Sie sehen Ausschreibungen der letzten 100 Tage, deren Frist abgelaufen ist. Bestellen Sie einen kostenlosen Demozugang.

Drucken

Titel

Durchführung von geophysikalischen Beratung

Vergabeverfahren

Öffentliche Ausschreibung
Dienstleistungsauftrag (VOL/VOF)

Auftraggeber

DC Netz DolWin4 GmbH
Bernecker Straße 70
95448 Bayreuth

Ausführungsort

DE-95448 Bayreuth

Frist

13.01.2020

TED Nr.

567798-2019

Beschreibung

Abschnitt I:

I.1) TenneT Offshore GmbH

Amtsgericht Bayreuth: HRB 4516

Bernecker Straße 70

95448 Bayreuth

Telefon: +49 513289-2798

E-Mail: jana.gerlach(at)tennet.eu

Internet: www.tennet.eu/de/

Internet: platform.negometrix.com/PublishedTenders.aspx

I.2) Gemeinsame Beschaffung

I.3) Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: Internet: platform.negometrix.com/PublishedTenders.aspx 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: UXO Consultancy and QA/QC Services

II.1.2) CPV-Code Hauptteil 71351210

II.1.3) Art des Auftrags Dienstleistungen

II.1.4) Kurze Beschreibung: TenneT’s UXO clearance campaigns are defined by distinct activities: — geophysical survey to locate non-UXO and potential UXO objects, — identification to confirm and to differentiate between non-UXO and actual UXO objects, — disposal as required of both non-UXO and actual UXO objects. TenneT is aiming to procure following services: — assignment of an experienced UXO consultancy for the independent QA/QC of documentation related to UXO activities, — act as TenneT’s representatives in offshore UXO clearance campaigns for cable and platform installation projects, as well cable repairs and remedial cable burial, — provision of independent data analysis and interpretation, both at site office or on survey vessels, — provision of final ALARP certification confirming UXO clearance activities, — ad-hoc consultancy in case of UXO works of third parties, e.g. detonation works in close proximity to TenneTs assets, — tender support on all UXO related works.

II.1.5) Geschätzter Gesamtwert

II.1.6) Angaben zu den Losen Aufteilung des Auftrags in Lose: nein

II.2) Beschreibung

II.2.1) Bezeichnung des Auftrags

II.2.2) Weitere(r) CPV-Code(s) 71356100 71354500 71352300 71353100 90523100 90523200

II.2.3) Erfüllungsort NUTS-Code: DE Hauptort der Ausführung: Main site or place of performance: North Sea, German Bight, 12 nmz Zone and EEZ.

II.2.4) Beschreibung der Beschaffung: The consultant will provide suitably qualified and experienced UXO consultants to provide QA/QC supervision services during land and vessel based data acquisition, including but not limited to: — prior to commencing survey, attendance at the kick-off meeting with the Survey Contractor and TenneT, — approval of all tests and calibrations during spread mobilisation, including any additional tests and calibrations during the project, — validation of the surrogate item trial methods, data and results; final approval of the trial to allow work to commence, — supervision of operations during the main survey, including continuous provision of information about circumstances and measures to TOG; monitoring of compliance with TOG instructions and management reporting, — data review of the acquired and processed data to confirm quality of target interpretation in order to reduce the number of targets identified within the data collected to date. Consultant shall provide independent processing and interpretation of the survey using the raw acquired data provided by the survey contractor in order to identify all ferrous anomalies within the data set. The data will be processed using Oasis Montaj with the UX Detect add-on (or any other qualified software package), preliminary already offshore and onshore. Upon conclusion of the acquisition and processing works, consultant shall prepare with the contracting authority and participate in a route working group meeting to finalise the anomaly target list and a re-engineered route position list. Anomaly identification and disposal – office and vessel based survey QA/QC The Consultant will provide suitably qualified and experienced EOD consultants to provide QA/QC supervision services during the survey work, including but not limited to: — prior to commencing survey, attendance at the kick-off meeting with the survey contractor and TOG, — review of survey contractor’s operating procedures and method statements, — approval of all tests and calibrations during spread mobilisation, including any additional tests and calibrations during the project, — validation of the of the surrogate item trial methods, data and results; final approval of the trial to allow work to commence, — supervision of operations during the identification and if required, disposal works including continuous provision of information about circumstances and measures to TOG; monitoring of compliance with TOG instructions, compliance with regulatory requirements and management reporting. Specifically, the duties shall include daily oversight, keeping records of all activities, liaison with the offshore superintendent on the vessel and TOG onshore, data review of the acquired and processed data to confirm identification of the targets and agreement of any disposal requirements. Upon conclusion of the survey, anomaly identification and disposal operations consultant shall issue an ALARP clearance certificate to warrant route clearance. Ad- hoc consultancy services require document checks and advice.

