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 "2019112909390201422" in Archived Documents Library (TED-ADL)


Ausschreibung: Geophysikalische Beratung - DE-Bayreuth
Geophysikalische Beratung
Technische Überwachung
Vermessungsdienste auf See
Magnetometrische Untersuchungen
Hydrografische Untersuchungen
Beseitigung von Waffen und Munition
Bombenentschärfung
Dokument Nr...: 567798-2019 (ID: 2019112909390201422)
Veröffentlicht: 29.11.2019
*
  DE-Bayreuth: Geophysikalische Beratung
   2019/S 231/2019 567798
   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
   Postleitzahl: 95448
   Land: Deutschland
   Kontaktstelle(n): Jana Gerlach
   E-Mail: [6]jana.gerlach@tennet.eu
   Telefon: +49 513289-2798
   Internet-Adresse(n):
   Hauptadresse: [7]https://www.tennet.eu/de/
   Adresse des Beschafferprofils:
   [8]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=13541
   4
   I.2)Informationen zur gemeinsamen Beschaffung
   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=13541
   4
   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:
   UXO Consultancy and QA/QC Services
   II.1.2)CPV-Code Hauptteil
   71351210
   II.1.3)Art des Auftrags
   Dienstleistungen
   II.1.4)Kurze Beschreibung:
   TenneTs UXO clearance campaigns are defined by distinct activities:
    geophysical survey to locate non-UXO and potential UXO objects,
    identification to confirm and to differentiate between non-UXO and
   actual UXO objects,
    disposal as required of both non-UXO and actual UXO objects.
   TenneT is aiming to procure following services:
    assignment of an experienced UXO consultancy for the independent
   QA/QC of documentation related to UXO activities,
    act as TenneTs representatives in offshore UXO clearance campaigns
   for cable and platform installation projects, as well cable repairs and
   remedial cable burial,
    provision of independent data analysis and interpretation, both at
   site office or on survey vessels,
    provision of final ALARP certification confirming UXO clearance
   activities,
    ad-hoc consultancy in case of UXO works of third parties, e.g.
   detonation works in close proximity to TenneTs assets,
    tender support on all UXO related works.
   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)
   71356100
   71354500
   71352300
   71353100
   90523100
   90523200
   II.2.3)Erfüllungsort
   NUTS-Code: DE
   Hauptort der Ausführung:
   Main site or place of performance: North Sea, German Bight, 12 nmz Zone
   and EEZ.
   II.2.4)Beschreibung der Beschaffung:
   The consultant will provide suitably qualified and experienced UXO
   consultants to provide QA/QC supervision services during land and
   vessel based data acquisition, including but not limited to:
    prior to commencing survey, attendance at the kick-off meeting with
   the Survey Contractor and TenneT,
    approval of all tests and calibrations during spread mobilisation,
   including any additional tests and calibrations during the project,
    validation of the surrogate item trial methods, data and results;
   final approval of the trial to allow work to commence,
    supervision of operations during the main survey, including
   continuous provision of information about circumstances and measures to
   TOG; monitoring of compliance with TOG instructions and management
   reporting,
    data review of the acquired and processed data to confirm quality of
   target interpretation in order to reduce the number of targets
   identified within the data collected to date.
   Consultant shall provide independent processing and interpretation of
   the survey using the raw acquired data provided by the survey
   contractor in order to identify all ferrous anomalies within the data
   set. The data will be processed using Oasis Montaj with the UX Detect
   add-on (or any other qualified software package), preliminary already
   offshore and onshore.
   Upon conclusion of the acquisition and processing works, consultant
   shall prepare with the contracting authority and participate in a route
   working group meeting to finalise the anomaly target list and a
   re-engineered route position list.
