Öffentliche Ausschreibungen icc hofmann - Ingenieurbüro für technische Informatik
Am Stockborn 16, 60439 Frankfurt/M, FRG
Tel.: +49 6082-910101 Fax.: +49 6082-910200
E-Mail: info@icc-hofmann.net
Öffentliche Ausschreibungen

(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
Ausschreibung ausschreibung Ausschreibungen Ingenieure Öffentliche Ausschreibungen Datenbank Öffentliche Ausschreibungen Architekten Öffentliche Ausschreibungen Bau