(1) Searching for "2018121509265628787" in Archived Documents Library (TED-ADL)
Ausschreibung: Onshore- und Offshore-Dienste - DE-Bayreuth
Onshore- und Offshore-Dienste
Dokument Nr...: 553598-2018 (ID: 2018121509265628787)
Veröffentlicht: 15.12.2018
*
DE-Bayreuth: Onshore- und Offshore-Dienste
2018/S 242/2018 553598
Auftragsbekanntmachung Sektoren
Dienstleistungen
Legal Basis:
Richtlinie 2014/25/EU
Abschnitt I: Auftraggeber
I.1)Name und Adressen
TenneT Offshore GmbH
Amtsgericht Bayreuth: HRB 4923
Bernecker Straße 70
Bayreuth
95448
Deutschland
Kontaktstelle(n): Corinna Natelberg
Telefon: +49 513289-2321
E-Mail: [1]corinna.natelberg@tennet.eu
Fax: +49 92150740-4452
NUTS-Code: DE
Internet-Adresse(n):
Hauptadresse: [2]https://www.tennet.eu/de/
Adresse des Beschafferprofils:
[3]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=10797
6
I.2)Informationen zur gemeinsamen Beschaffung
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und
vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
[4]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=10797
6
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten
Kontaktstellen
I.6)Haupttätigkeit(en)
Strom
Abschnitt II: Gegenstand
II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:
Client Representatives for Maritime Consultancy and Services
Referenznummer der Bekanntmachung: PRC-N-ODC_CN
II.1.2)CPV-Code Hauptteil
76500000
II.1.3)Art des Auftrags
Dienstleistungen
II.1.4)Kurze Beschreibung:
Provision of maritime consultancy and services for offshore projects,
operations and maintenance campaigns. The inquired service contains the
function of the client representative on site for operations and
maintenance campaigns (primarily offshore surveys) = lot 1 as well as
maritime projects (primarily offshore cable installations) = lot 2.
The client representative monitors and observes the offshore works
performed by the contractor respectively his subcontractors being
contracted.
Place of action is primarily on vessels (e.g. cable installation vessel
or survey vessel), as well as offshore platforms or locations onshore
both in and outside Germany.
The client representative's task is to monitor the compliance with the
parameters contractually fixed between the contractor and the client in
consultancy with the client and to inform the client immediately in the
event of a breach.
II.1.5)Geschätzter Gesamtwert
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: ja
Angebote sind möglich für alle Lose
II.2)Beschreibung
II.2.1)Bezeichnung des Auftrags:
Client Representatives for Maritime Surveys and Services for Operations
and Maintenance
Los-Nr.: 1
II.2.2)Weitere(r) CPV-Code(s)
76500000
II.2.3)Erfüllungsort
NUTS-Code: DE
Hauptort der Ausführung:
North sea German bight and Dutch water.
II.2.4)Beschreibung der Beschaffung:
Lot 1 contains maritime surveys and maintenance and operational
services (seabed and platform structures).
Survey works on the cable routes do include the following operations:
general engineering surveys including bathymetry, side scan sonar,
magnetometric and shallow seismic measurements, cable tracking in order
to verify the depth of burial of subsea cables, including ROV and ROTV
operations, scour surveys and bathymetric measurements and shallow
geotechnical sampling. The scope of work for surveys at platform
structures includes measurements on marine growth, inspection of
sacrificial anodes, welding seams and non-destructive measurements of
materials such as ROV operations in close proximity of platform
structures, vessel operations in close proximity of platform
structures, scour inspection and measurement including ROV operations,
underwater laser measurements and underwater photogrammetric
measurements.
