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

Drucken

Titel

Geophysikalische Untersuchungen

Vergabeverfahren

Öffentliche Ausschreibung
Dienstleistungsauftrag (VOL/VOF)

Auftraggeber

TenneT TSO GmbH
Bernecker Straße 70
95448 Bayreuth

Ausführungsort

DE-95448 Bayreuth

Frist

12.07.2021

TED Nr.

295193-2021

Beschreibung

Abschnitt I: Auftraggeber

I.1) TenneT Offshore GmbH

Amtsgericht Bayreuth: HRB 4516

Bernecker Straße 70

95448 Bayreuth

Deutschland

Kontaktstelle(n): Yvette Ohlms

Telefon: +49 5132896897

E-Mail: yvette.ohlms(at)tennet.eu

Internet: http.:www.tennet.eu/de/

Internet: http.:platform.negometrix.com/PublishedTenders.aspx?tenderid=176965

I.2) Gemeinsame Beschaffung

I.3) Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: Internet: http.:platform.negometrix.com/PublishedTenders.aspx?tenderid=176965 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: Offshore Grid GE — Geotechnical and Geophysical Survey Platform Locations — BalWin Referenznummer der Bekanntmachung: SCM-DC-LPO

II.1.2) CPV-Code Hauptteil 71351710

II.1.3) Art des Auftrags Dienstleistungen

II.1.4) Kurze Beschreibung: The objective of this tender procedure is the execution of geophysical and geotechnical soil investigations in order to obtain subsoil information in accordance with the BSH Standards at the three platform locations of BalWin1, 2 and 3, which is suitable to progress the design and installation requirements for the offshore converter station.

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) 71351920, 71352000, 71352110, 71353100

II.2.3) Erfüllungsort NUTS-Code: DE Hauptort der Ausführung: Deutsche Bucht/North Sea, German territorial waters and EEZ.

II.2.4) Beschreibung der Beschaffung: The objective of this tender procedure is the execution of geophysical and geotechnical soil investigations in order to obtain subsoil information in accordance with the BSH Standards at the three platform locations of BalWin1, 2 and 3, which is suitable to progress the design and installation requirements for the offshore converter station.

II.2.5) Zuschlagskriterien Die nachstehenden Kriterien Kostenkriterium - Name: Quality criterion — Name: Technical concept / Gewichtung: 35, Kostenkriterium - Name: Quality criterion — Name: Contractual conditions / Gewichtung: 25, Kostenkriterium - Name: Quality criterion — Name: SHE concept / Gewichtung: 5, Kostenkriterium - Name: Price / Gewichtung: 35

II.2.7) Laufzeit des Vertrags, der Rahmenvereinbarung, des dynamischen Beschaffungssystems oder der Konzession Beginn: 27.10.2021, Ende: 27.02.2022, Dieser Auftrag kann verlängert werden: nein

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 Submission of requests to participate by E-Mail, post or fax is not permitted. All documents to be uploaded via Negometrix only. A violation of this can lead to exclusion of the candidate.

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:

1.1.1. The applicant has to complete, sign, stamp and upload at the attached Form A1. If applicable as per the below (bidding consortium), Form A2 also has also to be completed, signed, stamped and uploaded. The application as a bidding consortium is admitted. A bidding consortium is treated like an individual applicant (Section 50 para. 2 SektVO). If applicants are addressed in the tender documents, this also refers to the joint form of participation of a bidding consortium. In this respect, regulations which specifically are related to bidding consortia, exclusively use the term ‘Bidding Consortium’.

1) Nomination of an Authorized Representative The bidding consortium shall nominate an authorized representative for the conclusion and implementation of the contract and who signs Form A1 to this information memorandum. The authorized representative shall be available to the contracting entity as the contact person of the bidding consortium in this tendering procedure.

2) Conditions for Evidence of Qualification Members of the bidding consortium shall jointly complete the form ‘Statement of Bidding Consortium’ (Form A2), which also names the authorized representative. For the evaluation of the qualification all documents submitted by the bidding consortium will have to be considered.

1.1.2. Please provide an up-to-date extract of commercial register (or similar), not older than 3 months at the time of expiry of the participation period for the applying company. For bidding consortia each member must provide the respective extract.

1.1.3. Please provide a 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 equivalent). In case of a consortium the structure of the consortium is to be presented, not the structure of each individual Company.

1.1.4. Please re-confirm that no grounds for exclusion under §§ 123, 124 GWB exist and provide the respective self-declaration using the attached Form A7.