II.2.5) Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Organisation, qualifications and experience of the staff responsible for carrying out the contract / Gewichtung: 30 Qualitätskriterium - Name: SHE (Safety, Health, Environment) / Gewichtung: 15 Qualitätskriterium - Name: Contract conditions / Gewichtung: 25 Preis - Gewichtung: 30

II.2.7) Laufzeit des Vertrags, der Rahmenvereinbarung, des dynamischen Beschaffungssystems oder der Konzession Laufzeit in Monaten: 36 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The contract expires after 36 months, unless the client requests an extension of the contract, latest 3 months before expiration. The contract can be prolonged twice, each time by 12 months.

II.2.9) Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden Geplante Anzahl der Bewerber: 4 Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern: The selection of candidates who will be invited to negotiations after tendering process in accordance with the award criteria under paragraph II.2.5).

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

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: — information on the applicant/member of the bidding consortium and the bidding consortium (Form A1 and, if applicable, Form A2), — current extract of commercial register, not older than 3 months at the time of expiry of the participation period (10.1.2020) for the applying company (Form A3), — self-declaration that ‘no grounds for exclusion under §§ 123, 124 GWB’ exist (Form A4) — comprehensive company presentation including information about company structure/organization, ownership, main customers, and offered services as well as organizational diagram including all company locations and showing the total number of FTE (full-time employees), — demonstration of sufficient number of employees with English language, not less than 12 FTE (full-time equivalents). The corresponding form A1-A4 can be downloaded via Negometrix and are to be submitted (uploaded) along with the application for participation of the applicant/tenderer.

III.1.2) Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: — business reports (min. company balance sheet/profit and loss account) of the last 3 closed fiscal years have to be submitted (‘Form A5a’), — company proof of a total turnover of min. 1 000 000 EUR within the last 3 closed fiscal years (‘Form A5a’), — relevant turnover of more than 500 000,00 EUR per annum in the last 3 closed fiscal years (‘Form A5a’), — certification and insurance coverage: company must show their ability to back an ALARP certificate with a ‘Third Party Liability’ insurances with a minimum coverage level of 10 000 000 EUR per incident during the whole duration of the contract or provide a confirmation of cover by the insurers in case of contract award (‘Form A5b’), — business liability insurance for personal injury and property damage with a coverage of at least 10 000 000 EUR per claim or provide a confirmation of cover by the insurers in case of contract award (‘Form A5b’), — business liability insurance for financial loss with a coverage of at least 5 000 000 EUR per claim or provide a confirmation of cover by the insurers in case of contract award (‘Form A5b’), — environmental liability and environmental damage insurance with a coverage of at least 1 000 000 EUR per claim or provide a confirmation of cover by the insurers in case of contract award (‘Form A5b’), — statement of reference to qualification of third parties — borrowing qualifications (Eignungsleihe) — if applicable for financial ability, the applicant has to complete the respective ‘Form A6’ — no insolvency (‘Form A7’) — company not in liquidation (‘Form A8’) The corresponding form A5a-A8 can be downloaded via Negometrix and are to be submitted (uploaded) along with the application for participation of the applicant/tenderer.

III.1.3) Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: — applicant (‘Appl.’), or member of the bidding consortium, must hold a Sect. 7 Cert. (‘Erlaubnisschein’) acc. German Explosives Act (SprengG) to prove general and prof. suitability acc. to SprengG. Please hand in a full certified copy of the Sect. 7 Cert. (‘Erlaubnisschein’), — Appl., or member of the bidding consortium, must name the resp. person acc. Sect. 19 SprengG, and provide a copy of the appointment. Furthermore the processes of; a change of responsibility acc. Sect. 19 SprengG within the comp. during site clearance works, and/or change-over of personnel must be described, — UXO Clearance Op.: Appl. must be able to show proof of 5 project ref. (‘Form A9a’), not older than 3 years, which: —— demonstrate that said Comp. was actively the principal lead in QA/QC during marine UXO clearance campaigns, incl. evidence of their performance, in which projects can be shown to be comparable, in terms of type and difficulty, to the service that is to be awarded (see SOW (Annex 1)); —— demonstrate experience and knowledge in offshore UXO clearance campaigns. Furthermore, the description of the projects must include at least the following information: Name of client (incl. a contact person), Total construction costs of the proj., Start date and duration of each of the proj., Information regarding the functions performed by the Appl. in the respective proj. — UXO risk assessments: the Appl. must be able to demonstrate experience in the drafting of UXO related desktop studies and RAs, that cover the funct. of; UXO risk during cable installation campaigns, and UXO issues for O&M activities. This exp. should be related to at least 5 ref. proj. The description of the relevant ref. must include at least the following information: Name of client (incl. contact person), area of application and focus of study. Furthermore, the Appl. has to show how risk assessments are approached, by providing information incl., but not limited to, the following: — provision of a generic flow chart that shows the input parameters to a risk assessment, — description of method for evaluation of parameters and possible risk mitigation measures, — an example structure of a risk assessment, incl. a typical table of contents, — quality Mgmt. Certification: main Appl. must provide QM certification acc. ISO 9001:2015. The following requirements set by ISO 9001:2015 must be submitted in an appropriate form - sect. 5.2 and 6.2 Processes for sect. 7.2, sect. 7.5.3, sect. 8.1, sect. 8.2.3.2, sect. 8.2.4, sect. 8.4.1, sect. 8.5.1, sect. 8.5.6, sect. 8.6, sect. 8.7.2 and sect. 10.2.2 — project execution plan: during execution of the tasks described in the SOW, consultant shall document their project mgmt. system in a project execution plan (PEP) effective for the services. A draft of the PEP shall reflect all processes/activities (plan, organize, monitor, control, report, analyse, improve) needed for the SOW Appl. should provide examples of the typical contents for a project execution plan that would be used in the following activities described in the SOW. — client briefing for client representatives joining a geophysical survey, — UXO consultancy for cable repairs. Furthermore, Appl. should provide an example of atypical master document register that would be used in a uxo clearance campaign. — Appl. has to demonstrate the ability to operate a sharepoint for document exchange by —— providing an example structure of the share point; —— providing an example work flow; —— providing a description of the access control. — subcontracting (‘Form A9b’); — statement of reference to qualification of third parties — borrowing qualifications. (Eignungsleihe) — if applicable for technical and professional ability, the applicant has to complete the respective Form A10.