II.2.5)Zuschlagskriterien
Die nachstehenden Kriterien
Qualitätskriterium - Name: Technical concept / Gewichtung: 35 %
Qualitätskriterium - Name: Contract conditions / Gewichtung: 25 %
Qualitätskriterium - Name: SHE (safety, health, environment) /
Gewichtung: 5 %
Preis - Gewichtung: 35 %
II.2.6)Geschätzter Wert
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
dynamischen Beschaffungssystems
Laufzeit in Monaten: 36
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:
The contract expires after 36 month, unless the client requests an
extension of the contract, latest 3 month before expiration. The
contract can be prolonged twice for each 1 year.
The client plans an actual commencement of service (commencement of
work) from 15.7.2019, whereby, irrespective of the conclusion of the
contract, the agreed contract period begins.
II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
Angebotsabgabe bzw. Teilnahme aufgefordert werden
Geplante Anzahl der Bewerber: 6
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.12)Angaben zu elektronischen Katalogen
II.2.13)Angaben zu Mitteln der Europäischen Union
Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm,
das aus Mitteln der EU finanziert wird: nein
II.2.14)Zusätzliche Angaben
The client reserves the right to negotiate with a maximum of 6
candidates per lot. The selection of candidates to be invited for
negotiations after the submission of tenders will be based on the award
criteria according to number II.2.5).
II.2)Beschreibung
II.2.1)Bezeichnung des Auftrags:
Client Representatives for Sea Cable Installation and Sea Cable Repair
Los-Nr.: 2
II.2.2)Weitere(r) CPV-Code(s)
76500000
II.2.3)Erfüllungsort
NUTS-Code: DE
Hauptort der Ausführung:
North sea German bight and Dutch water.
II.2.4)Beschreibung der Beschaffung:
Lot 2 contains the installation of submarine HCDC, HVAC, and FO cables,
which includes route preparation works such as route clearance, pre-lay
grapnel runs, pre-dredging, pre-trenching, crossing preparations by
matressing or any other cable separation and protection techniques,
cable loading, cable transpooling, cable landing, HD drilling, cable
installation, cable jetting, cable trenching, jetting, rock placement,
post lay burial, post lay inspection, installation of scour protection,
installation of cable protection systems, cable pull-in operations on
offshore-platforms, transport and installation of offshore-platforms,
cable repair, remedial burial works.
II.2.5)Zuschlagskriterien
Die nachstehenden Kriterien
Qualitätskriterium - Name: Technical concept / Gewichtung: 35 %
Qualitätskriterium - Name: Contract conditions / Gewichtung: 25 %
Qualitätskriterium - Name: SHE (safety, health and environment) /
Gewichtung: 5 %
Preis - Gewichtung: 35 %
II.2.6)Geschätzter Wert
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
dynamischen Beschaffungssystems
Laufzeit in Monaten: 36
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:
The contract expires after 36 month, unless the client requests an
extension of the contract, latest 3 month before expiration. The
contract can be prolonged twice for each 1 year.
The client plans an actual commencement of service (commencement of
work) from 15.7.2019, whereby, irrespective of the conclusion of the
contract, the agreed contract period begins.
II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
Angebotsabgabe bzw. Teilnahme aufgefordert werden
Geplante Anzahl der Bewerber: 6
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.12)Angaben zu elektronischen Katalogen
II.2.13)Angaben zu Mitteln der Europäischen Union
Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm,
das aus Mitteln der EU finanziert wird: nein
II.2.14)Zusätzliche Angaben
The client reserves the right to negotiate with a maximum of 6
candidates per lot. The selection of candidates to be invited for
negotiations after the submission of tenders will be based on the award
criteria according to number II.2.5).
Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische
Angaben
III.1)Teilnahmebedingungen
III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen
hinsichtlich der Eintragung in einem Berufs- oder Handelsregister
Auflistung und kurze Beschreibung der Bedingungen:
Applies to lot 1 and lot 2:
Proof must be provided by presenting the following documents, which
represent minimum conditions:
up-to-date extract of a professional trade register, not older than 3
months at the time of expiry of the participation period,
self-declaration that no grounds for exclusion under §§ 123, 124 GWB
exist (Annex A7 can be downloaded from Negometrix),
company presentation providing information about previous services
(e.g. projects, roles and functions on site) and internal organization,
organizational chart and proof of an internal staff of at least 6 FTE
(= full-time equivalent),
self-declaration that there is access to a pool of client
representatives in the average of 40 suitable persons.
