Deutschland - Bauarbeiten für Kraftwerke - Charlottenburg Combined Heat and Power Plant (CCHP) - Lot 1

1. Beschaffer
1.1 Beschaffer
Offizielle Bezeichnung: Vattenfall Wärme Berlin Aktiengesellschaft
Tätigkeit des Auftraggebers: Erzeugung, Fortleitung oder Abgabe von Gas oder Wärme
2. Verfahren
2.1 Verfahren
Titel: Charlottenburg Combined Heat and Power Plant (CCHP) - Lot 1
Beschreibung: This lot 1 includes the turnkey engineering, procurement, construction and commissioning of - 3 gas turbine generator trains & heat recovery boilers, incl. auxilliary systems. Utilization of supplementary firing as necessary - gas compressor station - 110kV grid connection and power supply system - buildings for each of the above mentioned systems (being three main buildings. For the main turbine hall building a "0-meter" level with a sufficiently designed foundation will be provided by the awarding authority). -Long Term Service Agreement (LTSA) for the Gas Turbine Units The purpose of the overall undertaking at Charlottenburg Site (located Am Spreebord 5, 10589 Berlin), is to ensure heat supply security in the connected district heating grid by replacement of existing gas fired turbines with reliable alternatives and enable coal phase-out until 2030 by installing additional heat capacity. Furthermore, the undertaking supports regulatory and strategic needs by focusing on low carbon heat generation. By flexible adaption of heat generation to changes of electricity and gas prices, in accordance with overall system demands, the undertaking supports profitable heating business considering future market uncertainty and volatility. To fulfill Vattenfall's fossil free strategy, the undertaking utilizes gas as a transition technology to hydrogen and enables sector coupling. The total required thermal feed-in capacity is approx. 550 MW, split up into a gas fired portion and a power-to-heat portion. Certain relevant limitations for execution of the undertaking, arising from the need for existing assets to remain in operation until new assets are commissioned to ensure supply security, the urban environment, monument preservation requirements for specific buildings, and the available capacity of the gas supply line (approx. 620 MW LHV) - have to be considered. In the course of this undertaking, several projects are being developed by the awarding authority, including building of new generation and infrastructure assets as well as demolition and refurbishments of existing assets; one of such projects is the Charlottenburg Combined Heat and Power project (“CCHP”). This notice concerns and announces the tender for the lot 1 named CCHP project within the undertaking of Charlottenburg Site, which is composed mainly of a gas turbine-based CHP Plant. Other lots and projects will be announced by the awarding authority at a later point in time. However predecessing activities were partly already contracted such as the demolition of the existing buildings as well as preliminary design activities.
Kennung des Verfahrens: 74567d13-f05e-4c1a-9644-d5823fca7922
Interne Kennung: 2023005874
Verfahrensart: Verhandlungsverfahren mit vorheriger Veröffentlichung eines Aufrufs zum Wettbewerb/Verhandlungsverfahren
Das Verfahren wird beschleunigt: No
2.1.1 Zweck
Art des Auftrags: Bauleistung
Haupteinstufung(cpv): 45251100Bauarbeiten für Kraftwerke
Zusätzliche Einstufung(cpv): 09323000Fernwärme
Zusätzliche Einstufung(cpv): 24111600Wasserstoff
Zusätzliche Einstufung(cpv): 31120000Generatoren
Zusätzliche Einstufung(cpv): 31170000Transformatoren
Zusätzliche Einstufung(cpv): 42112300Gasturbinen
Zusätzliche Einstufung(cpv): 42123100Gaskompressoren
2.1.2 Erfüllungsort
Stadt: Berlin
Postleitzahl: 10589
Land, Gliederung (NUTS): Berlin(DE300)
Land: Deutschland
2.1.3 Wert
Geschätzter Wert ohne MwSt.: 1EUR
2.1.4 Allgemeine Informationen
Rechtsgrundlage:
Richtlinie 2014/25/EU
sektvo- 
5. Los
5.1 Los: LOT-0001
Titel: Charlottenburg Combined Heat and Power Plant (CCHP) - Lot 1
Beschreibung: This lot 1 includes the turnkey engineering, procurement, construction and commissioning of - 3 gas turbine generator trains & heat recovery boilers, incl. auxilliary systems. Utilization of supplementary firing as necessary - gas compressor station - 110kV grid connection and power supply system - buildings for each of the above mentioned systems (being three main buildings. For the main turbine hall building a "0-meter" level with a sufficiently designed foundation will be provided by the awarding authority). -Long Term Service Agreement (LTSA) for the Gas Turbine Units The purpose of the overall undertaking at Charlottenburg Site (located Am Spreebord 5, 10589 Berlin), is to ensure heat supply security in the connected district heating grid by replacement of existing gas fired turbines with reliable alternatives and enable coal phase-out until 2030 by installing additional heat capacity. Furthermore, the undertaking supports regulatory and strategic needs by focusing on low carbon heat generation. By flexible adaption of heat generation to changes of electricity and gas prices, in accordance with overall system demands, the undertaking supports profitable heating business considering future market uncertainty and volatility. To fulfill Vattenfall's fossil free strategy, the undertaking utilizes gas as a transition technology to hydrogen and enables sector coupling. The total required thermal feed-in capacity is approx. 550 MW, split up into a gas fired portion and a power-to-heat portion. Certain relevant limitations for execution of the undertaking, arising from the need for existing assets to remain in operation until new assets are commissioned to ensure supply security, the urban environment, monument preservation requirements for specific buildings, and the available capacity of the gas supply line (approx. 620 MW LHV) - have to be considered. In the course of this undertaking, several projects are being developed by the awarding authority, including building of new generation and infrastructure assets as well as demolition and refurbishments of existing assets; one of such projects is the Charlottenburg Combined Heat and Power project (“CCHP”). This notice concerns and announces the tender for the lot 1 named CCHP project within the undertaking of Charlottenburg Site, which is composed mainly of a gas turbine-based CHP Plant. Other lots and projects will be announced by the awarding authority at a later point in time. However predecessing activities were partly already contracted such as the demolition of the existing buildings as well as preliminary design activities.
