Sie sehen Ausschreibungen, deren Frist abgelaufen ist. Bestellen Sie einen kostenlosen Demozugang.

Titel
Drucken  
Environmental Consultant for the Bornholm Energy Island DK-DE Interconnector
Drucken  
VergabeverfahrenÖffentliche Ausschreibung
Dienstleistungsauftrag (VOL/VOF)
Auftraggeber50Hertz Transmission GmbH
Heidestraße 2
10557 Berlin
AusführungsortDE-10557 Berlin
Frist23.01.2025
Vergabeunterlageneliagroup.sharepoint.com/…/EguUOfhlw3VIhBoKLL9zqboBj3U3fkK-wkrMiEPjEPHccw?e=psA8Y8
TED Nr.00777419-2024
Beschreibung

1. 50Hertz Transmission GmbH

Heidestraße 2

DE-10557 Berlin

 

1.1 Beschaffer Offizielle Bezeichnung: 50Hertz Transmission GmbH E-Mail: florian.evert@50hertz.com Tätigkeit des Auftraggebers: Mit Strom zusammenhängende Tätigkeiten

 

1.1 Beschaffer Offizielle Bezeichnung: 50Hertz Transmission GmbH E-Mail: florian.evert@50hertz.com Tätigkeit des Auftraggebers: Mit Strom zusammenhängende Tätigkeiten 1.1 Beschaffer Offizielle Bezeichnung: Energinet Eltransmission A/S E-Mail: florian.evert@50hertz.com Tätigkeit des Auftraggebers: Mit Strom zusammenhängende Tätigkeiten

 

2. Verfahren

 

2.1 Verfahren Titel: Environmental Consultant for the Bornholm Energy Island DK-DE Interconnector Beschreibung: The Contracting Authority wants to purchase services for preparing Planning Consent and Environmental Impact Assessment, where required, for the Bornholm Energy Islands’ DK-DE Interconnector. The services are solely provided for Danish waters (up to the Danish/German EEZ border) and Danish onshore territory (up to but not including the Converter station on Bornholm). Kennung des Verfahrens: 1bf7ead7-4604-4a09-8e65-7601eb28a945 Interne Kennung: WS2293728826 Verfahrensart: Verhandlungsverfahren mit vorheriger Veröffentlichung eines Aufrufs zum Wettbewerb/Verhandlungsverfahren Das Verfahren wird beschleunigt: ja Begründung des beschleunigten Verfahrens: The project is listed as 'with common interest' and a strict timeline until commissioning. The given dates and scope of services delivered on time, needs a slightly shortened period. The contracting authority took that into account, and kept the requirements to participate and a minimum necessary. Furthermore the tender is done in cooperation, thus reducing the amount of work for interested bidders.

 

2.1.1 Zweck Art des Auftrags: Dienstleistungen Haupteinstufung (cpv): 71313000 Umwelttechnische Beratung Zusätzliche Einstufung (cpv): 71313400 Umweltfolgenabschätzung im Bau

 

2.1.2 Erfüllungsort Stadt: DK Denmark with occasional appointments at the 50Hertz headquarter in Berlin and Energinet headquarter Land, Gliederung (NUTS): Berlin (DE300) Land: Deutschland Zusätzliche Informationen: DK Denmark with occasional appointments at the 50Hertz headquarter in Berlin and Energinet headquarter

 

2.1.3 Wert Geschätzter Wert ohne MwSt.: 4 275 000,00 EUR

 