   Anomaly identification and disposal  office and vessel based survey
   QA/QC
   The Consultant will provide suitably qualified and experienced EOD
   consultants to provide QA/QC supervision services during the survey
   work, including but not limited to:
    prior to commencing survey, attendance at the kick-off meeting with
   the survey contractor and TOG,
    review of survey contractors operating procedures and method
   statements,
    approval of all tests and calibrations during spread mobilisation,
   including any additional tests and calibrations during the project,
    validation of the of the surrogate item trial methods, data and
   results; final approval of the trial to allow work to commence,
    supervision of operations during the identification and if required,
   disposal works including continuous provision of information about
   circumstances and measures to TOG; monitoring of compliance with TOG
   instructions, compliance with regulatory requirements and management
   reporting. Specifically, the duties shall include daily oversight,
   keeping records of all activities, liaison with the offshore
   superintendent on the vessel and TOG onshore, data review of the
   acquired and processed data to confirm identification of the targets
   and agreement of any disposal requirements.
   Upon conclusion of the survey, anomaly identification and disposal
   operations consultant shall issue an ALARP clearance certificate to
   warrant route clearance.
   Ad- hoc consultancy services require document checks and advice.
   II.2.5)Zuschlagskriterien
   Die nachstehenden Kriterien
   Qualitätskriterium - Name: Organisation, qualifications and experience
   of the staff responsible for carrying out the contract / Gewichtung: 30
   Qualitätskriterium - Name: SHE (Safety, Health, Environment) /
   Gewichtung: 15
   Qualitätskriterium - Name: Contract conditions / Gewichtung: 25
   Preis - Gewichtung: 30
   II.2.6)Geschätzter Wert
   II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
   dynamischen Beschaffungssystems
   Laufzeit in Monaten: 36
   Dieser Auftrag kann verlängert werden: ja
   Beschreibung der Verlängerungen:
   The contract expires after 36 months, unless the client requests an
   extension of the contract, latest 3 months before expiration. The
   contract can be prolonged twice, each time by 12 months.
   II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
   Angebotsabgabe bzw. Teilnahme aufgefordert werden
   Geplante Anzahl der Bewerber: 4
   Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:
   The selection of candidates who will be invited to negotiations after
   tendering process in accordance with the award criteria under paragraph
   II.2.5).
   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
   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:
    information on the applicant/member of the bidding consortium and the
   bidding consortium (Form A1 and, if applicable, Form A2),
    current extract of commercial register, not older than 3 months at
   the time of expiry of the participation period (10.1.2020) for the
   applying company (Form A3),
    self-declaration that no grounds for exclusion under §§ 123, 124
   GWB exist (Form A4)  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 employees),
    demonstration of sufficient number of employees with English
   language, not less than 12 FTE (full-time equivalents).
   The corresponding form A1-A4 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:
    business reports (min. company balance sheet/profit and loss account)
   of the last 3 closed fiscal years have to be submitted (Form A5a),
    company proof of a total turnover of min. 1 000 000 EUR within the
   last 3 closed fiscal years (Form A5a),
    relevant turnover of more than 500 000,00 EUR per annum in the last 3
   closed fiscal years (Form A5a),
    certification and insurance coverage: company must show their ability
   to back an ALARP certificate with a Third Party Liability insurances
   with a minimum coverage level of 10 000 000 EUR per incident during the
   whole duration of the contract or provide a confirmation of cover by
   the insurers in case of contract award (Form A5b),
    business liability insurance for personal injury and property damage
   with a coverage of at least 10 000 000 EUR per claim or provide a
   confirmation of cover by the insurers in case of contract award (Form
   A5b),
    business liability insurance for financial loss with a coverage of at
   least 5 000 000 EUR per claim or provide a confirmation of cover by the
   insurers in case of contract award (Form A5b),
    environmental liability and environmental damage insurance with a
   coverage of at least 1 000 000 EUR per claim or provide a confirmation
   of cover by the insurers in case of contract award (Form A5b),
    statement of reference to qualification of third parties  borrowing
   qualifications
   (Eignungsleihe)  if applicable for financial ability, the applicant
   has to complete the respective Form A6
    no insolvency (Form A7)
    company not in liquidation (Form A8)
   The corresponding form A5a-A8 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:
    applicant (Appl.), or member of the bidding consortium, must hold a
   Sect. 7 Cert. (Erlaubnisschein) acc. German Explosives Act (SprengG)
   to prove general and prof. suitability acc. to SprengG. Please hand in
   a full certified copy of the Sect. 7 Cert. (Erlaubnisschein),
    Appl., or member of the bidding consortium, must name the resp.
   person acc. Sect. 19 SprengG, and provide a copy of the appointment.
