The contract includes electro-technical, mechanical, automation and civil maintenance work (preventive, corrective & fault clearance) as well as catering & housekeeping (Germany only) on offshore converter platforms (Germany and Netherlands) and their respective landstations (Germany only). Offshore works take place in the respective exclusive economic zone (EEZ) of Germany and the Netherlands in the North Sea.
Deadline
Die Frist für den Eingang der Angebote war 2022-01-28.
Die Ausschreibung wurde veröffentlicht am 2021-12-10.
Anbieter
Die folgenden Lieferanten werden in Vergabeentscheidungen oder anderen Beschaffungsunterlagen erwähnt:
Öffentlicher Auftraggeber Informationen zur gemeinsamen Beschaffung
Der Auftrag umfasst die gemeinsame Beschaffung
Im Falle einer gemeinsamen Beschaffung, an der verschiedene Länder beteiligt sind, ist das anwendbare nationale Vergaberecht anzugeben: Germany
Kommunikation
Dokumente URL: https://platform.negometrix.com/PublishedTenders.aspx?tenderid=187047🌏
Objekt Umfang der Beschaffung
Titel:
“Mechanical & Electro-technical integrated Contract (MEiC) for maintenance of offshore grid connection systems
MEiC”
Produkte/Dienstleistungen: Reparatur und Wartung von elektrischen und mechanischen Einrichtungen in Gebäuden📦
Kurze Beschreibung:
“The contract includes electro-technical, mechanical, automation and civil maintenance work (preventive, corrective & fault clearance) as well as catering &...”
Kurze Beschreibung
The contract includes electro-technical, mechanical, automation and civil maintenance work (preventive, corrective & fault clearance) as well as catering & housekeeping (Germany only) on offshore converter platforms (Germany and Netherlands) and their respective landstations (Germany only). Offshore works take place in the respective exclusive economic zone (EEZ) of Germany and the Netherlands in the North Sea.
Mehr anzeigen
Geschätzter Wert ohne MwSt: EUR 400 000 000 💰
Informationen über Lose
Angebote können für alle Lose eingereicht werden
Umfang der Beschaffung
Der Auftraggeber behält sich das Recht vor, Aufträge zu vergeben, die folgende Lose oder Gruppen von Losen umfassen:
“The tenderers are entitled to offer a price reduction in the event that they are the most economical tenderer for both lots. In this context, the Client...”
Der Auftraggeber behält sich das Recht vor, Aufträge zu vergeben, die folgende Lose oder Gruppen von Losen umfassen
The tenderers are entitled to offer a price reduction in the event that they are the most economical tenderer for both lots. In this context, the Client reserves the right to award a contract for both lots from the point of view of overall economic efficiency. The bidder has the option to offer a price reduction for the combination of the following lots:
- Lot 1 and Lot 2
TenneT is obliged to connect offshore wind farms (OWF) in the German EEZ to the onshore power grid. Grid Field Operation - Offshore (GFO-O) is the organizational unit that manages the operation and maintenance of the German high-voltage grid connection systems (GCS) from the OWF to land. These GCS consist of an Offshore Converter Platform (OCP) that is connected to an Onshore landstation. The OWF are constructed and operated by third parties.
Following the turnkey construction of an OCP, the electro-technical, mechanical, structural and automation components must be maintained. Maintenance includes preventive and corrective maintenance as well as fault clearance. Catering and housekeeping services also need to be provided as part of the offshore maintenance campaigns. TenneT is looking for a partner that serves the combined duties from a single source and proactively manages interaction with the client as single-point-of-contact. This is combined in this Mechanical & Electro-technical integrated Contract (MEiC).
Mehr anzeigen Vergabekriterien
Der Preis ist nicht das einzige Zuschlagskriterium, und alle Kriterien werden nur in den Auftragsunterlagen genannt
Umfang der Beschaffung
Geschätzter Gesamtwert ohne MwSt: EUR 390 000 000 💰
Dauer
Datum des Beginns: 2023-03-01 📅
Datum des Endes: 2028-02-29 📅
2️⃣ Umfang der Beschaffung
Titel: Offshore converter platforms in the EEZ of the Netherlands
Titel
Los-Identifikationsnummer: 2
Beschreibung
Ort der Leistung: Nederland 🏙️
Hauptstandort oder Erfüllungsort: Offshore converter platforms in the EEZ of the Netherlands
Beschreibung der Beschaffung:
“TenneT is obliged to connect offshore wind farms (OWF) in the Dutch EEZ to the onshore power grid. Grid Field Operation - Offshore (GFO-O) is the...”
