(1) Searching for "2021091409132710470" in Archived Documents Library (TED-ADL)
Ausschreibung: Installation von Mess-, Kontroll-, Prüf- und Navigationsgeräten - DE-Bayreuth
Installation von Mess-, Kontroll-, Prüf- und Navigationsgeräten
Softwareprogrammierung und -beratung
Dokument Nr...: 464710-2021 (ID: 2021091409132710470)
Veröffentlicht: 14.09.2021
*
DE-Bayreuth: Installation von Mess-, Kontroll-, Prüf- und Navigationsgeräten
2021/S 178/2021 464710
Auftragsbekanntmachung Sektoren
Dienstleistungen
Rechtsgrundlage:
Richtlinie 2014/25/EU
Abschnitt I: Auftraggeber
I.1)Name und Adressen
Offizielle Bezeichnung: TenneT Offshore GmbH
Nationale Identifikationsnummer: Amtsgericht Bayreuth: HRB 4516
Postanschrift: Bernecker Straße 70
Ort: Bayreuth
NUTS-Code: DE Deutschland
Postleitzahl: 95448
Land: Deutschland
Kontaktstelle(n): Carsten Heinrich
E-Mail: [6]carsten.heinrich@tennet.eu
Telefon: +49 5132892421
Internet-Adresse(n):
Hauptadresse: [7]https://www.tennet.eu/de/
Adresse des Beschafferprofils:
[8]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=18144
4
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und
vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
[9]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=18144
4
Weitere Auskünfte erteilen/erteilt folgende Kontaktstelle:
Offizielle Bezeichnung: TenneT Offshore GmbH
Nationale Identifikationsnummer: Amtsgericht Bayreuth: HRB 4516
Postanschrift: Mergelfeld 25B
Ort: Lehrte
NUTS-Code: DE Deutschland
Postleitzahl: 31275
Land: Deutschland
Kontaktstelle(n): Carsten Heinrich
E-Mail: [10]carsten.heinrich@tennet.eu
Internet-Adresse(n):
Hauptadresse: [11]https://www.tennet.eu/de/
Angebote oder Teilnahmeanträge sind einzureichen elektronisch via:
[12]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=1814
44
Im Rahmen der elektronischen Kommunikation ist die Verwendung von
Instrumenten und Vorrichtungen erforderlich, die nicht allgemein
verfügbar sind. Ein uneingeschränkter und vollständiger direkter Zugang
zu diesen Instrumenten und Vorrichtungen ist gebührenfrei möglich
unter:
[13]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=1814
44
I.6)Haupttätigkeit(en)
Strom
Abschnitt II: Gegenstand
II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:
Structrual Health Monitoring (SHM)
II.1.2)CPV-Code Hauptteil
51200000 Installation von Mess-, Kontroll-, Prüf- und
Navigationsgeräten
II.1.3)Art des Auftrags
Dienstleistungen
II.1.4)Kurze Beschreibung:
The Contractor's scope of services includes in particular the
installation of a Structural Health Monitoring System (SHM System) on
the HVDC platforms. On 9 HVDC platforms which are in operation, the
installation of the SHM system shall be carried out offshore during
operation. For the 3 HVDC platforms which are under construction or in
the planning phase, the installation of the SHM system takes place in
the respective shipyard during the construction phase. In connection
with the installation of the SHM system, a platform-specific monitoring
concept has to be developed that is based on periodic data
determination. Therefor periodic reporting should be implemented. In
addition to the immediate detection of beyond-design-basis events and
changes in the foundation structure, this should also enable the total
service life of the structures to be recorded mathematically.
II.1.5)Geschätzter Gesamtwert
Wert ohne MwSt.: 3 250 000.00 EUR
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: nein
II.2)Beschreibung
II.2.2)Weitere(r) CPV-Code(s)
72200000 Softwareprogrammierung und -beratung
51200000 Installation von Mess-, Kontroll-, Prüf- und
Navigationsgeräten
II.2.3)Erfüllungsort
NUTS-Code: DE Deutschland
Hauptort der Ausführung:
North Sea - German Bight
Onshore installation:
Spain - Cadiz
and another shipyard which is not determined yet.
II.2.4)Beschreibung der Beschaffung:
The contractor shall develop and install a monitoring concept for the
support structures of the 12 platforms included in the tender scope.
The monitoring concept should take into account, among others, the most
important dynamic parameters to be determined for system
identification, such as.
