Deutschland - Mit Offshore-Anlagen verbundene Dienstleistungen - Global Tech I Offshore Wind GmbH - SMA WTG
1. Beschaffer
1.1 Beschaffer
Offizielle Bezeichnung: Global Tech I Offshore Wind GmbH
Tätigkeit des Auftraggebers: Mit Strom zusammenhängende Tätigkeiten
2. Verfahren
2.1 Verfahren
Titel: Global Tech I Offshore Wind GmbH - SMA WTG
Beschreibung: Global Tech I is a 400 MW wind farm in the German Exclusive Economic Zone (EEZ) of
the North Sea, located about 110 kilometres from the shore, operated by Global Tech
I Offshore Wind GmbH (GTI). The offshore wind farm (OWF) has been operational since
2015 and is subjected to a Feed-In Tariff (FiT) regulated under the German EEG (German:
Erneuerbare-Energien-Gesetz) regime. Global Tech I is entitled to a fixed electricity
price of EUR154/MWh until 2026/2027. After this period, Global Tech I is supported
by a floor price of EUR39/MWh until the end of 2036/2037. Global Tech I comprises
80 wind turbine generators (WTGs) type AD 5-116 with a 5,2 MW nominal power manufactured
by Adwen (now rebranded to Siemens Gamesa Renewable Energy Deutschland GmbH (SGRE
DE)). The wind turbines are mounted on steel tripod foundations, and the rotor diameter
is 116 meters. Global Tech I connects to the grid via TenneT"s BorWin Gamma HVDC platform,
where TenneT is obliged to take off all electricity generated under the EEG. The Balance
of Plant operation and maintenance (BoP O&M) scope is performed and managed by GTI,
including a single offshore substation (OSS) operated by GTI. An operational control
center (OCC) located in Hamburg comprises seven (7) full-time employees working on
a 24/7 basis, responsible for control and management of WTG monitoring (SCADA), marine
and weather surveillance, grid interface and system management, and coordination of
vessels and flight logistics. The SMA to be awarded contains three lots as follows:
- Lot. A: WTG Service and Maintenance Agreement - Lot. B: Main Component Replacement
- Lot. C: Refurbishment of Main Components
Kennung des Verfahrens: 43c41901-4e53-433c-9cd9-9c7024db6e1d
Verfahrensart: Verhandlungsverfahren mit vorheriger Veröffentlichung eines Aufrufs zum Wettbewerb/Verhandlungsverfahren
Zentrale Elemente des Verfahrens: see procurement documents
Der Erwerber behält sich das Recht vor, zusätzliche Käufe vom Auftragnehmer zu tätigen,
wie hier beschrieben: The contract for each Lot shall have an extension option for an additional five (5)
year term.
5.1.6 Allgemeine Informationen
Es handelt sich um die Vergabe wiederkehrender Aufträge
Beschreibung: see procurement documents
Die Namen und beruflichen Qualifikationen des zur Auftragsausführung eingesetzten
Personals sind anzugeben: Nicht erforderlich
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen
Zusätzliche Informationen: see procurement documents
5.1.7 Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
5.1.9 Eignungskriterien
Kriterium:
Art: Eignung zur Berufsausübung
Bezeichnung: Legal entity requirements for all lots (Lot. A, Lot. B and Lot. C)
Beschreibung: The applicant must provide proof of legal existence and registration as a business
entity in the form of: - Certificate of Incorporation - Company structure and governance
- Value-Added Tax (VAT) identification number or equivalent tax registration number
of the economic operator
Kriterium:
Art: Wirtschaftliche und finanzielle Leistungsfähigkeit
Bezeichnung: Economic and Financial Standing
Beschreibung: Lot. A: WTG Service and Maintenance Agreement The bidder must demonstrate an annual
overall turnover (in IFRS: "revenue") of minimum EUR 35 million calculated as an average
of the latest three (3) financial years available. Lot. B: Main Component Replacement
The bidder must demonstrate an annual overall turnover (in IFRS: "revenue") of minimum
EUR 5 million calculated as an average of the latest three (3) financial years available.