Interne Kennung: 9f93e9b0-d2e1-4369-aec1-af5cf4634408
5.1.1 Zweck
Art des Auftrags: Bauleistung
Haupteinstufung(cpv): 45251100Bauarbeiten für Kraftwerke
Zusätzliche Einstufung(cpv): 09323000Fernwärme
Zusätzliche Einstufung(cpv): 24111600Wasserstoff
Zusätzliche Einstufung(cpv): 31120000Generatoren
Zusätzliche Einstufung(cpv): 31170000Transformatoren
Zusätzliche Einstufung(cpv): 42112300Gasturbinen
Zusätzliche Einstufung(cpv): 42123100Gaskompressoren
5.1.3 Geschätzte Dauer
Datum des Beginns: 2025-04-01+02:00
Enddatum: 2029-03-31+02:00
5.1.4 Verlängerung
Maximale Verlängerungen: 0
5.1.6 Allgemeine Informationen
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen
Zusätzliche Informationen: A) Formalities applying to tenders 1. The tender must be submitted in English and in written form electronically at: https://root.deutsche-evergabe.de/portal/. Use of the portal deutsche-evergabe.de is free of charge for Applicants and Applicants of Vattenfall projects. Requests to participate can be submitted there. Requests to participate by post, fax or email will not be accepted. Note on language: All supporting documents and documents must be submitted in English. 2. All evidence of compliance with the conditions of participation must be uploaded at the appropriate location (section "Own Appendices") and with the name of the file for easier verification. The corresponding file names should start with "Reg_" (Reg_ = respective register), contain abbreviations on the content and company, do not exceed a length of 60 characters and a size of 20 MB. (For example: "Reg_A_UN-Praesent_Fa_XXXXXXXXXX_2021_XX_XX"). "K.O. criteria" are minimum conditions, while items marked "Mandatory" must be entered. The bid is to be divided in accordance with the numbering in Section III.1. and should contain the information requested in the respective sections. The contracting entity reserves the right to disregard information not contained in the sections specifically provided for this purpose. References to previous tenders will not suffice for the purpose of verification. 3. The term "current" in Section III.1. means that the date of issue of the third-party confirmation in question must not be longer than 12 months prior to the date of publication in the Official Journal of the EU. 4. The obligation to submit third-party confirmation does not apply if and insofar as no such register is kept or registration is unnecessary. The onus is on the applicant to prove and explain this. In this case, the applicant must submit the required information for checking the register in question (III.1.1. to III.1.3.) in the form of other documents or self-declarations. The awarding authority is free – without being obliged to do so – to request additional documents and information for clarification. This also applies to minimum conditions. 5. For the purposes of Point 4 above, foreign applicants are still required to submit such third-party confirmation. Their equivalence must be proven. To this end, exhaustive presentation is expected. 6. Even as part of a bidding consortium, an applicant may rely on the capabilities of other companies in proving their fitness: a) Bidders wishing to avail themselves of such borrowed capacity (not possible for reliability in accordance with Section III.1.1.), must immediately name the subcontractors whose capacity they are borrowing and submit the relevant evidence for Sections III.1.1. to III.1.3. for the subcontractors together with the request to participate, this submission requirement being limited to the part of the services to be provided by subcontractors. In this case, the applicant must prove that the subcontractor will provide them with the necessary resources (e.g. in the form of a letter of commitment). b) Any other subcontractors (whose capacity is not borrowed) need not be named in the request to participate initially and the proof in accordance with Sections III.1.1. to III.1.3. need not be submitted initially for the subcontractor. The proportion contracted out alone must be indicated. However, the awarding authority reserves the right to require other applicants/Bidders who are shortlisted for further participation in the process and plan to use subcontractors, before the end of the competitive bidding or throughout the rest of the process, to name such subcontractors and to submit the aforementioned evidence in respect of their share of the services. 7. The awarding authority reserves the right – without being required to do so – to demand declarations and evidence (including for the minimum requirements) at a later date. Moreover, the awarding authority reserves the right to demand a personal introduction to an applicant or to inspect the applicant's business or a reference project, e.g. in order to verify the validity of the self-declarations. The applicant is not entitled to make any additional demands or demand a personal introduction. 