Supply trip to Antarctic Research Stations (vessel charter; round trip) Bremerhaven (GER) - Felixstowe (GB) - Cape Town (ZA) - Neumayer Station III and Halley Station (Antarctic Shelf Ice) Referenznummer der Bekanntmachung: 32/30096976

Auftragsbekanntmachung

Dienstleistungen

Rechtsgrundlage:
Richtlinie 2014/24/EU

Abschnitt I: Öffentlicher Auftraggeber

I.1)Name und Adressen
Offizielle Bezeichnung: Alfred-Wegener-Institut Helmholtz-Zentrum für Polar- und Meeresforschung
Postanschrift: Am Handelshafen 12
Ort: Bremerhaven
NUTS-Code: DE502 Bremerhaven, Kreisfreie Stadt
Postleitzahl: 27570
Land: Deutschland
Kontaktstelle(n): Dr. Jan Scharf / Dr. Oliver Jauch
E-Mail:
Telefon: +49 40500360485
Fax: +49 40500360444
Internet-Adresse(n):
Hauptadresse: http://www.awi.de
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: https://www.subreport.de/E76228153
Weitere Auskünfte erteilen/erteilt folgende Kontaktstelle:
Offizielle Bezeichnung: GÖRG Partnerschaft von Rechtsanwälten mbB
Postanschrift: Alter Wall 20-22
Ort: Hamburg
NUTS-Code: DE600 Hamburg
Postleitzahl: 20457
Land: Deutschland
Kontaktstelle(n): Dr. Jan Scharf / Dr. Oliver Jauch
E-Mail:
Telefon: +49 40500360480
Fax: +49 40500360444
Internet-Adresse(n):
Hauptadresse: http://www.goerg.de
Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: https://www.subreport.de/E76228153
Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen
I.4)Art des öffentlichen Auftraggebers
Andere: Foundation under public law (Stiftung des öffentlichen Rechts)
I.5)Haupttätigkeit(en)
Andere Tätigkeit: Research

Abschnitt II: Gegenstand

II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:

Supply trip to Antarctic Research Stations (vessel charter; round trip) Bremerhaven (GER) - Felixstowe (GB) - Cape Town (ZA) - Neumayer Station III and Halley Station (Antarctic Shelf Ice)

Referenznummer der Bekanntmachung: 32/30096976
II.1.2)CPV-Code Hauptteil
63726400 Charterung von Schiffen
II.1.3)Art des Auftrags
Dienstleistungen
II.1.4)Kurze Beschreibung:

The Alfred Wegener Institute Helmholtz Centre for Polar and Marine Research (Alfred Wegener Institute - AWI) is a research institute in Bremerhaven with over 1,200 employees. The AWI is primarily active in the cold and temperate regions of the world. Working together with numerous national and international partners, the AWI is actively involved in unravelling the complex processes at work in the “Earth System”.

Together with British Antarctic Survey (BAS), the AWI requires supply services at their research stations in Antarctic Shelf Ice (Neumayer Station III for AWI and Halley Station for BAS).

The BAS is the United Kingdom's national polar research institute with over 400 employees. It has a dual purpose, to conduct polar science, enabling better understanding of global issues, and to provide an active presence in the Antarctic on behalf of the UK.

Subject of this tender is a supply trip to Antarctic Research Stations (vessel charter), round trip Bremerhaven (GER) / Felixstowe (GB) / Cape Town (ZA) / Antartic Shelf Ice (Neumayer Station III and Halley Station) and back to transport mixed goods (conventional, bulk, container) including carrier’s stowage, loading and discharge activities on shelf ice (Neumayer Station III) on or around Christmas 2023. Vessel must have at least Ice Class 1A and be Polar Code fitted. Experienced crew and support staff is a prerequisite.

II.1.5)Geschätzter Gesamtwert
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: nein
II.2)Beschreibung
II.2.2)Weitere(r) CPV-Code(s)
63726000 Diverse Hilfsdienste für den Transport zu Wasser
II.2.3)Erfüllungsort
NUTS-Code: DE502 Bremerhaven, Kreisfreie Stadt
Hauptort der Ausführung:

- Bremerhaven (GER)

- Felixstowe (GB)

- Cape Town (ZA)

- Neumayer Station III and Halley Station (Antarctic Shelf Ice)

II.2.4)Beschreibung der Beschaffung:

The supply of Neumayer Station III and Halley Station with goods for daily needs (provisions, fuel, spare parts) and scientific equipment is an essential part of the summer seasons to ensure the safe operation of the station during the winter months. A window of time between mid-December and mid-February is available for supplies, as this is the time when sea ice conditions are suitable for reaching the ice shelf edge.

All cargo will be taken on board the chartered vessel first in Bremerhaven (GER) and then in Felixstowe (UK) and transported directly to the two research stations with a refueling stop and pick-up of additional tank containers (and maybe staff) in Cape Town (ZA).