   Furthermore the processes of; a change of responsibility acc. Sect. 19
   SprengG within the comp. during site clearance works, and/or
   change-over of personnel must be described,
    UXO Clearance Op.: Appl. must be able to show proof of 5 project ref.
   (Form A9a), not older than 3 years, which:
    demonstrate that said Comp. was actively the principal lead in QA/QC
   during marine UXO clearance campaigns, incl. evidence of their
   performance, in which projects can be shown to be comparable, in terms
   of type and difficulty, to the service that is to be awarded (see SOW
   (Annex 1));
    demonstrate experience and knowledge in offshore UXO clearance
   campaigns.
   Furthermore, the description of the projects must include at least the
   following information:
   Name of client (incl. a contact person), Total construction costs of
   the proj., Start date and duration of each of the proj., Information
   regarding the functions performed by the Appl. in the respective proj.
    UXO risk assessments: the Appl. must be able to demonstrate
   experience in the drafting of UXO related desktop studies and RAs, that
   cover the funct. of; UXO risk during cable installation campaigns, and
   UXO issues for O&M activities. This exp. should be related to at least
   5 ref. proj.
   The description of the relevant ref. must include at least the
   following information:
   Name of client (incl. contact person), area of application and focus of
   study.
   Furthermore, the Appl. has to show how risk assessments are approached,
   by providing information incl., but not limited to, the following:
    provision of a generic flow chart that shows the input parameters to
   a risk assessment,
    description of method for evaluation of parameters and possible risk
   mitigation measures,
    an example structure of a risk assessment, incl. a typical table of
   contents,
    quality Mgmt.
   Certification: main Appl. must provide QM certification acc. ISO
   9001:2015. The following requirements set by ISO 9001:2015 must be
   submitted in an appropriate form - sect. 5.2 and 6.2
   Processes for sect. 7.2, sect. 7.5.3, sect. 8.1, sect. 8.2.3.2, sect.
   8.2.4, sect. 8.4.1, sect. 8.5.1, sect. 8.5.6, sect. 8.6, sect. 8.7.2
   and sect. 10.2.2
    project execution plan: during execution of the tasks described in
   the SOW, consultant shall document their project mgmt. system in a
   project execution plan (PEP) effective for the services. A draft of the
   PEP shall reflect all processes/activities (plan, organize, monitor,
   control, report, analyse, improve) needed for the SOW
   Appl. should provide examples of the typical contents for a project
   execution plan that would be used in the following activities described
   in the SOW.
    client briefing for client representatives joining a geophysical
   survey,
    UXO consultancy for cable repairs.
   Furthermore, Appl. should provide an example of atypical master
   document register that would be used in a uxo clearance campaign.
    Appl. has to demonstrate the ability to operate a sharepoint for
   document exchange by
    providing an example structure of the share point;
    providing an example work flow;
    providing a description of the access control.
    subcontracting (Form A9b);
    statement of reference to qualification of third parties  borrowing
   qualifications.
   (Eignungsleihe)  if applicable for technical and professional ability,
   the applicant has to complete the respective Form A10.
   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 contracting entity will only accept a joint liability of the
   consortium.
   A statement has to be made stating 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 pre-qualification 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
   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: 2
   IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder
   Lösungen im Laufe der Verhandlung bzw. des Dialogs
   IV.1.6)Angaben zur elektronischen Auktion
   IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
   Der Auftrag fällt unter das Beschaffungsübereinkommen: nein
   IV.2)Verwaltungsangaben
   IV.2.1)Frühere Bekanntmachung zu diesem Verfahren
   IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
   Tag: 13/01/2020
   Ortszeit: 12:00
   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: 31/05/2020
   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:
   Companies and affiliated companies, which are providing or have been
   providing offshore UXO geophysical survey, identification and disposal
   services to TenneT or its subsidiaries are excluded from tendering
   process in order to avoid conflicts of interest.