8. The awarding authority reserves the right - without being obligated to do so - to conduct an audit of individual applicants/bidders within the scope of a so-called "sustainability risk assessment" even after the selection of applicants and submission of bids during the entire tendering procedure if there is a justified reason to do so. A justified reason exists in particular if the applicant/bidder has its registered office in a high-risk country or its production facilities are located there or the service is provided in or from such a country. Furthermore, the reasonable cause exists if the product or service category is classified as high risk. A list of high-risk countries and product and service categories can be found at: https://group.vattenfall.com/de/wer-wir-sind/lieferantenbeziehungen/lieferantenregistrierung Should such an audit reveal that self-declarations made by the candidate/bidder in the award procedure pursuant to III.1.1 Register G and H do not apply, the awarding authority is entitled to exclude the candidate/bidder from further competition. 9. The Employer reserves the right to exclude applications which do not meet the minimum requirements and/or deadlines from the further process, without further checks. 10. By submitting the request to participate, the applicant declares that they agree to a change of awarding authority/Employer. The possibility cannot be ruled out that a different company may become the awarding authority/Employer in the course of the tendering process. 11. Questions are to be submitted exclusively via the eVergabe question-and-answer tool. The awarding authority will endeavour to answer promptly. 12. If and to the extent to which it is permitted by law, qualification criteria may also be demonstrated using a standard European self-declaration. 13. The Applicant – each individual member in the case of bidding consortia – must sign a confidentiality Agreement, the applicant should use the form available from the contact point (see Point 1.1 of the notice) for this purpose. B) Tendering process and specifications for the awarding of contracts The specifications for the tendering process can be found in the call for tenders. In the interests of ensuring maximum transparency, the awarding authority will nevertheless announce a number of general guidelines in advance, which cannot be required to be complied with and are therefore subject to clarification and change within the context of the call for tenders: 1. In the case of tenders to be submitted subsequently, which - based on the award criteria - prove to be significantly inferior to the competition financially speaking, following the submission of the tenders, the awarding authority may decide to exclude the bidder in question from further negotiations (elimination). 2. The awarding of contracts is subject to approval by the boards of the contracting entity. 3. The awarding of contracts is subject to existing official permits. 4. The awarding of contracts is subject to the performance of the services on economically feasible terms, to be established by the awarding authority. 5. Since the procurement project as a whole is of great importance for the functioning the supply of district heating to the population, the community and the complete publication of the documents would allow conclusions to be drawn about the functioning of critical infrastructure systems, the client refers within the EU announcement to §§ 5 para. 3, 41 Para.4 SektVO to maintain confidentiality and secrecy, and will only provide those bidders in the bidding process with further information about the project who have proven in the preceding participation competition that they are able to provide the required services (aptitude test). 6. The awarding authority reserves the right to announce options in the contract documents. 7. The awarding authority reserves the right to divide the contract for the "CHP" into two phases. The first phase is a firm order with works focused mainly on engineering. The second phase with the rest of the works will initially only be commissioned as an option. This option can be drawn unilaterally by the awarding authority if there is a positive committee decision, which depends, among other things, on final public-law approvals and a positive final investment decision by the committees responsible. The second phase includes, among other things, engineering, procurement, manufacturing and construction up to commissioning. The "LTSA" part is initially only tendered as an option that can unilaterally be drawn by the awarding authority 8. The awarding authority reserves the right to announce further options in the contract documents.