***
Please follow the instructions given in the "Information Memorandum"
that can be downloaded from Negometrix. The form "Annex A4" should be
used for verification purposes (can be downloaded from Negometrix).
***
In the event that the tenderer uses the capacity of another company to
obtain the necessary professional, financial and technical
qualifications under Sections III.1.1 to III.1.3 (e.g. group
companies), the Annex A3 must be completed and handed in together
with the request for participation (the relevant documents can be
downloaded from Negometrix) by the tenderer in order to prove that
other company/companies will be jointly and severally liable with.
III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:
Applies to lot 1 and lot 2:
Proof must be provided by presenting the following documents, which
represent minimum conditions:
annual reports (at least the company balance sheet and profit and
loss) of the last 3 years must be submitted that show an annual
turnover of min. 500 000 EUR per year over the last 3 years resulting
from the provision of client representative services. If an applicant
decides to submit a bid for more than 1 lot, the assessment of the
minimum annual turnover is based on the number of these lots:
> an application for 2 lots means that a proof of an annual turnover
of min. 1 000 000 EUR per year over the last 3 years resulting from the
provision of client representative services is necessary,
> in the case of a group involvement, this turnover relates to the
total sales of the group, provided that the bidder is 100 % owned by
the group parent and, in the case of a consortium formation, refers to
the cumulative turnover of the consortium partners.
Cover note of a general liability insurance to cover personal injury
and property damages with a limit of at least 3 000 000 EUR per loss
event and cover note of a professional liability insurance with a limit
of at least 1 500 000 EUR per loss event (incl. duration of the
insurance and confirmation that the premium rate is paid) or a
certificate from the insurer about the willingness to cover the
contractor in the case of an awarding of contract with the above
mentioned insurances in the required amounts.
***
Please follow the instructions given in the "Information Memorandum"
that can be downloaded from Negometrix. The form "Annex A5" should be
used for verification purposes (can be downloaded from Negometrix).
***
In the event that the tenderer uses the capacity of another company to
obtain the necessary professional, financial and technical
qualifications under Sections III.1.1 to III.1.3 (e.g. group
companies), the Annex A3 must be completed and handed in together
with the request for participation (the relevant documents can be
downloaded from Negometrix) by the tenderer in order to prove that
other company/companies will be jointly and severally liable with.
III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:
Applies to lot 1 and lot 2:
Proof must be provided by presenting the following documents, which
represent minimum conditions:
Only companies are admitted that can prove references to the successful
completion of at least 3 comparable projects, which are not more than 5
years ago by:
valid documents, which prove that the tenderer provided successfully
advisory and/or supervising personnel for maritime energy projects on
the open sea,
a list of at least 12 persons for each lot (CVs do not have to be
included and won´t be checked by the client during the qualification
phase of this tender) who are currently available to the company and
who have represented the interests of a corporate customer in the past
5 years within the framework of work on the open sea lasting at least 3
months (construction supervision as client representative, especially
for cable installation work on the open sea).
The projects are to be described and at least the following information
is to be submitted:
name of client (including a contact person of any queries),
type of project,
duration of project,
the year in which the project was carried out,
a meaningful description of the tasks performed within the project.
In addition, the company must provide evidence and/or demonstrate in an
appropriate form that it has the following capabilities and
prerequisites:
access to a database that has more than 20 suitable data records for
lot 1 and 30 suitable data records for lot 2 with people that have been
involved in survey, maritime consulting and/or construction services
for the past 12 months,
ability to simultaneously provide at least 6 persons for lot 1 who,
as supervisors to leading client representatives, can monitor/accompany
work on the open sea lasting at least 6 weeks,
ability to simultaneously provide at least 20 persons for lot 2 who,
as supervisors to leading client representatives, can monitor/accompany
work on the open sea lasting at least 3 months,
prerequisite to have an efficient processing department responsible
for organizing travel and accounting for the personnel to be provided.