Lot. C: Refurbishment of Main Components The bidder must demonstrate an annual overall
turnover (in IFRS: "revenue") of minimum EUR 0,5 million calculated as an average
of the latest three (3) financial years available.
Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: A. Project Experience
Beschreibung: Lot. A: WTG Service and Maintenance Agreement The applicant must demonstrate experience
and expertise in managing service and maintenance works of offshore wind projects
by: - Providing at least one reference covering servicing of a large-scale offshore
wind farm with a capacity of 200 MW or more OR a large-scale offshore wind farm consisting
of minimum 30 WTGs for a service period of minimum 3 years. The reference must show
that the scope of services provided include scheduled and unscheduled WTG services.
Lot. B: Main Component Replacement - Providing at least 3 references covering Main
Component Replacement services (MCR) for at least two of the following components:
Nacelle, Main Bearing, Gearbox, Rotor star, Blades, or Transformer, including a provision
of suitable vessel for carrying out the services. Lot. C: Refurbishment of Main Components
- Providing at least 3 references covering refurbishment services for the following
main components: Offshore WTG Nacelle and Blades. - The applicant shall have or have
access to a refurbishment facility in Europe Only references carried out within the
last 5 years before the expiry of the deadline for RtP will be accepted unless the
economic operator"s client on an ongoing project is happy to provide a reference based
on the work already delivered to date. For each project used as a reference, the applicant
must provide the following description: a. Name of offshore wind farm including location,
number, and type of WTGs. b. Scope of services carried out including duration period
of the service agreement. c. Where applicable, specify the logistical concept used
to perform the services and if the applicant has been responsible for chartering logistics.
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens
eingeladen werden sollen
Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: B. Required systems for quality, environmental protection, health, and safety
Beschreibung: Lot. A: WTG Service and Maintenance Agreement - ISO 9001: The applicant must demonstrate
compliance to ISO 9001 standard or equivalent. Conformity must be demonstrated by
third party certification. Alternatively, VDA 6.1 certification, ISO/TS 16949 etc.
can be accepted. - ISO 14001: The applicant must demonstrate an active engagement
in environmental concerns. This includes the establishment, and adherence to, an environmental
management as per ISO 14001, or equivalent. Conformity must be demonstrated by third
party certification. - ISO 45001: The applicant must possess a valid ISO 45001 certification,
demonstrating compliance with international standards for Occupational Health and
Safety Management Systems. The certification must be issued by a recognized and accredited
certification body. Lot. B: Main Component Replacement - ISO 9001: The applicant must
demonstrate compliance to ISO 9001 standard or equivalent. Conformity must be demonstrated
by third party certification. Alternatively, VDA 6.1 certification, ISO/TS 16949 etc.
can be accepted. - ISO 14001: The applicant must demonstrate an active engagement
in environmental concerns. This includes the establishment, and adherence to, an environmental
management as per ISO 14001, or equivalent. Conformity must be demonstrated by third
party certification. Lot. C: Refurbishment of Main Components - ISO 9001: The applicant
must demonstrate compliance to ISO 9001 standard or equivalent. Conformity must be
demonstrated by third party certification. Alternatively, VDA 6.1 certification, ISO/TS
16949 etc. can be accepted.
Informationen über die zweite Phase eines zweiphasigen Verfahrens:
Mindestzahl der zur zweiten Phase des Verfahrens einzuladenden Bewerber: 4
Höchstzahl der zur zweiten Phase des Verfahrens einzuladenden Bewerber: 4
5.1.10 Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Economics
Beschreibung: see procurement documents
Gewichtung (Prozentanteil, genau): 50
Kriterium:
Art: Qualität
Bezeichnung: O&M Concept
Beschreibung: see procurement documents
Gewichtung (Prozentanteil, genau): 30
Kriterium:
Art: Qualität
Bezeichnung: Tender Compliance (CoC and Schedule deviations)
Beschreibung: see procurement documents
Gewichtung (Prozentanteil, genau): 20
5.1.11 Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: ENG
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Frist für den Eingang der Angebote: 2024-02-28+01:0012:00:00+01:00
Frist, bis zu der das Angebot gültig sein muss: 90DAYS
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können einige fehlenden Bieterunterlagen nach Fristablauf
nachgereicht werden.