5.1.7 Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
Beschreibung: To achieve the goals mentioned in II.1.4), a new Combined Heat and Power Plant (CHP Plant) with heating capacity of 320-340 MW_th will be built. This lot 1 includes the 1. turnkey engineering, procurement, construction and commissioning (“EPC”) of the CHP plant, consisting of 3 gas turbine generator trains & heat recovery boilers, incl. auxiliary systems. Utilization of supplementary firing as necessary gas compressor station 110kV grid connection and power supply system buildings for each of the above-mentioned systems in total three main buildings Notes: The awarding authority intends to obtain an environmental permit in parallel to negotiation of the tender announced herewith. The awarding authority will therefore provide further engineering documentation as framework for realization in line with the permit application. Main demolition activities to provide for sufficient space have started, removing structures above 0m; finalization is expected by Q1/2025, subsequent demolition works might last longer. The awarding authority intends to execute subsoil civil works (such as excavations, piling) for overall schedule optimization. A certain amount of remaining subsoil structures is to be expected and have to be integrated into the new building(s). the plant shall be designed “H2 ready”, i.e. the capability to utilize approx. 20% H2 by vol. is expected as a mandatory requirement, moreover, an economic upgrade to 100% H2 capability in the future is of high importance for the awarding authority, to be further specified in the tender documents. A minimum electrical output currently expected in the range of 50 - 60MW at the generator terminals, will be required, to be further specified in the tender documents. Expected realization period is from Q1/2025 to Q4/2028. Part of the scope of the lot 1 is also a 2. Long Term Service Agreement (“LTSA”) for the Gas Turbine Units that will be contracted with the OEM of the Gas Turbine directly, or with an officially licensed service partner by the OEM. Even though the (combined) contractual objects are divided into “EPC“ and “LTSA“ it is common practice in the industry sector to consider the economic efficiency as a whole. Therefore, the decision about the economically most advantageous solution in the tendering procedure will be based on the overall economic efficiency of a tender on both “EPC” and “LTSA”. Thus, a division into single lots would make no economic sense. Tender documents will provide further details on this. In order to display the accountability for each contractual part clearly, each contractual part, “EPC” on the one hand and “LTSA” on the other, shall be subject to one separate agreement as is common practice in the industry sector. It is possible to enter into two separate agreements with one company who offers both contractual parts in one. Likewise, it is possible, that in case of an applicant consortium, one or more members of the consortium enters the “EPC” contractual part whereas one or more members of the consortium enters the “LTSA” part. The offering of both contractual parts in one agreement by one applicant shall be excluded. Likewise, the offering of merely one contractual part (e.g. “EPC”) while using a subcontractor for the other part (e.g. “LTSA”) shall also be excluded. The awarding authority desires to select the responsible party directly and to enter into an agreement with such party by himself. (See further notes under III.1.8.).
5.1.9 Eignungskriterien
Kriterium:
Art: Eignung zur Berufsausübung
Beschreibung: https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/subproject/579558fe-a477-408b-9ada-bd4e6d982604/suitabilitycriteria (See further notes under VI.3). Only for EPC applicants: Together with the participation request, the applicant must also submit proof of compliance with the following conditions (every applicant and every member of a bidding consortium must submit the documents mentioned in III.1.1) of the contract notice): Only for LTSA applicants: Together with the participation request, the applicant must also submit proof of compliance with the following conditions (every applicant and every member of a bidding consortium must submit the documents mentioned in III.1.1) of the contract notice): Register A) Covering letter presenting the company and its complete group structure (including ownership). Mention of the main contact person for this tender with name, function, mail address, mobile phone number. Register B) [MINIMUM REQUIREMENT] Current entry in the professional or trade register of the country of origin or submission of written confirmation of this. As an alternative to the requested proof, proof of equivalent registration with Connexio/Achilles Germany is also sufficient here. Register C) [MINIMUM REQUIREMENT] Current evidence from the tax authority of payment of taxes or equivalent written confirmation from the country of origin or provenance. Register D) not applicable Register E) not applicable Register F) not applicable Register G) [MINIMUM REQUIREMENT] Declaration of mandatory and optional exclusion criteria within the meaning of Sections 123 and 124 of the Act against Restraints on Competition (GWB), Section 21 of the Act on Posting of Workers (AentG), Section 98c of the Residence Act (AufenthG), Section 21 of the Undeclared Employment Act (SchwarzArbG) and Section 19 of the Minimum Wage Act (MiLoG). For this purpose, the applicant must use the form provided at the contact point (see Section I.1) notice. Register H) [MINIMUM REQUIREMENT] Declaration by the applicant that they have read and understood the Code of Conduct for Suppliers and Partners and Vattenfall GmbH´s policy statement in accordance with the Supply Chain Sourcing Obligation Act (LkSG). The Code can be found under "Code of Conduct for Suppliers and Partners" https://group.vattenfall.com/who-we-are/suppliers The policy statement can be found at: www.vattenfall.de/lieferkettensorgfaltspflichtengesetz The applicant further declares that they will perform their services in accordance with the UN Global Compact principles and the principles of the policy statement, and commits themselves to monitor both themselves and their suppliers/subcontractors constantly to ensure that performance is maintained and complies with these principles. The applicant states that none of the deviations from the UN Global Compact is valid for them or any suppliers/subcontractors used by them for the service provision. For this purpose, the applicant must use the form provided at the contact point (see Section I.1) notice. Register I) [MINIMUM REQUIREMENT] Declaration on VO-2022-833 (Russia sanctions). For this purpose, the applicant must use the form provided at the contact point (see Section I.1) notice.