1. natural frequencies and mode shape
2. damping
3. vibration intensity
4. trend maps
Additional monitoring methods, such as strain gauges and inclination
sensors, can also be used to enhance the results from the environmental
vibration monitoring and to provide a complete system identification
intended for checking the agreement between the computational model and
the actual bearing behaviour. It is intended to include additional
strain gauges for monitoring the HVDC platforms.
The evaluation of the vibration behaviour should allow a root cause
analysis to be carried out to identify the type of significant
degradation caused by, for example, long-term corrosion, overloading,
fatigue, scouring and problems with grouted connections. Any damage
caused by the above problems would lead to changes in the dynamic
behaviour of the structure and should therefore be detected by the
vibration monitoring system.
It is important that the computational models are able to isolate the
sources of damage, locate damaged areas and provide as much useful
information as possible to identify the causes affecting structural
integrity so that appropriate measures can be planned. This should be
analysed and reported by the contractor on a regular basis.
II.2.5)Zuschlagskriterien
Die nachstehenden Kriterien
Qualitätskriterium - Name: Technical concept / Gewichtung: 35%
Qualitätskriterium - Name: Contract terms / Gewichtung: 25%
Qualitätskriterium - Name: HSE / Gewichtung: 5%
Preis - Gewichtung: 35%
II.2.6)Geschätzter Wert
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
dynamischen Beschaffungssystems
Beginn: 25/01/2022
Ende: 31/12/2026
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:
OPTION 1: Monitoring of the operating structure & substructure during
temporary conditions
The Contractor must ensure that the SHM remains functional and provides
reliable and accurate results of the structural behaviour during the
load-out and sea transport. In particular, the fatigue damage
accumulated during transport and ULS (extreme) loads that occur during
transport are to be recorded
OPTION 2: Local scour monitoring
In addition to the basic SHM equipment, the Contractor must offer to
install a local scour monitoring system for the platform foundation as
an option. The scope of supply includes all required sensors, cabling,
distribution boxes, fixings and other additional equipment.
The Contractor shall make the most use possible of the arrangement and
fitments of the basic SHM system. Where possible, the cables are to be
laid in existing cable routes and if additional wiring is required,
this is to be provided by the Contractor. The scour sensors are
to be connected to the data acquisition system and integrated in the
same frame as the SHM system. The Contractor is requested to install a
Multibeam Sonar scour sensor for each location to evaluate the crater
progress over time.
The final arrangement and the exact location of the sensor on each
foundation to be monitored is agreed between the Contractor and the
Client.
All specifications defined for the basic SHM also apply to this
optional scope. Underwater activities should be avoided as far as
possible, especially with respect to maintenance acquirements, and
preventative maintenance activities should never be required more
frequently than on an annual basis.
The following applies to both options: The Contractor must submit an
offer for the services described above; the Client will also take this
into account in its offer evaluation, but is not obligated to draw the
negotiated options in the event that a concrete need materializes, but
is free to also retender and award the optionally tendered scope.
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 four
candidates. 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:
Proof must be provided by presenting the following documents, which
represent minimum conditions:
(a) Extract of professional or trade register
Proof of registration in a professional or trade register of the
country in which the applicant is established, which
must be no more than three months old at the time of expiry of the time
limit for submitting an application for
participation and
(b) Declaration that no grounds for exclusion under §§123,124 GWB
exists (corresponding form Annex_A7) and
(c) Business organization
The applicant and each member of a bidding consortium shall submit a
presentation of the business
organization as part of their application for participation, including
references to the business model
(corresponding form Annex_A1 and, if applicable, form Annex_A2).
***
Please follow the instructions given in the "Procedure_guidelines" that
can be downloaded from Negometrix.
The form "Annex_A4" should be used for verification purposes.
***
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.
***
The corresponding form Annex_A1-A4 and A7 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:
- Annual reports (at least company balance sheet/profit and loss
account) of the last 3 years must be submitted;
- Proof of a minimum of an average annual turnover of EUR 6,500.000.00
must be provided for the past three years;
- In the case of a consortium, the aforementioned turnover shall be
based on the cumulative turnover of the consortium partners, whereby
the total turnover of the group shall apply to each individual bidder
or consortium partner in the case of a group integration, provided that
the bidder or consortium partner is 100% owned by the group parent
company;
- Please provide proof of existing business liability insurance with
customary market conditions (General Third Party Liability Insurance)
to cover all possible claims of third parties from contractual and
legal liability, i.e. a limit of at least EUR 3,000,000 per claim for
personal injury, property damage and resulting financial loss.