Moreover, the bidder has to prove the existence of a QM-System
according to ISO 9001.
***
Please follow the instructions given in the "Information Memorandum"
that can be downloaded from Negometrix. The form "Annex A6" should be
used for verification purposes (can be downloaded from Negometrix).
***
In the event that the tenderer uses the capacity of another company to
obtain the necessary professional, financial and technical
qualifications under Sections III.1.1 to III.1.3 (e.g. group
companies), the Annex A3 must be completed and handed in together
with the request for participation (the relevant documents can be
downloaded from Negometrix) by the tenderer in order to prove that
other company/companies will be jointly and severally liable with.
III.1.4)Objektive Teilnahmeregeln und -kriterien
Auflistung und kurze Beschreibung der Regeln und Kriterien:
See VI.3).
III.1.5)Angaben zu vorbehaltenen Aufträgen
III.1.6)Geforderte Kautionen oder Sicherheiten:
III.1.7)Wesentliche Finanzierungs- und Zahlungsbedingungen und/oder
Hinweise auf Vorschriften, in denen sie enthalten sind:
III.1.8)Rechtsform, die die Unternehmensgruppe, der der Auftrag erteilt
wird, haben muss:
In the event that different bidders join together to form a consortium,
the client will only accept a joint liability of the consortium.
A statement has to be made, using Annex A2, stating that all members of
the consortium are jointly liable.
Furthermore, a clear consortia leader must be appointed. Moreover, the
exact bidder constellation has to be explained and the legal
construction needs to be visualized. The consortium structure shown in
the prequalification phase is considered as fixed and may not be
changed in the further proceedings.
III.2)Bedingungen für den Auftrag
III.2.1)Angaben zu einem besonderen Berufsstand
III.2.2)Bedingungen für die Ausführung des Auftrags:
III.2.3)Für die Ausführung des Auftrags verantwortliches Personal
Abschnitt IV: Verfahren
IV.1)Beschreibung
IV.1.1)Verfahrensart
Verhandlungsverfahren mit vorherigem Aufruf zum Wettbewerb
IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen
Beschaffungssystem
Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung
Rahmenvereinbarung mit mehreren Wirtschaftsteilnehmern
Geplante Höchstanzahl an Beteiligten an der Rahmenvereinbarung: 3
IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder
Lösungen im Laufe der Verhandlung bzw. des Dialogs
IV.1.6)Angaben zur elektronischen Auktion
IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
Der Auftrag fällt unter das Beschaffungsübereinkommen: nein
IV.2)Verwaltungsangaben
IV.2.1)Frühere Bekanntmachung zu diesem Verfahren
IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
Tag: 21/01/2019
Ortszeit: 14:00
IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur
Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge
eingereicht werden können:
Deutsch, Englisch
IV.2.6)Bindefrist des Angebots
Das Angebot muss gültig bleiben bis: 31/10/2019
IV.2.7)Bedingungen für die Öffnung der Angebote
Abschnitt VI: Weitere Angaben
VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.2)Angaben zu elektronischen Arbeitsabläufen
VI.3)Zusätzliche Angaben:
The bidder can apply for lot 1, lot 2 or both lots.
***
Please consider all documents provided on Negometrix
([5]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=1079
76).
***
Please read carefully the "Information Memorandum" made available on
Negometrix and follow the instructions given.
***
The application for participation must be submitted electronically via
the Negometrix e-Tendering Platform, together with all the required
information and supporting documents. Pre-submission of the application
documents by email, post and fax is not permitted and may lead to an
exclusion.