Anwendung dieses Kriteriums: Verwendet
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen
Kriterium:
Art: Wirtschaftliche und finanzielle Leistungsfähigkeit
Beschreibung: https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/subproject/579558fe-a477-408b-9ada-bd4e6d982604/suitabilitycriteria Only for EPC applicants: See also more detailed explanations under VI.3). Every applicant and every member of a bidding consortium must submit the documents mentioned in III.1.2) of the notice. The evidence mentioned in III.1.2), Registers L, M and O of the notice need only be submitted once by each applicant or bidding consortium. Only for LTSA applicants: See also more detailed explanations under VI.3). Every applicant and every member of a bidding consortium must submit the documents mentioned in III.1.2) of the notice. The evidence mentioned in III.1.2), Registers L, M and O of the notice need only be submitted once by each applicant or bidding consortium. Register J) not applicable Register K) not applicable Register L) Proof of the existence of a public liability insurance (insured event: damaging event) including the product liability and environmental liability insurance, which covers the legal liability of the contractor for personal injury and / or property damage and environmental damage to third parties with a sum insured of at least 10 MEUR per insured event and twice in the insurance year. In addition, environmental damage insurance with a sum insured of 3 MEUR per insured event and year must be taken out and proven. Register M) [MINIMUM REQUIREMENT] Only for the applicants of “EPC” Proof that the candidate meets an average annual turnover requirement over the three most recent years of a minimum of 300 MEUR. Only for the applicants of “LTSA” Proof that the candidate meets an average annual turnover requirement over the three most recent years of a minimum of 75 MEUR. Register N) not applicable Register O) [MINIMUM REQUIREMENT] Submission of the complete consolidated Annual Reports (or similar) with an unqualified auditor’s report including the management report, appendices, auditor’s approvals and comments from the last 3 financial years with information on the profit and loss account (in particular on EBIT), the balance sheet (in particular on equity) and the cash flow statement. On the basis of the information requested, the awarding authority shall carry out a credit check to determine the financial and economic capacity of the applicant. The applicant is considered to be financially suitable if the credit check shows that the applicant company is financially sound and large enough in relation to the value and term of the contract to fulfil all contractual obligations. For this purpose, the applicant must have adequate profit margins and sufficient operating cash flows as well as an appropriate capital base with a generally acceptable (low) level of debt. The size and financial profile of the applicant must also be proportionate to the value of the contract and there must be a positive outlook that the applicant will be able to maintain its financial fitness during the term of the contract. As far as the applicant wishes to prove financial suitability with borrowed capacity (see also VI.3. A Section 6 of this notice), they must specify the third party on which they wish to rely (e.g. the parent company in the case of group companies) and also submit the following for this third party: (a) All documents referred to in III.1.1; (b) Documents in accordance with III.1.2. according to Register M and O (c) Evidence that the third party will actually make the resources required for the contract available to the applicant in the event of an award (letter of commitment). In the case of Group companies, evidence can be provided, among other things, by: (aa) A declaration by the third party (e.g. the parent company) that, in the event of a contract being awarded, the latter is willing, in addition to III.1.2.) Register M (which is only to be provided by the applicant), to provide a guarantee for the entire scope of services of the applicant (Group guarantee) or (bb) Providing proof of a control and profit-transfer Agreement with the additional declaration by the controlling company that, in the event of a contract being awarded, they shall: (i) inform the Employer of forthcoming alterations to or termination of the control and profit-transfer Agreement in writing in advance and (ii) automatically provide the security in accordance with Section 303(1) of the German Companies Act (AktG), without notification being required from the Employer and (iii) provide the security in accordance with Section 303(1) AktG either in the form of a group guarantee where the parent company possesses sufficient financial fitness, or else in the form of an indefinite guarantee issued by a bank with a minimum rating of BBB with stable outlook (Standard & Poor’s or Fitch) or Baa2 with stable outlook (Moody’s). The awarding authority reserves the right – without being obliged to do so – to request additional documents/information from the applicant (or from the third party in the case of borrowed capacity) and/or to conduct information discussions when examining the financial suitability of the applicant. This may be the case in particular – without being limited to this – if the awarding authority has information on the creditworthiness of the applicant from the market/generally accessible media, etc., which contradicts the documents submitted or requires clarification.