III.1.2) Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien:

1.2.1. Evidence of economic and financial capacity shall be provided by the submission of annual business reports (min. company balance sheet/profit and loss account) of the past 3 closed financial years. In particular, proof of an average minimum revenue of EUR 3 000 000.00 must be provided for the past three closed financial years. In the case of a bidder consortium the aforementioned sales are based on the cumulative turnover of the consortium partners. For each individual bidder or consortium partner, the total turnover of the group is deemed to be 100 % owned by the group parent company.

1.2.2. Please provide proof existing ‘professional or business liability’ insurance with a minimum coverage level of EUR 5 000 000.00 per incident during the whole duration of the contract (min. 3 years) or provide a confirmation of cover by the insurers in case of contract award. Please provide proof of existing Protection and Indemnity (P&I, Marine Liability Insurance) with a coverage of at least USD 50 000 000.00 or provide a confirmation of cover by the insurers in case of contract award. Please provide proof of existing business liability insurance for financial loss with a coverage of at least EUR 5 000 000.00 per claim (incl. duration of the insurance) or provide a confirmation of cover by the insurers in case of contract award. Please provide proof of existing environmental liability and environmental damage insurance with a coverage of at least EUR 10 000 000.00 per claim (incl. duration of the insurance) or provide a confirmation of cover by the insurers in case of contract award.

1.2.3. The applicant declares that no insolvency or similar proceedings have been instituted or the opening has been requested or the application has been rejected for lack of assets or a final confirmation of the insolvency administrator of the Bankruptcy Trustee that an insolvency plan (§ 258 InsO) is available.

1.2.4. The applicant declares that the company is not in Liquidation.

III.1.3) Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien:

1.3.1. Proof of experience is required in the area of the services to be awarded by stating at least ten appropriate reference contracts/jobs with at least EUR 500 000.00 executed in last 5 years, two of them within in the last 12 month, which by type and difficulty are comparable to the service to be awarded here and the features described in the Scope of Work (Anlage 1). No UXO references! The following information should be included in a short reference summary: — name of the client (including contact person in case of queries), — place of execution of the project, — total cost of the (survey) project, — duration of the contract, — year of execution of the contract, — description of the main tasks that have been performed by your entity. Please also state which parts of the contracts are intended to be awarded as subcontracts.

1.3.2. An applicant, also as a members of a bidding consortium, may use the abilities of third parties (such as subcontractors) to prove his or her performance and expertise, regardless of the legal nature between him and these third parties.

1) Conditions for evidence of qualification Any third party whose qualifications are referred to, is required to complete the form ‘Statement of Reference to Qualification of Third Parties’ (Annex A3), sign and submit it together with the bid of the applicant. In addition, that third party must demonstrate its economic, financial, technical and professional performance in accordance with the requirements set out in the EU Notice and this information memorandum, using the forms provided by the contracting party to the extent the applicant refers to. Irrespectively, the third party, on whose qualification the applicant refers to, must also individually and completely prove his or her ability and permit to professional practice and the non-existing grounds for exclusion specified in Section 123 and Section 124 GWB according to this information memorandum.

2) Evidence of professional Performance An applicant may only use the capacity of other economic actors to provide the required professional performance if they provide the service for which those capacities are needed.

3) Review by the contracting Party Within the scope of the qualification test, the contracting party reviews whether the third-party company, whose capacity the applicant wishes to use for the fulfillment of qualification criteria, fulfills the corresponding qualification criteria and whether grounds for exclusion exist. If the third party company does not fully meet the appropriate qualification criteria or if mandatory grounds for exclusion exist, the applicant must replace the third party company. The contracting party reserves the right to demand the replacement of the third party company if optional grounds for exclusion exist, pursuant to Section 124 GWB. For that purpose, the applicant has a reasonable deadline.

4) Joint liability The contracting party requires that the applicant and the third party company are jointly liable for execution of the order in accordance with the scope of borrowing qualification, Section 47 para. 3 SektVO.

III.1.4) Objektive Teilnahmeregeln und -kriterien

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 confirming 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 call for competition 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

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: 12.07.2021, Ortszeit: 15:30

IV.2.3) Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber Tag: 26.07.2021

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: 28.02.2022

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

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: http.: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: http.: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 Wettbewerbsbeschränkungen). According to this provision, a request for review of a review procedure is inadmissible if more than 15 calendar days have elapsed after receipt of the contracting entity's notification that it is unwilling to redress 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: http.:www.regierung.mittelfranken.bayern.de

VI.5) Tag der Absendung dieser Bekanntmachung Tag: 07.06.2021

Veröffentlichung

Geonet Ausschreibung 38026 vom 14.06.2021