
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 0f6edf75-8c2f-41c1-afb2-c94f906b259e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/09/2025 16:44 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00640388-2025
OJ S issue number : 188/2025
Publication date : 01/10/2025