2.1.4 Allgemeine Informationen Zusätzliche Informationen: The announcement concerns the conclusion of a project contract with a maximum of one economic operator. /// Mandatory requirement for submitting the request to participate and tenders /// Applicants should send an e-mail to the above contact, stating the company name, contact person (including telephone number and e-mail address) and tax identification number, in order to receive information on how to access the tender on the Ariba platform. /// If you already have an Ariba Sourcing Account, please also send us the AN-ID. /// Applicants are advised to request this access as soon as possible and to click on "Intend to participate" on Ariba to receive explanations from the sourcing office. /// The procuring entity does not guarantee to provide Ariba login details to applicants who request access to Ariba less than 48 hours before the deadline for receipt of requests to participate. /// The Applicant is solely responsible for requesting access to the Ariba platform in a timely manner. The Client accepts no responsibility for problems with the Ariba platform. Any application that is not submitted correctly via Ariba will be rejected. /// Interested companies can contact the awarding authority via the ARIBA platform with questions up to a maximum of 5 calendar days before the application deadline. If the questions or answers are of general interest, they will be made available in anonymized form via the message function of the ARIBA platform. All interested companies and applicants are obliged to take the questions and answers into account when drafting their request to participate and tender. Failure to do so may result in exclusion from the procedure. /// General explanations on the content of the request to participate: /// c. 1) The awarding authority reserves the right to request the last audited annual report or a business report (not older than 6 months) available from the applicant. /// c. 2) Foreign applicants: In principle, they must submit the required declarations/evidence in ENGLISH. If a declaration/proof cannot be provided at all, this must be justified, a comparable declaration/proof submitted and an explanation provided in ENGLISH as to why it is comparable. In the case of documents that are not written in ENGLISH, a certified translation into ENGLISH must be enclosed. /// c. 3) Candidate consortia: Together with the request to participate, these must submit a legally binding declaration of joint bidding signed by all members and completed in full. Particular attention must be paid to the compliance of the formation of the consortium with antitrust law. Each member of the consortium must submit the declarations and evidence required under 5.1.9 Selection criterion "Suitability to practise the profession" and selection criterion "Economic and financial standing". This applies to a limited extent to the declarations and evidence under 5.1.9 Selection criterion "Technical and professional capacity" if the applicant consortium provides for a division of tasks and in this respect, for example, certain references can only be submitted by one member of the applicant consortium; any limited submission of declarations and evidence must be explained in full by the applicant consortium in an annex to the applicant consortium declaration. Otherwise, the same rules apply to consortia as to applicants. /// c. 4) Other companies: Applicants may use other companies to prove their suitability (suitability loan). /// In this case, the other company must submit a declaration of commitment stating that it will provide a specifically defined partial service for the applicant in the event of a contract. Both companies that lend suitability to the applicant (suitability lenders and subcontractors) and - where possible - other companies that the applicant would otherwise like to use for the performance of the service (subcontractors), must be summarized in a list containing the name and registered office of the other company and the part of the service for which the other company is intended. PLEASE use the provided forms '4 template - financial and economic' and '5 template - technical'. /// Competent body for appeal/review proceedings Official name: Public Procurement Chamber of the State of Berlin /// Postal address: Martin-Luther-Str. 105 /// Place: Berlin /// Postal code: 10825 /// Country: Germany /// Filing appeals /// Detailed information on the deadlines for lodging appeals: /// Deadlines for filing an application for review are set out in Section 160 (3) GWB. /// For clarification purposes, this provision is reproduced in full. /// "The application is inadmissible if /// 1. the applicant has recognized the alleged breach of procurement regulations before submitting the application for review and has not notified the contracting authority of this within a period of ten calendar days; the expiry of the period pursuant to Section 134 (2) GWB remains unaffected, /// 2. infringements of procurement regulations which are recognizable on the basis of the contract notice are not notified to the contracting authority at the latest by the expiry of the deadline for application or submission of tenders specified in the contract notice, /// 3. violations of procurement regulations that are only recognizable in the tender documents are not notified to the contracting authority by the expiry of the deadline for application or submission of tenders at the latest, /// 4. more than 15 calendar days have elapsed since receipt of the contracting authority's notification that it does not intend to remedy a complaint. /// All remaining bidders who are not awarded the contract will be awarded the contract for a backup function - the final negotiated bid of the respective bidder shall apply. /// The client reserves the right to make use of this back-up function in the event of significant disruptions to the contract, e.g. if the contractor fails, refuses or is unable to fulfill obligations under the contract, if there is poor performance and the contract is therefore terminated or otherwise ended before the end of the term. If the Client decides to make use of the back-up function, the next bidder in the evaluation sequence shall be informed of the service to be provided and requested to declare its continued willingness to perform within a period of 14 days. The order is based on the rankings achieved after the final negotiated offers. If this declaration is not made or if the bidder refuses, the back-up agreement with him expires and the client reserves the right to inform the next bidder in the order. Bidders are not entitled to exercise this back-up agreement. /// The client reserves the right to reduce the number of bidders on the basis of the announced award criteria and to negotiate only with the most economical bidders. /// Rechtsgrundlage: Richtlinie 2014/25/EU sektvo - Anzuwendende grenzübergreifende Rechtsvorschrift: The rendered service is subject to danish law. The tender procedure is subject to german law.

 

2.1.6 Ausschlussgründe Quellen der Ausschlussgründe: Bekanntmachung Schweres berufliches Fehlverhalten: No exclusion grounds pursuant §§ 123,124 GWB Do you confirm that there are no grounds for exclusion pursuant to §§ 123, 124 German GWB (Act against Restraints of Competition) with regard to our company and, if applicable, those from whom the suitability is borrowed.