General requirements for the ship:

- At least ice class 1A

- Cabins for PAX (space for 5-8 PAX should be available on board, as BAS is planning to move PAX for the offloading to from Cape Town to Antarctica and back)

- Fuel pumping equipment for transferring fuel from tank containers to fuel storage shoreside

- Operations without using ice anchors

- Availability of fender

- Possibility to get enough flat racks for loading bulk cargo

- Vessel must be Polar Code fitted

General remarks on the charter:

- All port calls and costs associated with the port calls shall be arranged by and accounted for by Charterer.

- Loading and discharge to be made by Charterer vessel to pier only.

- The freight will be a mixture of containers and breakbulk, including active reefer container and tank container. The temperature stability (-20°C and +5°C – provision of Neumayer-Station III) has to be guaranteed. AWI provides a repair kit, repairs have to be conducted by the ship crew.

- Halley Station does not have machinery to unload containers so all containerised cargo must be able to be removed from containers by hand.

- Transportation of commercial freight should be possible to reduce the total charter costs.

- All shoreside unloading on shelf ice is carried out by the respective station personnel.

- All costs for stevedores and appointment of same for stowage on board, is the responsibility of the charterers.

- AWI will arrange for pre- and on-carriage.

Further informations will be given in the Specifications after the call for competition.

II.2.5)Zuschlagskriterien
Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt
II.2.6)Geschätzter Wert
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems
Laufzeit in Tagen: 100
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:

The duration of the contract will be around 100 days. Start in Bremerhaven should happen beginning of November 2023. The discharge activities on shelf ice (Neumayer Station III) have to take place on or around Christmas 2023. The further procedure depends on the project plan of the contractor. The project plan will be the subject of the negotiation procedure.

II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden
Geplante Anzahl der Bewerber: 3
Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:

The decisive criteria for assessing suitability are economic performance (economic and financial standing) and expertise (technical and professional ability). The above criteria will be evaluated on the basis of the documents to be submitted in accordance with Section III.1 of this notice.

The ratio of economic performance and expertise is 30% (economic performance) to 70% (expertise).

The information and evidence referred to in Section III.1.2 (WL1 and WL2) will be used to evaluate economic performance. A maximum of 300 points can be scored here. The information and evidence listed under Section III.1.3 (TL1 and TL2) are taken into account for the assessment of expertise. A maximum of 700 points can be achieved here.

With a total of 1,000 possible points, the individual items of information and evidence have the following value:

- WL1 and WL2: 300 points,

- TL1: 100 points,

- TL2: 600 points.

Economic performance and expertise will be evaluated in a relative comparison of applicants with each other based on the following scale/grade levels (weighting factor). The maximum achievable number of points per specification (WL1/WL2, TL1, TL2) is multiplied by the weighting factor achieved in each case. The scores thus determined are then added together.

- 100% = very good: Applicant meets the requirements with regard to the suitability criterion to the very highest degree,

- 80% = good: Applicant meets the requirements of the suitability criterion to the highest degree,

- 60% = fully satisfactory: applicant meets the requirements of the suitability criterion to a high degree,

- 40% = satisfactory: applicant satisfactorily fulfills the requirements with regard to the suitability criterion,

- 20% = sufficient: the applicant meets the requirements of the suitability criterion to a just sufficient degree.

In the range between 0% and 100%, intermediate grade levels can be formed (10%, 30%, 50%, 70%, 90%) to take into account a tendency towards the higher grade level in each case. An evaluation of a suitability criterion (economic performance or expertise) with 0% would correspond to a complete non-fulfillment of the respective suitability criterion, which would result in the exclusion of the participation application (knock-out criterion).

These are suitability criteria, not award criteria.

AWI reserves the right to obtain economic information about the applicant and to take this into account in the evaluation of economic performance. In this case, the economic information will be obtained from all applicants and taken into account in the evaluation.

Applications that do not achieve a minimum score of 50% of the total points (500 points in total) will be excluded and not considered for the negotiation procedure (knock-out criterion).

If several bidders achieve the same total score and the number of bidders exceeds the planned number of bidders to be invited to negotiate, AWI reserves the option to draw lots for the negotiation procedure among the remaining bidders with equal scores.

II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: ja
II.2.11)Angaben zu Optionen
Optionen: ja
Beschreibung der Optionen:

The contract issued after conclusion of the call for competition shall contain further details on the contract extension option (cf. Section II.2.7).

One option will be a various number of more cabin places from Cape Town to Antarctica (and back).

Awards pursuant to Sec. 14 para. 4 No. 9 VgV (repetition of similar services) are expressly reserved.

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

Regarding Section II.2.10: Variants are subject of the negotiated procedure. The right to exclude variants is reserved.