   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 Via Negometrix under the following link:
   [10]https://platform.negometrix.com/doc/b9145ee0-0d2a-43c6-83ea-97cd770
   00050/NDA-UXO-ConsQAQC.docx?type=saveas
   Please carefully read the procedural guide made available on
   Negometrix and follow the given instructions.
   The application for participation must be submitted electronically (in
   a standardized data format, such as PDF and MS Office format) via the
   Negometrix e-Tendering Platform, including all required information and
   supporting documents.
   Pre-submission of the application documents by e-Mail/post/fax is not
   permitted and can lead to exclusion from the tender process.
   The requests to participate must be submitted in due time and complete
   by the deadline (see Section IV.2.2).
   Late submissions cannot be considered.
   Incomplete sets of documents may lead to exclusion.
   All documents referred to in point III.1) Conditions of participation
   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.
   In the case of a consortium, all parties of the consortium have to hand
   in the same documents mentioned in Section III.1) Conditions for
   participation.
   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 period of §160 Abs. 3 No 4 GWB is explicitly pointed out.
   The contract(s) will be concluded without guaranteed minimum purchase
   quantities.
   Authorized to call for this framework agreement are also companies
   affiliated with the client within the meaning of §§ 15 ff. AktG.
   Hence, call-offs under this contract can be made by the client (TenneT
   Offshore GmbH) and/or one of the following authorized entities:
    TenneT Offshore 1. Beteiligungsges. mbH,
    TenneT Offshore 9. Beteiligungsges. mbH,
    TenneT Offshore DolWin3 GmbH and Co. KG,
    DC Nordseekabel GmbH and Co. KG,
    TenneT TSO GmbH.
   VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
   VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
   Offizielle Bezeichnung: Regierung Mittelfranken  Vergabekammer
   Nordbayern
   Postanschrift: Postfach 606
   Ort: Ansbach
   Postleitzahl: 91511
   Land: Deutschland
   E-Mail: [11]vergabekammer.nordbayern@reg-mfr.bayern.de
   Telefon: +49 981531277
   Fax: +49 981531837
   Internet-Adresse: [12]http://www.regierung.mittelfranken.bayern.de
   VI.4.2)Zuständige Stelle für Schlichtungsverfahren
   Offizielle Bezeichnung: Regierung Mittelfranken  Vergabekammer
   Nordbayern
   Postanschrift: Postfach 606
   Ort: Ansbach
   Postleitzahl: 91511
   Land: Deutschland
   E-Mail: [13]vergabekammer.nordbayern@reg-mfr.bayern.de
   Telefon: +49 981531277
   Fax: +49 981531837
   Internet-Adresse: [14]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
   Wettbewerbsbeschraenkung). Accordingly, a request for the initiation of
   a review procedure is prohibited if more than 15 calendar days have
   passed after receipt of the notification from the client that they do
   not wish to remedy a complaint.
   VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen
   erteilt
   Offizielle Bezeichnung: Regierung Mittelfranken  Vergabekammer
   Nordbayern
   Postanschrift: Postfach 606
   Ort: Ansbach
   Postleitzahl: 91511
   Land: Deutschland
   E-Mail: [15]vergabekammer.nordbayern@reg-mfr.bayern.de
   Telefon: +49 981531277
   Fax: +49 981531837
   Internet-Adresse: [16]http://www.regierung.mittelfranken.bayern.de
   VI.5)Tag der Absendung dieser Bekanntmachung:
   27/11/2019
References
   6. mailto:jana.gerlach@tennet.eu?subject=TED
   7. https://www.tennet.eu/de/
   8. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=135414
   9. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=135414
  10. https://platform.negometrix.com/doc/b9145ee0-0d2a-43c6-83ea-97cd77000050/NDA-UXO-ConsQAQC.docx?type=saveas
  11. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
  12. http://www.regierung.mittelfranken.bayern.de/
  13. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
  14. http://www.regierung.mittelfranken.bayern.de/
  15. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
  16. 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
Ausschreibung ausschreibung Ausschreibungen Ingenieure Öffentliche Ausschreibungen Datenbank Öffentliche Ausschreibungen Architekten Öffentliche Ausschreibungen Bau