 

5. Los

 

5.1 Los: LOT-0000 Titel: Environmental Consultant for the Bornholm Energy Island DK-DE Interconnector Beschreibung: The Contracting Authority is purchasing the following services: a) To prepare an Environmental EIA Screening of the onshore (including the landfall) part of the Interconnector according to relevant Danish leg-islation and latest amendments /// b) To prepare the consent applications, including the following documentation, according to the Electricity Supply Act (ESA) §21 and §22 for the offshore and landfall part of the Interconnector: with Environmental Assessment (including MSFD and WFD assessments) and Natura 2000 Screening / HRA (and Appropriate Assessments as re-quired) c) To prepare an EIA Screening of the offshore part of the Interconnector /// d) To prepare an Environmental Impact Assessment (EIA) for the onshore (including the landfall) part of the Interconnector /// e) To prepare an Environmental Impact Assessment (EIA) for the offshore part of the Interconnector /// f) General support onshore (including landfall) /// g) General support offshore Interne Kennung: WS2293728826

 

5.1.1 Zweck Art des Auftrags: Dienstleistungen Haupteinstufung (cpv): 71313000 Umwelttechnische Beratung Zusätzliche Einstufung (cpv): 71313400 Umweltfolgenabschätzung im Bau Optionen: Beschreibung der Optionen: The contract ends when the following conditions have been met; (a) the deliverables have been completed in full to the client, (b) the authorities have issued the notification / permit and (c) the notification / permit does not result in any reworking or changes. /// Contracting authority reserves the right to extend the contract value up to 100% above the value mentioned.

 

5.1.2 Erfüllungsort Land, Gliederung (NUTS): Berlin (DE300) Land: Deutschland Zusätzliche Informationen: DK Denmark with occasional appointments at the 50Hertz headquarter in Berlin and Energinet headquarter

 

5.1.3 Geschätzte Dauer Datum des Beginns: 15/05/2025 Andere Laufzeit: Unbekannt

 

5.1.4 Verlängerung Maximale Verlängerungen: 0

 

5.1.5 Wert Geschätzter Wert ohne MwSt.: 4 275 000,00 EUR

 

5.1.6 Allgemeine Informationen Vorbehaltene Teilnahme: Teilnahme ist nicht vorbehalten. Die Namen und beruflichen Qualifikationen des zur Auftragsausführung eingesetzten Personals sind anzugeben: Erforderlich für das Angebot Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: nein

 

5.1.7 Strategische Auftragsvergabe Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung

 