Zusätzliche Informationen: see sec. 51 SektVO
Auftragsbedingungen:
Bedingungen für die Ausführung des Auftrags: see procurement documents
Elektronische Rechnungsstellung: Erforderlich
Aufträge werden elektronisch erteilt
Zahlungen werden elektronisch geleistet
Finanzielle Vereinbarung: see procurement documents
Informationen über die Überprüfungsfristen: Please note that German public procurement law stipulates obligations to give notice
of defects, non-compliance with which can lead to the inadmissibility of requests
for review (§ 160 (3) GWB)): convenience translation: Section 160 - Initiation of
the Proceedings, Application (3) The application is inadmissible if 1. the applicant
became aware of the claimed violation of public procurement provisions before filing
the application for review, but did not complain to the contracting authority within
a time limit of 10 calendar days; the expiry of the time limit under Section 134(2)
remains unaffected, 2. violations of public procurement provisions which become apparent
from the tender notice are not notified to the contracting authority by the end of
the time limit for the application or the submission of a tender specified in the
notice, 3. violations of public procurement provisions which only become apparent
from the procurement documents are not notified to the contracting authority by the
end of the time limit for the application or the submission of a tender specified
in the notice, 4. more than 15 calendar days have expired since receipt of notification
from the contracting entity that it is unwilling to redress the objection. Sentence
1 shall not apply to an application under Section 135(1) no 2 to have the contract
declared ineffective. Section 134(1) sentence 2 shall remain unaffected.
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 Hamburg bei der Finanzbehörde
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Global Tech I Offshore Wind GmbH
Der Erwerber behält sich das Recht vor, zusätzliche Käufe vom Auftragnehmer zu tätigen,
wie hier beschrieben: The contract for each Lot shall have an extension option for an additional five (5)
year term.
5.1.6 Allgemeine Informationen
Es handelt sich um die Vergabe wiederkehrender Aufträge
Beschreibung: see procurement documents
Die Namen und beruflichen Qualifikationen des zur Auftragsausführung eingesetzten
Personals sind anzugeben: Nicht erforderlich
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen
Zusätzliche Informationen: see procurement documents
5.1.7 Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
5.1.9 Eignungskriterien
Kriterium:
Art: Eignung zur Berufsausübung
Bezeichnung: Legal entity requirements for all lots (Lot. A, Lot. B and Lot. C)
Beschreibung: The applicant must provide proof of legal existence and registration as a business
entity in the form of: - Certificate of Incorporation - Company structure and governance
- Value-Added Tax (VAT) identification number or equivalent tax registration number
of the economic operator
Kriterium:
Art: Wirtschaftliche und finanzielle Leistungsfähigkeit
Bezeichnung: Economic and Financial Standing
Beschreibung: Lot. A: WTG Service and Maintenance Agreement The bidder must demonstrate an annual
overall turnover (in IFRS: "revenue") of minimum EUR 35 million calculated as an average
of the latest three (3) financial years available. Lot. B: Main Component Replacement
The bidder must demonstrate an annual overall turnover (in IFRS: "revenue") of minimum
EUR 5 million calculated as an average of the latest three (3) financial years available.
Lot. C: Refurbishment of Main Components The bidder must demonstrate an annual overall
turnover (in IFRS: "revenue") of minimum EUR 0,5 million calculated as an average
of the latest three (3) financial years available.
Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: A. Project Experience
Beschreibung: Lot. A: WTG Service and Maintenance Agreement The applicant must demonstrate experience
and expertise in managing service and maintenance works of offshore wind projects
by: - Providing at least one reference covering servicing of a large-scale offshore
wind farm with a capacity of 200 MW or more OR a large-scale offshore wind farm consisting
of minimum 30 WTGs for a service period of minimum 3 years. The reference must show
that the scope of services provided include scheduled and unscheduled WTG services.