The above-mentioned minimum coverage amounts can be demonstrated by a
certificate from the insurer that the applicant is willing to cover the
above-mentioned coverage amounts in the event of an award, including a
letter of confirmation from the applicant to conclude these in the
event of an award.
***
Please follow the instructions given in the "Procedure_guidelines" that
can be downloaded from Negometrix.
The form "Annex_A5" should be used for verification purposes.
***
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.
***
The corresponding form Annex_A5 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:
- Certification according to ISO 9001:2015
- Evidence of at least 2 reference projects each, not longer than 3
years ago 1) that required planning and implementation of structural
monitoring of offshore platforms and/or offshore wind turbines 2) that
involved a continuous or periodic and automated method for determining
and monitoring the condition correlating (operational) monitoring
results with the analysis results of a reference FE model
- Availability of personnel with offshore certificates (GWO, HUET):
minimum 4 latest at the time of commissioning.
- Availability of capacity in Q1 2022 to provide detailed design by
mid-March 2022 and installation on DW6 as of mid-April 2022
***
Please follow the instructions given in the "Procedure_guidelines" that
can be downloaded from Negometrix.
The form "Annex_A6" should be used for verification purposes.
***
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.
***
The corresponding form Annex_A6 can be downloaded via Negometrix and
are to be submitted (uploaded) along
with the application for participation of the applicant / tenderer.
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.
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 einem einzigen Wirtschaftsteilnehmer
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: 15/10/2021
Ortszeit: 09:00
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:
Englisch
IV.2.6)Bindefrist des Angebots
Das Angebot muss gültig bleiben bis: 30/06/2022
Abschnitt VI: Weitere Angaben
VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.3)Zusätzliche Angaben:
Please consider all documents are provided on Negometrix
([14]https://platform.negometrix.com/
PublishedTenders.aspx?tenderid=181444).
***
Please read carefully the "Procedure_guidelines" 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 "Procedure_guidelines" 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.
***
§57 SektVO entitles the client to discontinue the award procedure at
any time.
***
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
[15]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=1814
44
***
Authorized to call for this framework agreement are also companies
affiliated with the client within the meaningof
§§ 15 ff. AktG.
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 9. Beteiligungsges. mbH,
TenneT Offshore DolWin3 GmbH & Co. KG,
***
VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Offizielle Bezeichnung: Regierung Mittelfranken Vergabekammer
Nordbayern
Ort: Ansbach
Postleitzahl: 91511
Land: Deutschland
E-Mail: [16]vergabekammer.nordbayern@reg-mfr.bayern.de
Telefon: +49 981531277
Fax: +49 981531837
Internet-Adresse: [17]http://www.regierung.mittelfranken.bayern.de
VI.4.2)Zuständige Stelle für Schlichtungsverfahren
Offizielle Bezeichnung: Regierung Mittelfranken Vergabekammer
Nordbayern
Ort: Ansbach
Postleitzahl: 91511
Land: Deutschland
E-Mail: [18]vergabekammer.nordbayern@reg-mfr.bayern.de
Telefon: +49 981531277
Fax: +49 981531837
Internet-Adresse: [19]http://www.regierung.mittelfranken.bayern.de
VI.4.3)Einlegung von Rechtsbehelfen
Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:
The period of §160 Abs. 3 No. 4 GWB is explicitly pointed out.
Accordingly, a claim for a review procedure(objection) is illegitimate,
if more than 15 calendar days have passed after the client rejected to
rectify this claim.
VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen
erteilt
Offizielle Bezeichnung: Regierung Mittelfranken Vergabekammer
Nordbayern
Ort: Ansbach
Postleitzahl: 91511
Land: Deutschland
E-Mail: [20]vergabekammer.nordbayern@reg-mfr.bayern.de
Telefon: +49 981531277
Fax: +49 981531837
Internet-Adresse: [21]http://www.regierung.mittelfranken.bayern.de
VI.5)Tag der Absendung dieser Bekanntmachung:
09/09/2021
References
6. mailto:carsten.heinrich@tennet.eu?subject=TED
7. https://www.tennet.eu/de/
8. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=181444
9. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=181444
10. mailto:carsten.heinrich@tennet.eu?subject=TED
11. https://www.tennet.eu/de/
12. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=181444
13. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=181444
14. https://platform.negometrix.com/
15. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=181444
16. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
17. http://www.regierung.mittelfranken.bayern.de/
18. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
19. http://www.regierung.mittelfranken.bayern.de/
20. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
21. 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
|