Beschreibung der Beschaffung
TenneT is obliged to connect offshore wind farms (OWF) in the Dutch EEZ to the onshore power grid. Grid Field Operation - Offshore (GFO-O) is the organizational unit that manages the operation and maintenance of the high-voltage grid connection systems (GCS) in the Netherlands from the OWF to land. These GCS consist of an Offshore Converter Platform (OCP) that is connected to an Onshore landstation. The OWF are constructed and operated by third parties.
Following the turnkey construction of an OCP, the electro-technical, mechanical, structural and automation components must be maintained. Maintenance includes preventive and corrective maintenance as well as fault clearance. TenneT is looking for a partner that serves the combined duties from a single source and proactively manages interaction with the client as single-point-of-contact This is combined in this Mechanical & Electro-technical integrated Contract (MEiC).
Mehr anzeigen Umfang der Beschaffung
Geschätzter Gesamtwert ohne MwSt: EUR 10 000 000 💰
Rechtliche, wirtschaftliche, finanzielle und technische Informationen Bedingungen für die Teilnahme
Liste und kurze Beschreibung der Bedingungen:
“INFORMATION ON THE APPLICANT/BIDDING CONSORTIUM
The application as a bidding consortium is admitted. A bidding consortium is treated like an individual...”
Liste und kurze Beschreibung der Bedingungen
INFORMATION ON THE APPLICANT/BIDDING CONSORTIUM
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." The bidding consortium shall nominate an authorized representative for the conclusion and implementation of the contract and who signs the respective form. The authorized representative shall be available to the contracting entity as the contact person of the bidding consortium in this tendering procedure. Members of the bidding consortium shall jointly complete the form "Statement of Bidding Consortium", which also names the authorized representative.
EXTRACT OF COMMERCIAL REGISTER
Please provide a proof of Registration in a commercial register of the relevant authority of the country in which the company is established (E.g. Kamer van Koophandel (NL), Handelsregister(DE), Brønnøysundregistrene (NO), Companies house (UK), bolagsverket (S), erhvervsstyrelsen (DK), Companies registration office (IE), Kruispuntbank van Ondernemingen / Banque-Carrefour des Enterprises (BE)) , which may not be older than three months at the expiry of the call for competition period (final date of submission of the application for the call for competition).
COMPREHENSIVE COMPANY PRESENTATION INCL. ORGANIZATIONAL DIAGRAM
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.
SELF-DECLARATION OF NO GROUNDS FOR EXCLUSION
Please confirm that no grounds for exclusion under §§ 123, 124 GWB exist and provide the respective self-declaration. For bidding consortia each member must provide the respective self-declaration.
[Please use the forms provided in Negometrix]
Mehr anzeigen Wirtschaftliche und finanzielle Leistungsfähigkeit
Liste und kurze Beschreibung der Auswahlkriterien:
“- For both lots:
NO INSOLVENCY
The applicant declares that no insolvency or similar proceedings have been instituted or the opening has been requested or...”
Liste und kurze Beschreibung der Auswahlkriterien
- For both lots:
NO INSOLVENCY
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.
COMPANY NOT IN LIQUIDATION
The applicant declares that the company is not in liquidation.
ANNUAL BUSINESS REPORTS
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
***for lot 1 EUR 100,000,000.00 per year***
***for lot 2 EUR 1,500,000.00 per year***
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.
Short reasoning for this selection criterion:
Due to the volatile nature of the business compared with the assumptions, the hotline in particular, there is a certain financial independence required. For this purpose the annual revenue expected is set as stated above.
INSURANCE
***For both lots: Please provide proof of existing "professional or business liability" insurance with a minimum coverage level of EUR 10,000,000.00 per incident and 20,000,000.00 per annum during the whole duration of the contract (min. five years) or provide a confirmation of cover by the insurers in case of contract award.***
***For lot 1 only: Please provide proof of existing environmental liability and environmental damage insurance 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.***
BORROWING QUALIFICATIONS (ECONOMIC AND FINANCIAL) !IF APPLICABLE!
