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

Drucken

Titel

Leistung der Onshore- und Offshore-Dienste

Vergabeverfahren

Öffentliche Ausschreibung
Dienstleistungsauftrag (VOL/VOF)

Auftraggeber

TenneT
Utrechtseweg 310
6812 AR Arnhem

Ausführungsort

DE-95448 Bayreuth

Frist

21.01.2019

TED Nr.

553598-2018

Beschreibung

Abschnitt I:

I.1) TenneT Offshore GmbH

Bernecker Straße 70

95448 Bayreuth

Fax: +49 92150740-4452

Telefon: +49 513289-2321

E-Mail: corinna.natelberg(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: 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.2.7) 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 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.2.7) 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 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 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: 3

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: 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 (Internet: platform.negometrix.com/PublishedTenders.aspx. *** 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 https://platform.negometrix.com/PublishedTenders.aspx?tenderid=107976 *** 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: 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 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

VI.4.4) Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Regierung Mittelfranken — Vergabekammer Nordbayern 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: 13.12.2018

Veröffentlichung

Geonet Ausschreibung 27097 vom 19.12.2018