Anwendung dieses Kriteriums: Verwendet
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen
Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Beschreibung: https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/subproject/579558fe-a477-408b-9ada-bd4e6d982604/suitabilitycriteria Only for EPC applicants: See also more detailed explanations under VI.3). Every applicant and every member of a bidding consortium must submit the documents mentioned in III.1.3) of the contract notice. The evidence mentioned in III.1.2), Register P of the notice need only be submitted once by each applicant or bidding consortium. Only for LTSA applicants: Every applicant and every member of a bidding consortium must submit the documents mentioned in III.1.3) of the contract notice. The evidence mentioned in III.1.2), Register P and R of the notice need only be submitted once by each applicant or bidding consortium. Register P) [MINIMUM REQUIREMENT] Only for EPC applicants: Reference information on comparable services with the tendered service. Minimum one reference is to be submitted that demonstrate experience with a comparable range of services as defined in Section II.1.4, and II.2.4. i.e., having executed engineering, procurement, construction and commissioning scope of work on a turnkey basis for a combined heat and power plant (“CHP”) or combined cycle heat and power plant (“CCHP”). The reference is acceptable if, in particular but not limited to, all of the following criteria apply: a) the reference's commercial operation date is not older than 8 years, measured from the date of EU-announcement; in case commercial operation has not yet been achieved, the reference is at least in commissioning phase b) the plant employs gas turbines (CHP) or gas turbines and steam turbines (CCHP) as primary means for electricity production c) The minimum electrical capacity shall be around 40MW per gas turbine generator unit d) the contracted scope comprised of (at least): building(s), main equipment (gas turbine(s) , generator(s), Boiler(s), fuel gas connection, high voltage grid connection Note: Both hot water boiler and heat recovery steam generator are considered as “Boiler” if the gas turbine exhaust is used as primary heat source. For avoidance of doubt: an open cycle gas turbine plant without heat recovery boiler shall not count as reference. The awarding authority is entitled to take into account its own experience with the applicants from similar projects. If negative experiences demonstrably exist, the awarding authority may invite the applicant to a face-to-face meeting to discuss the situation. If the applicant is unable to demonstrate their fitness in the course of this meeting, despite the awarding authority's own bad experiences, the awarding authority is entitled to rule out the applicant as unfit. For each reference, the applicant must use the form provided at the contact point of the announcement (AnnexReference_Form). Only for LTSA applicants: Provision of references for the successful completion of at least 20 major gas turbine overhauls. The reference does not necessarily have to relate to the same gas turbine that the bidder's consortium partner is offering for the "EPC" part of the contract and which is therefore the subject of the LTSA. Provision of at least ten references on Long Term Service Agreements whose contract date is not older than ten years. The reference must relate to the same gas turbine type – or a gas turbine within the same family (i.e. by the same OEM, comparable in terms of power and/or design) - that the bidding consortium partner of the applicant offers for the “EPC” part of the contract and which is therefore subject of the LTSA. Notice: (1) refers exclusively to single overhauls, while (2) refers to the execution of an entire LTSA. Intersections of (1) and (2) are permitted (e.g. the overhauls under (1) can be part of an LTSA under (2). Applicants are nevertheless obliged to list the references under (1) and (2) separately. For the information under (2), the applicant must provide the following minimum information (in individual cases anonymizations are accepted): - Reference contractor with contact details - Reference power plant and number of gas turbines (number and model) - Names of the components and systems included in the maintenance, e.g. gas turbine, generator, auxiliary and ancillary systems, etc. - Date of conclusion of the contract - Specification of the contract term in years and/or operating hours - Included spare parts packages (packages, no list) - For OEM-certified service providers only: License agreement and scope of OEM-licensed spare parts - For OEM-certified service providers only: Provision of certification stating the period of validity of the certificate with the OEM for the same gas turbine type that the applicant will offer. The awarding authority is entitled to take into account its own experience with the applicants from similar projects. If negative experiences demonstrably exist, the awarding authority may invite the applicant to a face-to-face meeting to discuss the situation. If the applicant is unable to demonstrate their fitness in the course of this meeting, despite the awarding authority's own bad experiences, the awarding authority is entitled to rule out the applicant as unfit. Register Q) Proof of the introduction and implementation through procedures of a quality management system in accordance with the DIN EN ISO 9001 series by means of valid certificates. Alternatively, proof is to be provided of implementation of a similar quality management system. Register R) Only for LTSA-Applicants: A gas turbine service center within the EU is a prerequisite. Applicants must either provide evidence of its existence or submit a self-declaration confirming that in the event of a contract, they are willing and capable to establish and maintain such service center within the EU. Register S) not applicable Register T) [MINIMUM REQUIREMENT] The applicant shall fill in an HSE questionnaire. See detailed information on evergabe
Anwendung dieses Kriteriums: Verwendet
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen
5.1.10 Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Price
Gewichtung (Prozentanteil, genau): 60
Kriterium:
Art: Qualität
Bezeichnung: Evaluation of performance according to the defined performance criteria
Gewichtung (Prozentanteil, genau): 40
5.1.11 Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: ENG
Frist für die Anforderung zusätzlicher Informationen: 2024-02-02+01:0023:59:00+01:00
5.1.12 Bedingungen für die Auftragsvergabe
Verfahrensbedingungen:
Voraussichtliches Datum der Absendung der Aufforderungen zur Angebotseinreichung: 2024-04-19+02:00
Bedingungen für die Einreichung:
Elektronische Einreichung: Erforderlich
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Die Bieter können mehrere Angebote einreichen
Beschreibung der finanziellen Sicherheit: In the event of a contract, the applicant shall provide guarantees, a) amounting to at least 10% of the value of the contract in the form of a contract performance guarantee (b) for all advance payments; c) amounting to at least 5% of the value of the contract in the form of a warranty bond issued by a bank with a minimum rating with stable outlook of BBB (Standard & Poor’s or Fitch) or Baa2 (Moody’s). For the purposes of the qualification check, the phrase "value of the contract" shall mean the full agreed net remuneration of the future Contractor, disregarding any subsequent adjustments to such remuneration, which may arise from the performance or amendment of the contract. In the case of multiple ratings, the lowest rating applies.
