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 "2021021909355688716" in Archived Documents Library (TED-ADL)


Ausschreibung: Transport zu Wasser und zugehörige Dienste - DE-Stuttgart
Transport zu Wasser und zugehörige Dienste
Dokument Nr...: 88469-2021 (ID: 2021021909355688716)
Veröffentlicht: 19.02.2021
*
  DE-Stuttgart: Transport zu Wasser und zugehörige Dienste
   2021/S 35/2021 88469
   Auftragsbekanntmachung  Sektoren
   Dienstleistungen
   Rechtsgrundlage:
   Richtlinie 2014/25/EU
   Abschnitt I: Auftraggeber
   I.1)Name und Adressen
   Offizielle Bezeichnung: EnBW He Dreiht GmbH
   Postanschrift: Schelmenwasenstr. 15
   Ort: Stuttgart
   NUTS-Code: DE11 Stuttgart
   Postleitzahl: 70567
   Land: Deutschland
   E-Mail: [6]g.peters@enbw.com
   Internet-Adresse(n):
   Hauptadresse: [7]www.enbw.com
   I.3)Kommunikation
   Die Auftragsunterlagen stehen für einen uneingeschränkten und
   vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
   [8]https://www.tender24.de/NetServer/TenderingProcedureDetails?function
   =_Details&TenderOID=54321-Tender-177162b0fd2-512e7bf0e8511be1
   Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
   Angebote oder Teilnahmeanträge sind einzureichen elektronisch via:
   [9]www.tender24.de
   I.6)Haupttätigkeit(en)
   Strom
   Abschnitt II: Gegenstand
   II.1)Umfang der Beschaffung
   II.1.1)Bezeichnung des Auftrags:
   Transport and Installation of Foundations for the Offshore Windfarm
   EnBW He Dreiht
   Referenznummer der Bekanntmachung: EnBW-2021-0007
   II.1.2)CPV-Code Hauptteil
   60600000 Transport zu Wasser und zugehörige Dienste
   II.1.3)Art des Auftrags
   Dienstleistungen
   II.1.4)Kurze Beschreibung:
   The Tendering Company plans the installation of the Offshore Wind Farm
   EnBW He Dreiht with 900 MW grid capacity, approximately 90 km of the
   North Sea coast.
   The tenderer shall bid for the foundation transport and installation
   (TI) scope.
   The scope includes the following main points:
    TI scour protection incl. supply of rock material,
    Handling, storage and logistics at the base port,
    TI monopile (MP),
    TI anode cage (AC) and transition piece (TP) incl. grouted
   connection,
    Rest works, secondary works & potential repair works.
   Start of offshore works is Q1 2024.
   II.1.5)Geschätzter Gesamtwert
   II.1.6)Angaben zu den Losen
   Aufteilung des Auftrags in Lose: nein
   II.2)Beschreibung
   II.2.3)Erfüllungsort
   NUTS-Code: DE11 Stuttgart
   Hauptort der Ausführung:
   German EEZ  North Sea, HeDreiht (Germany).
   II.2.4)Beschreibung der Beschaffung:
   As per planned tendering scope the Tenderer shall be capable and take a
   full responsibility for the transport and installation of foundations
   as well as the secondary, rest and repair works. A summary is given in
   the following listing:
    vessel and rock material for scour protection, transport and
   Installation,
    Harbour site and logistics at the base port,
    vessel for monopile (MP) transport and installation,
    vessel for anode cage (AC) and transition piece (TP) transport and
   installation including grouted connection,
    impact hammer incl. noise absorber (IHC PULSE/ MENCK MNRU),
    pile near noise mitigation systems,
    state of the art far field noise mitigation system incl. necessary
   vessel with state of the art compressors,
    measurement of noise emission (including online measurement),
    vessel(s) and for rest works, secondary works and potential repair
   works.
   Tenderer should consider that ongoing and future driveability studies
   until contract signing might result in a limitation of the suitable
   hammers and noise absorber due to required impact capacity. Results of
   the studies executed by the Tendering Company will be shared with the
   tenderer upon availability.
   The tendering company reserves its right to exclude a non suitable
   hammer incl. noise absorber after final driveability assessments and a
   test of noise absorber unit under offshore conditions.
   If required, the tendering company is open to enter into a reservation
   agreement.
   In case the tenderer intents to use the NMS including a positioning
   template the tenderer shall proof the capability of his equipment to
   handle the total weight of approx. 2500t of a NMS with fixed template.