In the event that the applicant makes use of the capacities of another economic operator (e.g. group company), proof must be provided that the other economic operator will be jointly and severally liable with the applicant in the event of a contract award in accordance with the scope of the suitability borrowing. The third party must fulfil the corresponding minimum criteria of this section III.1.2. In addition, the third party must provide the extract from the commercial register and the form or a self-declaration on grounds for exclusion pursuant to Sections 123, 124 GWB.
***- For lot 1 only:
FINANCIAL RATIOS
The client places great importance on financial suitability with regard to continuity and possible advance payments. The applicant must be in a solid financial position in order to ensure the continued provision of services during the entire term of the relevant agreement. The applicant must have reported the following minimum figures at the end of the year for the last three financial years prior to application:
1. Three-year weighted average of net debt divided by EBITDA ≤ 4.5;
2. Three-year average of EBITA divided by the interest expense ≥ 2.25.***
[Please use the forms provided in Negometrix]
Mehr anzeigen Technische und berufliche Fähigkeiten
Liste und kurze Beschreibung der Auswahlkriterien:
“QUALITY MANAGEMENT SYSTEM (QM)
Applicant must provide QM certification according to DIN EN ISO 9001:2015 or similar.
OCCUPATIONAL HEALTH AND SAFETY...”
Liste und kurze Beschreibung der Auswahlkriterien
QUALITY MANAGEMENT SYSTEM (QM)
Applicant must provide QM certification according to DIN EN ISO 9001:2015 or similar.
OCCUPATIONAL HEALTH AND SAFETY MANAGEMENT SYSTEM (OHS)
Applicant must provide a proof of an OHS according to ISO 45001:2018 or similar.
ENVIRONMENTAL MANAGEMENT SYSTEM (EMS)
Applicant must provide a proof of an EMS according to ISO 14001 or similar.
BORROWING QUALIFICATIONS (TECHNICAL) !IF APPLICABLE!
In the event that the applicant refers to the suitability of a subcontractor (a third party), documents shall be prepared and signed by the subcontractor accordingly. The subcontractor has to submit a confirmation that he will make his technical capability available in the event of a contract award. Also, detailed information on the subcontractor must be provided. In addition, the respective third party must submit a self-declaration that there are no grounds for exclusion pursuant to Sections 123 and 124 of the GWB.
REFERENCES/SUBCONTRACTING
Applicants must provide proof of relevant and comparable references in the field of maintenance of offshore infrastructure facilities in the respective EEZ of the European continent.
The references must not date back more than 5 years and must be characterised by all of the following formal features:
- Name of the project and the client including contact person for possible queries.
- Contract value of the project, proof of own share in the total scope of services with an equivalent value of
***For lot 1: at least EUR 1,500,000***
***For lot 2: at least EUR 250,000***
- Start and duration of the project
- Project Management summary
- Information on the preparation of the project in terms of material and personnel procurement
- Information regarding the tasks performed in the respective project
- Information on the standards according to which work was carried out,
- Detailed description of the tasks performed within the project. It must be clear which role the applicant played (main contractor vs. subcontractor).
The references must also be characterised by the following content-related features:
***For lot 1 only:
- 3 references in the field of maintenance and/or repair measures on electrotechnical infrastructure facilities within the scope of DIN VDE 0105-100.
- 3 references in the area of maintenance and/or repair measures on mechanical components
- 3 references in the area of maintenance and/or repair measures in the area of civil/structure including structural and coating inspections above water according to ISO 19902 and/or BSH standard on offshore platforms (oil/gas/wind) and/or offshore wind energy plants. This must include at least the components substructure/jacket above water, outer hull, helicopter landing deck and support structure of the operational structure (topsides structure). At least 2 of these projects must include inspection of the condition of the coating system.
- 1 reference either in the field of maintenance and/or repair measures of the automation technology or in the field of offshore catering and housekeeping.***
***For lot 2:
- 3 references in the field of maintenance and/or repair measures on electrotechnical infrastructure facilities within the scope of NEN 3140.