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 contracting entity will only accept a joint liability of the consortium. A statement has to be made stating that all members of the bidding 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 pre-qualification 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 Beruf angeben: 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: 2

IV.1.4) Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs

IV.1.8) Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: nein

IV.2) Verwaltungsangaben

IV.2.2) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 13.01.2020 Ortszeit: 12:00

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: 31.05.2020

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 Companies and affiliated companies, which are providing or have been providing offshore UXO geophysical survey, identification and disposal services to TenneT or its subsidiaries are excluded from tendering process in order to avoid conflicts of interest. 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 Via Negometrix under the following link: Internet: platform.negometrix.com/doc/b9145ee0-0d2a-43c6-83ea-97cd77000050/NDA-UXO-ConsQAQC.docx Please carefully read the ‘procedural guide’ made available on Negometrix and follow the given instructions. The application for participation must be submitted electronically (in a standardized data format, such as PDF and MS Office format) via the Negometrix e-Tendering Platform, including all required information and supporting documents. Pre-submission of the application documents by e-Mail/post/fax is not permitted and can lead to exclusion from the tender process. The requests to participate must be submitted in due time and complete by the deadline (see Section IV.2.2). Late submissions cannot be considered. Incomplete sets of documents may lead to exclusion. All documents referred to in point III.1) ‘Conditions of participation’ 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. In the case of a consortium, all parties of the consortium have to hand in the same documents mentioned in Section III.1) ‘Conditions for participation’. 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. §57 SektVO entitles the client to discontinue the award procedure at any time. The period of §160 Abs. 3 No 4 GWB is explicitly pointed out. The contract(s) will be concluded without guaranteed minimum purchase quantities. Authorized to call for this framework agreement are also companies affiliated with the client within the meaning of §§ 15 ff. AktG. Hence, call-offs under this contract can be made by the client (TenneT Offshore GmbH) and/or one of the following authorized entities: — TenneT Offshore 1. Beteiligungsges. mbH, — TenneT Offshore 9. Beteiligungsges. mbH, — TenneT Offshore DolWin3 GmbH and Co. KG, — DC Nordseekabel GmbH and Co. KG, — TenneT TSO GmbH.

VI.4) Rechtsbehelfsverfahren/Nachprüfungsverfahren

VI.4.1) Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Regierung Mittelfranken — Vergabekammer Nordbayern Postfach 606 Ansbach 91511 Deutschland Telefon: +49 981531277 E-Mail: vergabekammer.nordbayern(at)reg-mfr.bayern.de Fax: +49 981531837 Internet: www.regierung.mittelfranken.bayern.de

VI.4.2) Zuständige Stelle für Schlichtungsverfahren Regierung Mittelfranken — Vergabekammer Nordbayern Postfach 606 Ansbach 91511 Deutschland Telefon: +49 981531277 E-Mail: vergabekammer.nordbayern(at)reg-mfr.bayern.de Fax: +49 981531837 Internet: www.regierung.mittelfranken.bayern.de

VI.4.3) Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: Reference is made to the deadline under § 160 (3) No 4 of the Act against Restraints of Competition (GWB – Gesetz gegen Wettbewerbsbeschraenkung). Accordingly, a request for the initiation of a review procedure is prohibited if more than 15 calendar days have passed after receipt of the notification from the client that they do not wish to remedy a complaint.

VI.4.4) Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Regierung Mittelfranken — Vergabekammer Nordbayern Postfach 606 Ansbach 91511 Deutschland Telefon: +49 981531277 E-Mail: vergabekammer.nordbayern(at)reg-mfr.bayern.de Fax: +49 981531837 Internet: www.regierung.mittelfranken.bayern.de

VI.5) Tag der Absendung dieser Bekanntmachung Tag: 27.11.2019

Veröffentlichung

Geonet Ausschreibung 30545 vom 03.12.2019