   Specifications of a conceptual design of the IHC IQIP NMS with template
   will be shared with the qualified tenderer.
   For details of foundation design and site data please see the attached
   document Annex tender notice_design parameter and site data.
   II.2.5)Zuschlagskriterien
   Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind
   nur in den Beschaffungsunterlagen aufgeführt
   II.2.6)Geschätzter Wert
   II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
   dynamischen Beschaffungssystems
   Beginn: 01/01/2022
   Ende: 31/10/2024
   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: ja
   Beschreibung der Optionen:
   1) The contract can be prolonged, if necessary;
   2) A Reservation Agreement can be set up, if necessary;
   3) Please note that there are two cases for the pile near noise
   mitigation system in the offer submission phase: Base Case (IHC NMS
   10000) is obligatory and alternative case, which is optional.
   Further information will be submitted with ITT.
   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:
   1) Please state the registration number (in Germany e.g. from the
   trade/commercial register) for your company;
   2) Please confirm that your company complies with legal requirements
   and has the necessary entries in the official directories/registers.
   (in Germany e.g. entries in the trade register, commercial register,
   chamber of architects and engineers, bar association, membership of the
   IHK, professional register, etc...);
   3) Is your company a shareholder of some utility company?
   4) Please provide a proof for a third party liability;
   5) Does your company have environmental protection policies (e.g. code
   of conduct, corporate guidelines, regulations or similar)? if yes,
   please provide more information on the policies which are already in
   place (code of conduct,corporate guidelines);
   6) Does your company have a company policy with environmental targets?
   Please provide your company policy (e.g. policy, golden rules, targets)
   signed by management;
   7) Are there any pending proceedings against your company for
   environmental violations? If yes, please provide evidence  e.g.
   official letter of management;
   8) Does your company use organisational and procedural measures
   designed to prevent infringements of laws and regulations, especially
   in the areas of corruption and antitrust law? If yes, please provide
   more information on the measures which are already in place at your
   company (code of conduct, training sessions, regulations for handling
   gifts in relation to business partners);
   9) Is your company committed to the principles of sustainable corporate
   management taking into account commonly accepted human rights, social,
   ethical and ecological standards (e.g. German Sustainability Code
   (DNK), UN Global Compact, ISO 26000)? If yes, please provide more
   information on which areas are subject to sustainable corporate
   management (Employees, Environmental protection, Society);
   10) Does your company report regularly (e.g. annually) on your
   sustainability performance? If yes, please provide more information on
   which reports you publish (sustainability report, annual report);
   11) Does your product range exclusively cover materials and not
   services?
   If no, please confirm that your company complies with all of the laws
   and regulations relating to occupational safety, operational safety and
   hazardous and biological substances in each country in which the
   service is provided (in Germany e.g. the German Occupational Safety Act
   (ArbSchG), ...).
   In relation to the services to be provided in Germany, especially in
   and at facilities operated by the EnBW Group, please confirm that your
   company will carry out risk assessments for your employees in
   accordance with the German Occupational Safety Act (ArbSchG) and, where
   relevant, the German Ordinance on Hazardous Substances, the German
   Operational Safety Ordinance and the Biological Agents Ordinance before
   starting the work to be performed.
   Note: an occupational safety law governs the fundamental occupational
   safety obligations of the employer, the obligations and rights of
   employees and the monitoring of occupational safety in accordance with
   this law for all fields of activity (also for office work).
   12) Please confirm that no person at your company belonging to the
   administrative, management or supervisory boards or with powers of
   representation, decision-making or control has been convicted within
   the last 3 years of one of the following offences and that the company
   itself has not been issued with a fine (in Germany § 30 of the Act on
   Regulatory Offences (OwiG)) because of these offences (corresponds in
   Germany to the catalogue of offences in § 123 (1) of the Act against
   Restraints on Competition (GWB)).