- 3 references in the area of maintenance and/or repair measures on mechanical components
- 3 references in the area of maintenance and/or repair measures in the area of civil/structure including structural and coating inspections above water according to ISO 19902 on offshore platforms (oil/gas/wind) and/or offshore wind energy plants. This must include at least the components substructure/jacket above water, outer hull, helicopter landing deck and support structure of the operational structure (topsides structure). At least 2 of these projects must include inspection of the condition of the coating system.
- 1 reference in the field of maintenance and/or repair measures of the automation technology***
[Please use the forms provided in Negometrix]
Mehr anzeigen Bedingungen für die Teilnahme
Liste und kurze Beschreibung der Regeln und Kriterien: See chapter VI.3)
Rechtsform der Gruppe von Wirtschaftsteilnehmern, an die der Auftrag vergeben werden soll:
“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...”
Rechtsform der Gruppe von Wirtschaftsteilnehmern, an die der Auftrag vergeben werden soll
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 Forms A1 and A2, stating that all members of the consortium are jointly liable. Furthermore, a clear consortial leader must be appointed. Furthermore, 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.
Verfahren Art des Verfahrens
Verhandlungsverfahren mit vorherigem Aufruf zum Wettbewerb
Informationen über eine Rahmenvereinbarung oder ein dynamisches Beschaffungssystem
Rahmenvereinbarung mit mehreren Betreibern
Beschreibung
Vorgesehene Höchstzahl der Teilnehmer an der Rahmenvereinbarung: 4
Informationen über die Reduzierung der Anzahl von Lösungen oder Angeboten während der Verhandlungen oder des Dialogs
Rückgriff auf ein gestaffeltes Verfahren, um die Zahl der zu erörternden Lösungen oder zu verhandelnden Angebote schrittweise zu verringern
Administrative Informationen
Frist für den Eingang von Angeboten oder Teilnahmeanträgen: 2022-01-28
23:59 📅
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Deutsch 🗣️
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch 🗣️
Das Angebot muss gültig sein bis: 2022-12-31 📅
“The framework agreement shall be concluded without minimum purchase quantities. The contracting authority is entitled to discontinue the award procedure at...”
The framework agreement shall be concluded without minimum purchase quantities. The contracting authority is entitled to discontinue the award procedure at any time in accordance with article 57 of the SektVO (sector regulation).
***
Due to justified confidentiality interests, the Client shall only make the tender documents accessible to the bidder after receipt of the non-disclosure agreement signed by the bidder. The non-disclosure agreement (NDA) is to be downloaded from Negometrix.
***
The application documents must be submitted in digital form (in a standardised data format, e.g. PDF and MS Office format) exclusively via the Negometrix platform. Pre-submission of the application documents by e-mail, fax or regular post is not permitted and may lead to the applicant being excluded from the procedure.
***
The award of the contract is subject to changes in the legal and/or regulatory framework, rules and regulations in force at the time of this announcement.
***
Answers to the call for competition must be submitted in full by the closing date (cf. Section IV.2.2) exclusively via Negometrix in the areas provided for this purpose. Please use the applicable forms provided on the online platform Negometrix, which must be submitted with the answer to the call for competition. Late submissions cannot be considered. Incompletely submitted documents may lead to exclusion.
***
Due to the scope of the services to be called off, if applicable, and due to the Client's obligation to comply with certain time parameters, the Client reserves the right to conclude framework agreements for the identical subject matter of performance with several suppliers. If the Client makes use of this reservation, it will make calls on the contractual partners in the order of their placement (order of award) in the award procedure according to the cascade procedure - described in detail in the tender documents.
***
All call-offs for these framework contracts are subject to the condition that the grid connection systems enter the operational phase upon acceptance from the general contractor by the contracting authority.
***
The estimated, adequate maximum quantity of any calls under this framework agreement is EUR 400,000,000.00 pursuant to Section II.1.5.) of this announcement. For the avoidance of doubt, it is emphasised that this is merely an estimated value which does not give rise to any claims against the contracting authority for calls up to the aforementioned maximum quantity.
***
In the case of any bidding consortia, all members of the bidding consortium must submit the documents listed under Item III.1) "Conditions of Participation". The consortium leader must be clearly named.
***
The contracting authority is entitled to transfer the rights and obligations of the subject of the contract as a whole to a project company (Special Purpose Vehicle/NewCo), irrespective of whether third parties have already participated as shareholders in this project company or will only participate in such a company after any transfer of this framework contract.