***
The requests to participate must be submitted in due time and
completely by the deadline (see section IV.2.2). Late entries cannot be
considered. Incomplete submitted documents may lead to exclusion.
***
All documents referred to in point III.1) "Conditions of participation"
and the "Information Memorandum" in this call for tender have to be
submitted. All attachments have to be submitted exclusively via
Negometrix only. Please use the templates made available on Negometrix.
***
The client is entitled to transfer the rights and obligations of the
subject matter of the contract to a special purpose vehicle (NewCo),
irrespective of whether third parties have already participated as
shareholders in this project company, or only after any transfer of
this master agreement to such a project participate.
***
Authorized to call for this framework agreement are also companies
affiliated with the client within the meaning of §§ 15 ff. AktG.
***
§57 SektVO entitles the client to discontinue the award procedure at
any time. The period of §160 Abs. 3 No. 4 GWB is expressly pointed out.
***
The framework agreement is concluded without minimum purchase
quantities.
***
On the basis of legitimate confidentiality interests, the client will
make the tender documents available to the tenderer only after receipt
of the confidentiality agreement signed by the tenderer. The NDA can be
downloaded in Negometrix under the following link
[6]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=10797
6
***
Call-offs under this contract are made by the client (TenneT Offshore
GmbH) and/or one of the following authorized entities:
TenneT TSO GmbH,
TenneT Offshore 1. Beteiligungsges. mbH,
TenneT Offshore 7. Beteiligungsges. mbH,
TenneT Offshore 9. Beteiligungsges. mbH,
TenneT Offshore DolWin3 GmbH and Co. KG,
DC Netz Beteiligungs GmbH,
DC Netz GmbH,
DC Nordseekabel GmbH and Co. KG,
TenneT TSO B.V.
***
Due to the scope of work to be retrieved and due to the client's
obligation to comply with certain timing parameters, the client
reserves the right to conclude framework agreements (in the individual
lots) for the same scope of work with maximum 3 bidders. If the client
makes use of this reservation, he will make call-offs at the
contracting parties in the order of their ranking (order of awarding
according to the criteria given in II.2.5) of this EU-announcement).
This so-called "cascade-procedure" is described in detail in the tender
documents.
VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Regierung Mittelfranken Vergabekammer Nordbayern
Ansbach
91511
Deutschland
Telefon: +49 981531277
E-Mail: [7]vergabekammer.nordbayern@reg-mfr.bayern.de
Fax: +49 981531837
Internet-Adresse: [8]http://www.regierung.mittelfranken.bayern.de
VI.4.2)Zuständige Stelle für Schlichtungsverfahren
Regierung Mittelfranken Vergabekammer Nordbayern
Ansbach
91511
Deutschland
Telefon: +49 981531277
E-Mail: [9]vergabekammer.nordbayern@reg-mfr.bayern.de
Fax: +49 981531837
Internet-Adresse: [10]http://www.regierung.mittelfranken.bayern.de
VI.4.3)Einlegung von Rechtsbehelfen
VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen
erteilt
Regierung Mittelfranken Vergabekammer Nordbayern
Ansbach
91511
Deutschland
Telefon: +49 981531277
E-Mail: [11]vergabekammer.nordbayern@reg-mfr.bayern.de
Fax: +49 981531837
Internet-Adresse: [12]http://www.regierung.mittelfranken.bayern.de
VI.5)Tag der Absendung dieser Bekanntmachung:
13/12/2018
[BUTTON] ×
Direktlinks
HTML ____________________
PDF ____________________
XML ____________________
[BUTTON] Schließen
References
1. mailto:corinna.natelberg@tennet.eu?subject=TED
2. https://www.tennet.eu/de/
3. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=107976
4. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=107976
5. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=107976
6. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=107976
7. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
8. http://www.regierung.mittelfranken.bayern.de/
9. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
10. http://www.regierung.mittelfranken.bayern.de/
11. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
12. http://www.regierung.mittelfranken.bayern.de/
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de
|