    forming criminal or terrorist organisations domestically or abroad
   (in Germany: §§ 129, 129a and 129b of the German Criminal Code),
    financing terrorism or participation in such a crime (in Germany: §
   89c of the German Criminal Code),
    the provision or collection of financial resources with the knowledge
   that these financial resources will be used or are intended to be used,
   wholly or in part, for the preparation of a serious violent offence
   endangering the state (in Germany: a crime according to § 89a (2) no. 2
   of the German Criminal Code),
    money laundering or the concealment of unlawfully obtained assets (in
   Germany: § 261 of the German Criminal Code),
    fraud against the budget of the European Union or against budgets
   administered by the European Union or on its behalf (in Germany: § 263
   of the German Criminal Code),
    subsidy fraud against the budget of the European Union or against
   budgets administered by the European Union or on its behalf (in
   Germany: § 264 of the German Criminal Code),
    taking and giving bribes in commercial practice (in Germany: § 299 of
   the German Criminal Code),
    bribing delegates (in Germany: § 108e of the German Criminal Code),
    granting an undue advantage and bribery (in Germany: § 333 and 334 of
   the German Criminal Code, in both cases also in connection with the
   bribery of foreign and international officials § 335a),
    bribery of foreign public officials in international business
   transactions (in Germany: § 2 of the German Act Against International
   Bribery),
    human trafficking, forced prostitution, forced labour, exploitation
   of labour, exploitation based on the threat of a deprivation of freedom
   (in Germany: §§ 232, 232a (1) to (5) and §§ 232b to 233a of the German
   Criminal Code).
   13) Has your company had a conviction or being issued with a fine due
   to comparable regulations in other states is equivalent to a conviction
   or the issuing of a fine in the sense of the above named German
   regulations?
   14) In the event that the relevant conviction or administrative
   decision was due to the offences stated in question 12 please state the
   date of the conviction/administrative decision, who was convicted,
   reason of conviction, length of the period of exclusion from
   procurement contracts;
   15) In the event that the relevant conviction or administrative
   decision was due to the offences stated in question 12 please confirm
   that your company has regained its reliability as a bidder under
   contract law using organisational measures (self-cleaning). In this
   case please attach corresponding verification/documents;
   16) Please confirm that no insolvency proceedings or equivalent
   proceedings have been petitioned or initiated against our company and
   the initiation of such proceedings has not been rejected due to a lack
   of assets and that the company is not in the process of liquidation and
   has not ceased its activities. (in Germany according to §124 (1) No 2
   of the GWB);
   17) Please confirm that your company complies with its obligations to
   pay taxes, duties and social security contributions and no court
   judgements or definitive administrative decisions exist in this context
   or that your company has made these payments or has obligated itself to
   the payment of these taxes, duties and social security contributions
   including interest, late payment fees and penalties. (in Germany
   according to §123 (4) No 1 of the GWB). If no, please describe the
   proceedings and explain why you are nevertheless still able to fulfil
   contracts for the EnBW. Please state, if it is possible to access this
   information electronically and please state the source;
   18) Please confirm that your company remunerates all employees in
   accordance with the legal requirements valid in each country in which
   the service is provided. (in Germany §1 German Minimum Wage Law);
   19) Social and ethical standards.
   Does your company require your sub-suppliers to commit to the
   principles of internationally recognized social or ethical standards?
   If so, please mention standards such as SA 8000, Ethical Trading
   Initiative (ETI) Base Code, Investors in People, Global Reporting
   Initiative or UN Global Compact;
   20) Social and ethical standards.
   Can your company demonstrate that compliance with internationally
   accepted labor standards is taken into account when evaluating and
   selecting sub-suppliers?
   21) Does your company have a quality management system  ideally
   certified by an official body (e.g. ISO 9001 or comparable)? Please
   provide evidence  e.g. certifications, official letter of management,
   other evidence like the last audit report;
   22) Does your company have an Environmental Management System  ideally
   certified by an official body (e.g. ISO 14001 or comparable)?
   Please provide evidence  e.g. certifications, official letter of
   management, other evidence like the last audit report.
   23) Does your company have an occupational health and safety system 
   ideally certified by an official body (e.g. ISO 45001 or 18001 or
   comparable)? Please provide evidence  e.g. certifications, official
   letter of management, other evidence like the last audit report;
   24) Has your company implemented a system to monitor and/or reviewing
   compliance with Occupational health and safety standards?
   25) Is the evaluation and selection of your subcontractors based on
   occupational health and safety standards according to the EU standards?
   26) Does your company have a company policy with Health and Safety
   targets? Please provide your company policy (e.g. policy, golden rules,
   targets) signed by management;
   27) Is the Federal Data Protection Act (BDSG) in combination with the
   General Data Protection Regulation (DSGVO) in its most recent version
   applicable for your products and services?
   28) Can you confirm to act according to the valid Federal Data
   Protection Act in the event of an order?
   III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
   Auflistung und kurze Beschreibung der Eignungskriterien:
   1) Please state the number of your company employees of the last 3
   years;
   2) Please provide the company balance sheets of the last 3 years;
   3) Please provide a current creditworthiness proof, e.g. bank
   information or self-assessment from an established credit reporting
   agency.