***
The call-offs of the services to be provided are subject to the contracting authorities' own capacities not being available.
***
TenneT currently plans to conduct personal negotiations with the respective bidder. However, this is subject to the Corona regulations applicable at the time of the negotiations. In this context, TenneT would like to point that personal negotiations - to the extent possible - are preferred in this procedure and that, in view of the current Corona situation, it is likely that these can only be carried out under "2G - conditions (i.e. with vaccinated or recovered participants).
***
Mehr anzeigen Körper überprüfen
Name: Regierung von Mittelfranken - Vergabekammer Nordbayern
Postanschrift: Postfach 606
Postort: Ansbach
Postleitzahl: 91511
Land: Deutschland 🇩🇪 Für Mediationsverfahren zuständige Stelle
Name: Regierung von Mittelfranken - Vergabekammer Nordbayern
Postanschrift: Postbach 606
Postort: Ansbach
Postleitzahl: 91511
Land: Deutschland 🇩🇪 Verfahren zur Überprüfung
Genaue Informationen über Fristen für Überprüfungsverfahren:
“The due date according to Article 160 (3) No. 4 of the Act against Restraints of Competition (GWB) is set as follows: a request for the initiation of review...”
Genaue Informationen über Fristen für Überprüfungsverfahren
The due date according to Article 160 (3) No. 4 of the Act against Restraints of Competition (GWB) is set as follows: a request for the initiation of review proceedings is inadmissible if more than 15 calendar days have elapsed after receipt of the contracting authority's notification that it does not intend to remedy a complaint.
Mehr anzeigen Dienststelle, bei der Informationen über das Überprüfungsverfahren eingeholt werden können
Name: Regierung von Mittelfranken - Vergabekammer Nordbayern
Postanschrift: Postbach 606
Postort: Ansbach
Postleitzahl: 91511
Land: Deutschland 🇩🇪
Quelle: OJS 2021/S 243-642135 (2021-12-10)
Bekanntmachung über vergebene Aufträge (2022-10-13) Öffentliche Auftraggeber (zusätzlich) Name und Adressen
Kontaktperson: Nils Norden
Telefon: +49 5132892838📞
Öffentlicher Auftraggeber Informationen zur gemeinsamen Beschaffung
Der Auftrag wird von einer zentralen Beschaffungsstelle vergeben
Objekt Informationen über Lose
Dieser Vertrag ist in Lose unterteilt ✅ Vergabekriterien
Qualitätskriterium (Bezeichnung): Contract
Qualitätskriterium (Gewichtung): 25
Qualitätskriterium (Bezeichnung): Technical concept (sub criteria published in tender)
Qualitätskriterium (Gewichtung): 30
Qualitätskriterium (Bezeichnung): SHE - Safety, Health , Environment (sub criteria published in tender)
Qualitätskriterium (Gewichtung): 12,5
Preis (Gewichtung): 32,5
Beschreibung
Zusätzliche Informationen
Verfahren Informationen zur Rahmenvereinbarung
Die Beschaffung umfasst die Erstellung einer Rahmenvereinbarung
Administrative Informationen
Frühere Veröffentlichungen zu diesem Verfahren: 2021/S 243-642135
Auftragsvergabe
1️⃣
Vertragsnummer: MEiC - lot 1 first place
Los-Identifikationsnummer: 1
Titel: 1st place in the cascade
Datum des Vertragsabschlusses: 2022-10-11 📅
Name und Anschrift des Auftragnehmers
Name: SemSea GbR
Postort: Hamburg
Land: Deutschland 🇩🇪
Region: Deutschland🏙️
Der Auftragnehmer ist ein KMU
2️⃣
Vertragsnummer: MEiC - lot 1 second place
Titel: 2nd place in the cascade
Name und Anschrift des Auftragnehmers
Name: Omexom Renewable Energies Offshore GmbH
Postort: Oldenburg
3️⃣
Vertragsnummer: MEiC - lot 2 first place
Los-Identifikationsnummer: 2
4️⃣
Vertragsnummer: MEiC - lot 2 second place
Name und Anschrift des Auftragnehmers
Name: Fabricom NV
Postort: Brussels
Land: Belgien 🇧🇪
Region: Belgique/België 🏙️
Quelle: OJS 2022/S 201-573388 (2022-10-13)