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:

The documents which the applicant must enclose with its application to participate are listed below. For this purpose, the applicant must use the forms (application documents) provided by AWI (see link in Section I.3). Submitted supporting documents must still be valid; insofar as requirements are made regarding up-to-dateness, the date refers to the date of publication of this notice (cf. Section VI.5).

With their request to participate, applicants must submit the following documents:

PL1. Self-declaration regarding exclusion criteria (Sec. 123, 124 GWB) in accordance with Sec. 48 VgV. A form is included in the application documents.

PL2. Self-declaration on the company with information on the company name, legal form, registered office, object, management of the company, company structure (e.g. parent companies, group affiliation, branches - organization chart), with presentation of the company and capital relationships of the applicant and, if applicable, the responsible branch office and query on SME status. A form is included in the application documents.

PL3. Self-declaration on the 5th EU package of sanctions ("RUS sanctions"). A form is included in the application documents.

In the case of applicant consortia, the evidence must be provided by each member of the applicant consortium.

If an applicant is unable to provide any required evidence for a valid reason, it may demonstrate its ability to perform by submitting other appropriate evidence. AWI reserves the right to request further self-declarations and certificates for applicants selected at the end of the call for competition and any subcontractors upon separate request with the submission of the offer.

III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

WL1. Self-declaration concerning the economic and financial capabilities of the applicant, in particular statement of total turnover of the applicant of the last 3 financial years. The form in the application documents shall be used.

WL2. Self-declaration of the annual turnover of the appicant for services comparable with the services put out in this tender (the decisive factor for comparability is turnover in connection with the supply of research stations in Antarctica and polar regions) in the last 3 financial years.

In the case of applicant consortia, the evidence can be provided for the applicant consortium in total.

If an applicant is unable to provide any required evidence for a valid reason, it may demonstrate its ability to perform by submitting other appropriate evidence. AWI reserves the right to request further self-declarations and certificates for applicants selected at the end of the call for competition and any subcontractors upon separate request with the submission of the offer.

AWI reserves the right to obtain financial information on the applicant.

III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

TL1. Information on the annual average number of employees (self-declaration for the relevant area or business area; relevant business area = staff for supply voyages to Antarctica and polar regions); broken down by areas of responsibility/qualifications in accordance with the form for the last 3 completed financial years). In the case of applicant consortia, the self-declaration must be submitted by each member of the applicant consortium. A form is included in the application documents.

TL2. Experience in the execution of comparable services, evidenced by reference projects (realized projects in connection with supply voyages for stations in the Antarctica (continent, not peninsula), including unloading on the shelf ice) in the last maximum of 5 years (self-declarations; cut-off date 01.04.2018). The reference projects must have been carried out or completed within the last 5 years.

In the case of applicant consortia, corresponding information can be submitted for the applicant consortium as a whole. The references are to be submitted in accordance with the form from the application documents with the information specified therein, in particular including project start and actual operating period.

If possible, please submit no more than 5 references and sort them according to their relevance and comparability with the subject of the tender. In individual cases, AWI may request the submission of reference certificates from the reference clients.

TL3. Description of technical equipment for corresponding supply voyages to the Antarctica (continent, not peninsula; including unloading on the shelf ice). In the case of applicant consortia, corresponding information can be submitted for the applicant consortium as a whole.

Möglicherweise geforderte Mindeststandards:

Regarding TL2: At least one reference must concern the supply of stations on shelf ice.

III.2)Bedingungen für den Auftrag
III.2.1)Angaben zu einem besonderen Berufsstand
Die Erbringung der Dienstleistung ist einem besonderen Berufsstand vorbehalten
Verweis auf die einschlägige Rechts- oder Verwaltungsvorschrift:

Personnel (crew and support staff) assigned must be fitted with IMO's International Code for Ships Operating in Polar Waters (Polar Code).

III.2.2)Bedingungen für die Ausführung des Auftrags:

1. The officers on board must be English-speaking.

2. The regulations of the German minimum wage ("Gesetz zur Regelung eines allgemeinen Mindestlohns (Mindestlohngesetz - MiLoG)") must be complied with when executing the order (if applicable).