   III.1.3)Technische und berufliche Leistungsfähigkeit
   Auflistung und kurze Beschreibung der Eignungskriterien:
   1) How large is your in-house staff that is employed in offshore
   projects?
   2) Please provide evidence about your offshore HSE experience and your
   company HSE statistics. At least 1 offshore project showing the HSE
   experience;
   3) Technical/track record.
   Please provide a proof of work of your company or the companys
   employees regarding planning, engineering, transport and installation
   of at least one Offshore Wind projects from the last 5 years.
   Minimum proofs include customer, year of work, scope of delivery and
   services.
   4) Please provide a proof (self-declaration) of access to/and
   availability of vessel(s) for scour protection installation, monopile
   installation, transition piece installation incl. grouted connection,
   secondary works, rest works, repair works;
   5) Please provide a proof (self-declaration) of a vessel suitability in
   regard to sufficient deck space and crane capacity, lifting
   height/crane outreach:
    to handle the respective foundation (see Annex tender notice_design
   parameter and site data);
    installation with the IHC IQIP near pile noise mitigation systems
   (NMS 10000).
   III.1.4)Objektive Teilnahmeregeln und -kriterien
   Auflistung und kurze Beschreibung der Regeln und Kriterien:
   Please submit your tender application only via the tender tool
   [10]www.tender24.de. Tender applications submitted via emails will be
   excluded from the tender.
   Tenderer shall submit the requested information (self-declaration) in
   such a way that the Tendering Company can add comments/ request
   (editable format).
   III.1.7)Wesentliche Finanzierungs- und Zahlungsbedingungen und/oder
   Hinweise auf Vorschriften, in denen sie enthalten sind:
   To be negotiated.
   III.1.8)Rechtsform, die die Unternehmensgruppe, der der Auftrag erteilt
   wird, haben muss:
   Jointly liable
   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.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
   Der Auftrag fällt unter das Beschaffungsübereinkommen: ja
   IV.2)Verwaltungsangaben
   IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
   Tag: 18/03/2021
   Ortszeit: 15:00
   IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur
   Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
   Tag: 22/03/2021
   IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge
   eingereicht werden können:
   Englisch
   IV.2.6)Bindefrist des Angebots
   Das Angebot muss gültig bleiben bis: 28/02/2022
   Abschnitt VI: Weitere Angaben
   VI.1)Angaben zur Wiederkehr des Auftrags
   Dies ist ein wiederkehrender Auftrag: nein
   VI.3)Zusätzliche Angaben:
   VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
   VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
   Offizielle Bezeichnung: Vergabekammer Baden-Württemberg
   Postanschrift: Durlacher Allee 100
   Ort: Karlsruhe
   Postleitzahl: 76137
   Land: Deutschland
   Telefon: +49 721-926-8730
   Fax: +49 721-926-3985
   VI.4.2)Zuständige Stelle für Schlichtungsverfahren
   Offizielle Bezeichnung: Vergabekammer Baden-Württemberg
   Postanschrift: Durlacher Allee 100
   Ort: Karlsruhe
   Postleitzahl: 76137
   Land: Deutschland
   Telefon: +49 721 / 926-8730
   Fax: +49 721-926-3985
   VI.4.3)Einlegung von Rechtsbehelfen
   Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:
   A review procedure is admissible only if the applicant has recognized
   the alleged infringement of procurement rules prior to the submission
   of the request for review and has complained to the contracting
   authority within 10 calendar days, and has submitted a request for
   initiation of a review procedure within 15 calendar days after the
   contracting authority has notified that it is unwilling to redress the
   complaint (see in particular Act against Restraints of Competition §160
   (3) GWB).
   VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen
   erteilt
   Offizielle Bezeichnung: Vergabekammer Baden-Württemberg
   Postanschrift: Durlacher Allee 100
   Ort: Karlsruhe
   Postleitzahl: 76137
   Land: Deutschland
   Telefon: +49 721-926-8730
   Fax: +49 721-926-3985
   VI.5)Tag der Absendung dieser Bekanntmachung:
   15/02/2021
References
   6. mailto:g.peters@enbw.com?subject=TED
   7. http://www.enbw.com/
   8. https://www.tender24.de/NetServer/TenderingProcedureDetails?function=_Details&TenderOID=54321-Tender-177162b0fd2-512e7bf0e8511
be1
   9. http://www.tender24.de/
  10. http://www.tender24.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