5.1.9 Eignungskriterien Quellen der Auswahlkriterien: Bekanntmachung Kriterium: Andere wirtschaftliche oder finanzielle Anforderungen Beschreibung: For a better reading - please see document 1 Supplier Questionnaire chapter 4.1.2 Financial rating The applicant must confirm the economic ability in the ESPD part IV.B: “Economic and financial standing” with information from the latest annual report regarding the following economic indicators:  /// - Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.)  /// - Equity ratio (equity/total assets)  /// If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities. In this context it will be sufficient that one of the entities fulfill the standards required in isolation or that the applicant, including the capacity of other entities, or a group of economic operators fulfill it jointly.  /// Minimum level(s) of standards possibly required:  /// Concerning a: Equity from the latest annual report must be at least 33 pct. of the expected total value of the contract.  /// Concerning b: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify, if Equity exceeds the total expected amount of the contract. Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen Kriterium: Andere wirtschaftliche oder finanzielle Anforderungen Beschreibung: For a better reading - please see document 1 Supplier Questionnaire chapter 4.1.3 Confirmation of Compliance with Sanctions against Russia /// According to Article 5k of Regulation (EU) No 833/2014, added by Council Regulation (EU) 2022/576 of 8 April 2022 Russian nationals, legal person entities or bodies established in Russia and companies majority-owned by, or acting on behalf, or at the direction of, Russian companies are banned from EU public procurement procedures covered by the EU Public Procurement Directives as well as most public contracts and concessions that are subject to exceptions from these directives. The restrictions cover also all ongoing procedures, which will not be allowed after 10 October 2022. The ban also extends to subcontractors, suppliers and other entities whose capacities are being relied on, if they account for more than 10% of the contract value. /// Candidates are requested to make the following binding declaration (if applicable, also on behalf of the persons represented in the request to participate / bid): /// 1. the applicant(s)/tenderer(s) do(es) not belong(s) to the persons referred to in Article 5k Para 1 of Regulation (EU) No 833/2014, as amended by Article 1(23) of Council Regulation (EU) 2022/576 of 8 April 2022 concerning restrictive measures in view of Russia's actions destabilizing the situation in Ukraine, referred to persons or entities having a connection with Russia within the meaning of the provision, /// a) by the Russian nationality of the applicant/tenderer or the establishment of the applicant/tenderer in Russia, /// b) by the participation in the candidate/tenderer of a natural person or an enterprise to which one of the criteria under letter a applies, through the holding of shares to the extent of more than 50%, /// c) by acting on behalf of or on the instructions of persons or companies to which the criteria in letters a and/or b apply. /// 2. Companies participating in the contract as subcontractors, suppliers or companies whose capacities are used in connection with the provision of proof of suitability and which account for more than 10% of the value of the contract shall also not be included in the group of persons with a connection to Russia within the meaning of the provision 1. /// 3. it is confirmed and ensured that, also during the term of the contract, no companies with a connection to Russia within the meaning of the provision 1 involved as subcontractors, suppliers or companies are used with a connection to Russia within the meaning of provision 1 and whose capacities are used which account for more than 10% of the contract value. Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen Kriterium: Referenzen zu bestimmten Dienstleistungen Beschreibung: For a better reading - please see document 1 Supplier Questionnaire chapter 4.2.1 The applicant must include the 4 most comparable and relevant references undertaken within the past 5 years as part of the application. /// Undertaken in the past five (5) years implies that the reference must not have been completed prior to the date reached when counting 5 years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant. /// The references should include: /// - A project description /// - A description of the services delivered with focus on topics relevant to tendered assignment in relation to Danish large offshore and onshore infrastructure projects /// - Contract value (if possible) /// - Contact information for the entity in question (including contact person) /// - Date of initiation and final delivery (day, month, year) /// In addition to the provided, short information in the reference table, it is highly advised to describe the reference in further detail in a separate document with 1 page Word document or 2 slides PowerPoint. /// Any ambiguities and/or incomprehensibilities concerning the above information may have a negative effect on the selection of candidates. /// If the applicant is relying on the references of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the References must also be given in a separate reference table from each of these entities. /// The number of references should not surpass a maximum of the 4 comparable and relevant references. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 4 when combined. If more than 4 references are submitted, the Contracting Authority will only consider the 4 most recent references determined by date of final delivery (in this case not yet finished references will not be included). /// Minimum level(s) of standards required: /// a. Two (2) references regarding environmental impact assessment (EIA) of a large scale offshore infrastructure project in Danish waters. /// b. One (1) reference regarding study of a Natura 2000 and Annex IV Appropriate Assessment in relation to large scale offshore infrastructure project in Denmark /// c. One (1) reference regarding environmental impact assessment (EIA) of a large scale onshore infrastructure project in Denmark /// If a project reference contains several or all of the required minimum levels of standards, this can be specified for each criterion. Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen Informationen über die zweite Phase eines zweiphasigen Verfahrens: Das Verfahren wird in mehreren aufeinanderfolgenden Phasen durchgeführt. In jeder Phase können einige Teilnehmer ausgeschlossen werden

 

5.1.10 Zuschlagskriterien Kriterium: Art: Preis Bezeichnung: Monetary Evaluation - Price Beschreibung: Price is not the only award criterion. The award criteria and evaluation mechanism are specified in the tender documents. Kriterium: Art: Qualität Bezeichnung: Legal & Commerical Non-Monetary Evaluation Technical Non-Monetary Evaluation Beschreibung: Quality is not the only award criterion. The award criteria and evaluation mechanism are specified in the tender documents.

 

5.1.11 Auftragsunterlagen Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: Englisch Frist für die Anforderung zusätzlicher Informationen: 17/01/2025 23:59:00 (UTC+1) Internetadresse der Auftragsunterlagen: eliagroup.sharepoint.com/:f:/s/EFSS/EFSS/EguUOfhlw3VIhBoKLL9zqboBj3U3fkK-wkrMiEPjEPHccw

 