3. The regulations of the Antarctic Treaty Consultative Meeting (ATCM) must be observed.

III.2.3)Für die Ausführung des Auftrags verantwortliches Personal
Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind

Abschnitt IV: Verfahren

IV.1)Beschreibung
IV.1.1)Verfahrensart
Verhandlungsverfahren
IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem
IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs
Abwicklung des Verfahrens in aufeinander folgenden Phasen zwecks schrittweiser Verringerung der Zahl der zu erörternden Lösungen bzw. zu verhandelnden Angebote
IV.1.5)Angaben zur Verhandlung
Der öffentliche Auftraggeber behält sich das Recht vor, den Auftrag auf der Grundlage der ursprünglichen Angebote zu vergeben, ohne Verhandlungen durchzuführen
IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
Der Auftrag fällt unter das Beschaffungsübereinkommen: ja
IV.2)Verwaltungsangaben
IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
Tag: 21/04/2023
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:
Englisch
IV.2.6)Bindefrist des Angebots
Laufzeit in Monaten: 2 (ab dem Schlusstermin für den Eingang 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
Aufträge werden elektronisch erteilt
Die elektronische Rechnungsstellung wird akzeptiert
Die Zahlung erfolgt elektronisch
VI.3)Zusätzliche Angaben:

1. The application documents (forms) can be downloaded from the link given in Section I.3 of this notice. The use of the application documents is binding. Should further information or clarifications on the part of AWI become necessary during the award procedure, this additional information will also be published there. Applicants must therefore regularly check whether further information has been published. A registration for the award platform facilitates access and information to the applicant information.

2. Questions regarding the requirements of this notice and the application documents should be submitted promptly, but no later than 14.04.2023 via the award platform. AWI reserves the right not to answer questions received later.

3. The information contained in this notice is solely for the purpose of providing interested companies an impression and enabling them to decide whether to participate in the process. AWI reserves the right to make deviations and specifications in the course of negotiations.

4. Applications shall be submitted electronically to the contracting authority in Section I of this notice via the award platform. Until the expiry of the application deadline, the applications are encrypted so that AWI has no access to them. However, the applicant is free to edit and re-upload his/her application until the expiration of the deadline.

5. AWI reserves the right to cancel the procedure for factual reasons. Claims for compensation by applicants and bidders are - as far as legally permissible - excluded. By downloading the application documents, the applicant agrees to this.

6. Further procurement documents, including the contract and the award criteria, shall not be issued until after completion of the call for competition.

7. After receipt of the applications and their evaluation, the selected applicants will be sent the award documents with an invitation to the negotiation meetings. The negotiation meetings will be held in Bremerhaven or by video conference.

8. By submitting the application, the applicant undertakes to treat all documents sent to it, if any, as confidential and to maintain the secrecy of the competition in all other respects; this also applies with regard to the respective offer. AWI, for its part, will use the applicants' documents only for the purposes of the procedure.

9. Applicant consortia must submit a legally binding declaration signed by all members with their application, which is included in the application documents. If, in the course of the procedure, an existing applicant/bidding consortium changes its composition or an individual applicant/bidder wishes to continue the procedure in an applicant/bidding consortium, this shall only be permitted with the express written consent of AWI. In any case, consent shall not be granted if the change significantly impairs competition or if the change has an impact on expertise and economic performance. This shall apply accordingly to subcontractors.

10. Reg. Section IV.1.4: AWI reserves the right to reduce the number of selected bidders in the course of the negotiation procedure. Further details in this regard are contained in Invitation to Tender, which will be issued upon conclusion of the call for competition.

11. The applicants or bidders are requested to clearly mark on each relevant page those parts of their application or offer which legitimately contain trade or business secrets (Sec. 165 para. 2, 3 GWB). If this is not done, the Chamber for Procurement or the Appeals Body may assume the consent of the respective applicant or bidder to inspection by other parties to the proceedings in the event of a review of the award of contract.

12. AWI reserves the right, in compliance with the principles of transparency and equal treatment, to request the applicants or bidders to submit, complete or correct missing, incomplete or incorrect company-related documents, in particular self-declarations, information, certificates or other evidence, or to submit or complete missing or incomplete performance-related documents.

VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Offizielle Bezeichnung: Vergabekammer des Bundes
Postanschrift: Villemombler Str. 76
Ort: Bonn
Postleitzahl: 53123
Land: Deutschland
VI.4.3)Einlegung von Rechtsbehelfen
Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:

The time-limit for appeal is regulated under Sec. 160 para. 3 GWB. The application is inadmissible if:

1) The applicant became aware of the alleged violation of provisions governing the awarding of public contracts before submitting the appeal and did not object to the contracting entity within 10 calendar days; the deadline stipulated in Sec. 134 para. 2 remains unaffected;

2) Violations of provisions governing the awarding of public contracts which become apparent from the tender notice are not notified to the contracting entity by the end of the period specified in the notice for the submission of a tender or application;

3) violations of provisions governing the awarding of public contracts which only become apparent from the award documents are not notified to the contracting entity by the end of the period specified in the notice for the submission of a tender or application;

4) More than 15 calendar days have elapsed from the receipt of notification from the contracting entity that it is unwilling to redress the complaint.

The above sentence does not apply to an application for a declaration of invalidity of the contract pursuant to Sec. 135 para. 1 no. 2 GWB. Sec. 134 para. 1 sentence 2 GWB remains unaffected.

VI.5)Tag der Absendung dieser Bekanntmachung:
21/03/2023