Frist für den Eingang der Teilnahmeanträge: 2024-02-09+01:0023:59:00+01:00
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können alle fehlenden Bieterunterlagen nach Fristablauf nachgereicht werden.
Zusätzliche Informationen: Possible indications of the contracting authority in the tender documents are to be considered.
Auftragsbedingungen:
Bedingungen für die Ausführung des Auftrags: see contract documents
Es ist eine Geheimhaltungsvereinbarung erforderlich
Zusätzliche Angaben zur Geheimhaltungsvereinbarung: See detailed information on evergabe
Zahlungen werden elektronisch geleistet
Von einer Bietergemeinschaft, die den Zuschlag erhält, anzunehmende Rechtsform: Bidding consortia are permitted provided that the applicants declare that the formation of the bidding consortium does not constitute a breach of Section 1 GWB (self-declaration). The declaration must be submitted by the latest possible date of the formation of the consortium. a. Bidding consortia within the "EPC" part of the contract Bidding consortia within the "EPC" contract may be formed between applicants already determined to be suitable or between at least one applicant determined to be suitable and one or more third parties not previously involved in the participation competition until the submission of the first binding offer, in accordance with the following notes on a). The bid must be signed by all members of the (EPC) bidding consortium. A lead member is to be appointed. Their powers must be specified. The consortium declaration of the (EPC) bidding consortium shall include that the members of the consortium are jointly and severally liable. Notices to a): - Bidding consortia formed by the end of the competition, applying as consortium from the start, must submit documents in accordance with the preliminary notes to III.1.1., III.1.2. and III.1.3. (clarification: explanations before the registers under "Only for EPC applicants"). As stated there, certain documents must be submitted only once per bidding consortium, not for each individual applicant. - For bidding consortia formed after the end of the competition and up to the first binding offer: (1) Combination of already qualified applicants: These applicants must individually submit all required documents by the deadline for the application for participation ("Only for EPC applicants"). Suitability must be positively determined for each individual applicant. (2) Combination of qualified applicants and previously uninvolved third parties: At least one member of the subsequent bidding consortium must have submitted all required documents by the deadline for the application for participation ("Only for EPC applicants"). Suitability must be positively determined for this applicant individually. Previously uninvolved third parties must submit documents required of each applicant in accordance with the preliminary notes to III.1.1., III.1.2. and III.1.3. ("Only for EPC applicants") by the latest possible date of the formation, positively reviewed by the awarding authority. Documents required only once per bidding consortium no longer need to be submitted. b. Bidding consortia between the contracting parties' "EPC" and "LTSA" and within the contracting part "LTSA" Bidding consortia between the contracting parties "EPC" and "LTSA" as well as within the contracting part "LTSA" may be formed up to the submission of the first binding offer, as outlined in following information on b). The bid must be signed by all members of the bidding consortium. A lead member must be appointed (one member per partial service for "EPC" and "LTSA"). Notices to b): -The bidding consortium between the contractual parties' "EPC" and "LTSA" is limited to the duration of participation in this tender procedure. Members of the bidding consortium do not have to be jointly and severally liable for the subsequent performance of the two contractual parties' "EPC" and "LTSA". If the contract is awarded, the contract for the "EPC" part of the services will be concluded with the bidder/the bidding consortium for the "EPC" part of the services and for the "LTSA" part of the services with the bidder/the bidding consortium for the "LTSA" part of the services. - For bidding consortia within the LTSA part of the contract, a declaration that the members of the bidding consortium are jointly and severally liable must be submitted. The offer (for the LTSA part of the contract) must be signed by all members of the (LTSA) bidding consortium. A lead member must be appointed. Their powers must be specified. - Contrary to the other requirements of this announcement, it is permissible to submit participation documents for LTSA applicants ("Only for LTSA applicants") in accordance with the requirements of this announcement, at the same time as the submission of the first binding offer. In this case, an "EPC applicant" nominating its LTSA partner and submitting documents with the first binding offer will be admitted, pending a positive suitability review of the LTSA applicant. Earlier nomination