5.1.12 Bedingungen für die Auftragsvergabe Verfahrensbedingungen: Voraussichtliches Datum der Absendung der Aufforderungen zur Angebotseinreichung: 03/02/2025 Bedingungen für die Einreichung: Elektronische Einreichung: Erforderlich Adresse für die Einreichung: www.elia.be/-/media/project/elia/ elia-site/suppliers/info_and_tools/161102_registering_as_an_ariba_supplier_on_invitation_en.pdf Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch Elektronischer Katalog: Nicht zulässig Varianten: Nicht zulässig Die Bieter können mehrere Angebote einreichen: Nicht zulässig Frist für den Eingang der Teilnahmeanträge: 23/01/2025 14:00:00 (UTC+1) Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können: Nach Ermessen des Käufers können alle fehlenden Bieterunterlagen nach Fristablauf nachgereicht werden. Zusätzliche Informationen: We reserve the right to make additional claims in accordance with §52 SektVO. Auftragsbedingungen: Die Auftragsausführung muss im Rahmen von Programmen für geschützte Beschäftigungsverhältnisse erfolgen: Nein Bedingungen für die Ausführung des Auftrags: Please see provided tender documents. Es ist eine Geheimhaltungsvereinbarung erforderlich: nein Elektronische Rechnungsstellung: Erforderlich Aufträge werden elektronisch erteilt: ja Zahlungen werden elektronisch geleistet: ja Finanzielle Vereinbarung: Please see tender documents. Informationen über die Überprüfungsfristen: Precise information on the deadlines for appeals: Time limits for filing an application for review are set out in Section 160 (3) GWB. For clarification, this provision is reproduced in full. "The application is inadmissible, if 1. the applicant has recognized the alleged violation of procurement regulations before submitting the application for review and has not notified the contracting authority within a period of ten calendar days; the expiry of the period pursuant to Section 134 (2) GWB remains unaffected, 2. violations of procurement regulations which are recognizable on the basis of the notice are not notified to the contracting authority by the expiry of the period for application or submission of tenders specified in the notice at the latest, 3. violations of procurement regulations that are only recognizable in the tender documents are not notified to the contracting authority by the expiry of the deadline for application or submission of tenders at the latest, 4. more than 15 calendar days have passed since receipt of the notification from the contracting authority that it does not intend to remedy a complaint."

 

5.1.15 Techniken Rahmenvereinbarung: Keine Rahmenvereinbarung Informationen über das dynamische Beschaffungssystem: Kein dynamisches Beschaffungssystem Elektronische Auktion: nein

 

5.1.16 Weitere Informationen, Schlichtung und Nachprüfung Überprüfungsstelle: 50Hertz Transmission GmbH Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: 50Hertz Transmission GmbH Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt: 50Hertz Transmission GmbH Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt: 50Hertz Transmission GmbH Organisation, die Teilnahmeanträge entgegennimmt: 50Hertz Transmission GmbH Organisation, die Angebote bearbeitet: 50Hertz Transmission GmbH TED eSender: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)

 

8. Organisationen

 

8.1 ORG-0000 Offizielle Bezeichnung: 50Hertz Transmission GmbH Registrierungsnummer: DE813473551 Postanschrift: Heidestraße 2 Stadt: Berlin Postleitzahl: 10557 Land, Gliederung (NUTS): Berlin (DE300) Land: Deutschland E-Mail: florian.evert@50hertz.com Telefon: +49 30 5150 3394 Internetadresse: www.50hertz.com Profil des Erwerbers: www.elia.be/-/media/project/elia/ elia-site/suppliers/info_and_tools/161102_registering_as_an_ariba_supplier_on_invitation_en.pdf Rollen dieser Organisation: Beschaffer Federführendes Mitglied Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt Organisation, die Teilnahmeanträge entgegennimmt Organisation, die Angebote bearbeitet Überprüfungsstelle Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt

 

8.1 ORG-0001 Offizielle Bezeichnung: Energinet Eltransmission A/S Registrierungsnummer: Company reg.no. 39 31 48 78 Postanschrift: Tonne Kjaesvej 65 Stadt: Fredericia Postleitzahl: 7000 Land, Gliederung (NUTS): Sydjylland (DK032) Land: Dänemark E-Mail: florian.evert@50hertz.com Telefon: 0049 30 5150 3394 Rollen dieser Organisation: Beschaffer

 

8.1 ORG-0002 Offizielle Bezeichnung: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI) Registrierungsnummer: 0204:994-DOEVD-83 Stadt: Bonn Postleitzahl: 53119 Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22) Land: Deutschland E-Mail: noreply.esender_hub@bescha.bund.de Telefon: +49228996100 Rollen dieser Organisation: TED eSender

 

11. Informationen zur Bekanntmachung

 

11.1 Informationen zur Bekanntmachung Kennung/Fassung der Bekanntmachung: 2db013bc-7d1f-4ae9-b60d-52adb83b463b - 01 Formulartyp: Wettbewerb Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung Unterart der Bekanntmachung: 17 Datum der Übermittlung der Bekanntmachung: 17/12/2024 00:00:00 (UTC+1) Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Deutsch

 

11.2 Informationen zur Veröffentlichung Veröffentlichungsnummer der Bekanntmachung: 777419-2024 ABl. S – Nummer der Ausgabe: 246/2024 Datum der Veröffentlichung: 18/12/2024

VeröffentlichungGeonet Ausschreibung 190803 vom 08.01.2025