and submission of documents is not affected by this. Clarification for a) and b) It is therefore also permitted for bidding consortia to be formed for both the "EPC" and "LTSA" parts of the contract and for these consortia to form an overall bidding consortium (EPC and LTSA) for this tender procedure only. In this constellation, the respective "EPC" and "LTSA" bidding consortia would become the respective contractual partners in the event of a contract, whereas the overall bidding consortium between "EPC" and "LTSA" would be dissolved at the end of the tender procedure. It is also permissible for an EPC bidder/bidding consortium not to name an LTSA partner by the end of the application to participate and for the bidding consortium between the EPC bidder/bidding consortium and the LTSA bidder/bidding consortium not to merge until the first binding bid is submitted. In this case, the "EPC applicant" is only admitted to the further procedure subject to a positive suitability review of the LTSA applicant. In addition, it is possible that an EPC bidder approved as suitable in the competition may align with a third party/third parties not previously involved in the procedure until the first bid is submitted. The further procedure would then continue with the bidding consortium formed in this way, whereas this specific EPC bidder is not permitted to further act in parallel as an individual bidder. See detailed information on evergabe
Finanzielle Vereinbarung: see contract documents
Informationen über die Überprüfungsfristen: In accordance with Section 160 (3) clause 1 Nos 1 to 4 of the GWB, requests for a review are not permitted a) if the requester has identified the alleged violation of procurement rules before lodging the request for a review and has not notified the contracting entity within 10 calendar days; the expiry of the time period according to Section 134 (2) remains unaffected (Section 160 (3) clause 1 No.1 GWB). b) where violations of procurement rules, recognised on the basis of the notice, are not reported by the deadline for submitting offers or application to the contracting entity specified in the notice (Section 160(3) clause 1 No. 2 GWB). c) where violations of procurement rules, first recognisable in the tender documents, are not reported by the deadline for submitting tenders or application to the contracting entity specified in the notice/call for tenders (Section 160(3) clause 1 No. 3 GWB). d) where more than 15 calendar days have elapsed after receipt of notification from the contracting entity that they do not intend to remedy a complaint (Section 160(3) clause 1 No. 4 GWB).
5.1.15 Techniken
Rahmenvereinbarung:
Keine Rahmenvereinbarung
Informationen über das dynamische Beschaffungssystem
Kein dynamisches Beschaffungssystem
Elektronische Auktion:
5.1.16 Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Vergabekammer des Landes Berlin
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Vattenfall GmbH
8. Organisationen
8.1 ORG-0004
Offizielle Bezeichnung: Beschaffungsamt des BMI
Registrierungsnummer: 994-DOEVD-83
Stadt: Bonn
Postleitzahl: 53119
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt(DEA22)
Land: Deutschland
Telefon: +49228996100
Rollen dieser Organisation:
TED eSender
8.1 ORG-0001
Offizielle Bezeichnung: Vattenfall Wärme Berlin Aktiengesellschaft
Registrierungsnummer: 3c679aee-7065-41ff-8bad-a334ab54927b
Postanschrift: Hildegard Knef Platz 2
Stadt: Berlin
Postleitzahl: 10829
Land, Gliederung (NUTS): Berlin(DE300)
Land: Deutschland
Telefon: +49 302670
Internetadresse: https://www.vattenfall.de
Rollen dieser Organisation:
Beschaffer
8.1 ORG-0002
Offizielle Bezeichnung: Vergabekammer des Landes Berlin
Registrierungsnummer: fa97f8ca-a365-4b63-8a3f-fc5c739581cf
Postanschrift: Martin-Luther-Str. 105
Stadt: Berlin
Postleitzahl: 10825
Land, Gliederung (NUTS): Berlin(DE300)
Land: Deutschland
Telefon: +49 3090138316
Fax: +49 3090137613
Rollen dieser Organisation:
Überprüfungsstelle
8.1 ORG-0003
Offizielle Bezeichnung: Vattenfall GmbH
Registrierungsnummer: 300b49d7-09b6-4733-af8c-b51bf54045bc
Postanschrift: Hildegard Knef Platz 2
Stadt: Berlin
Postleitzahl: 10829
Land, Gliederung (NUTS): Berlin(DE300)
Land: Deutschland
Telefon: +49 40657988000
Internetadresse: https://www.vattenfall.de/
Rollen dieser Organisation:
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
10. Änderung
Fassung der zu ändernden vorigen Bekanntmachung: 7a537e98-009a-45cf-af35-3d43bf1b17e6-01
Hauptgrund für die Änderung: Korrektur – Beschaffer
11. Informationen zur Bekanntmachung
11.1 Informationen zur Bekanntmachung
Kennung/Fassung der Bekanntmachung: c34a9daf-d29f-4897-b172-256d57d9e50d- 01
Formulartyp: Wettbewerb
Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung
Datum der Übermittlung der Bekanntmachung: 2024-01-18+01:0014:10:38+01:00
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
11.2 Informationen zur Veröffentlichung
Veröffentlichungsnummer der Bekanntmachung: 00039849-2024
ABl. S – Nummer der Ausgabe: 14/2024
Datum der Veröffentlichung: 2024-01-19Z