Lot. B: Main Component Replacement - Providing at least 3 references covering Main
Component Replacement services (MCR) for at least two of the following components:
Nacelle, Main Bearing, Gearbox, Rotor star, Blades, or Transformer, including a provision
of suitable vessel for carrying out the services. Lot. C: Refurbishment of Main Components
- Providing at least 3 references covering refurbishment services for the following
main components: Offshore WTG Nacelle and Blades. - The applicant shall have or have
access to a refurbishment facility in Europe Only references carried out within the
last 5 years before the expiry of the deadline for RtP will be accepted unless the
economic operator"s client on an ongoing project is happy to provide a reference based
on the work already delivered to date. For each project used as a reference, the applicant
must provide the following description: a. Name of offshore wind farm including location,
number, and type of WTGs. b. Scope of services carried out including duration period
of the service agreement. c. Where applicable, specify the logistical concept used
to perform the services and if the applicant has been responsible for chartering logistics.
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens
eingeladen werden sollen
Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: B. Required systems for quality, environmental protection, health, and safety
Beschreibung: Lot. A: WTG Service and Maintenance Agreement - ISO 9001: The applicant must demonstrate
compliance to ISO 9001 standard or equivalent. Conformity must be demonstrated by
third party certification. Alternatively, VDA 6.1 certification, ISO/TS 16949 etc.
can be accepted. - ISO 14001: The applicant must demonstrate an active engagement
in environmental concerns. This includes the establishment, and adherence to, an environmental
management as per ISO 14001, or equivalent. Conformity must be demonstrated by third
party certification. - ISO 45001: The applicant must possess a valid ISO 45001 certification,
demonstrating compliance with international standards for Occupational Health and
Safety Management Systems. The certification must be issued by a recognized and accredited
certification body. Lot. B: Main Component Replacement - ISO 9001: The applicant must
demonstrate compliance to ISO 9001 standard or equivalent. Conformity must be demonstrated
by third party certification. Alternatively, VDA 6.1 certification, ISO/TS 16949 etc.
can be accepted. - ISO 14001: The applicant must demonstrate an active engagement
in environmental concerns. This includes the establishment, and adherence to, an environmental
management as per ISO 14001, or equivalent. Conformity must be demonstrated by third
party certification. Lot. C: Refurbishment of Main Components - ISO 9001: The applicant
must demonstrate compliance to ISO 9001 standard or equivalent. Conformity must be
demonstrated by third party certification. Alternatively, VDA 6.1 certification, ISO/TS
16949 etc. can be accepted.
Informationen über die zweite Phase eines zweiphasigen Verfahrens:
Mindestzahl der zur zweiten Phase des Verfahrens einzuladenden Bewerber: 4
Höchstzahl der zur zweiten Phase des Verfahrens einzuladenden Bewerber: 4
5.1.10 Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Economics
Beschreibung: see procurement documents
Gewichtung (Prozentanteil, genau): 60
Kriterium:
Art: Qualität
Bezeichnung: Tender Compliance (CoC and Schedule deviations)
Beschreibung: see procurement documents
Gewichtung (Prozentanteil, genau): 40
5.1.11 Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: ENG
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Frist für den Eingang der Angebote: 2024-02-28+01:0012:00:00+01:00
Frist, bis zu der das Angebot gültig sein muss: 90DAYS
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können einige fehlenden Bieterunterlagen nach Fristablauf
nachgereicht werden.
Zusätzliche Informationen: see sec. 51 SektVO
Auftragsbedingungen:
Bedingungen für die Ausführung des Auftrags: see procurement documents
Elektronische Rechnungsstellung: Erforderlich
Aufträge werden elektronisch erteilt
Zahlungen werden elektronisch geleistet
Finanzielle Vereinbarung: see procurement documents
Informationen über die Überprüfungsfristen: Please note that German public procurement law stipulates obligations to give notice
of defects, non-compliance with which can lead to the inadmissibility of requests
for review (§ 160 (3) GWB)): convenience translation: Section 160 - Initiation of
the Proceedings, Application (3) The application is inadmissible if 1. the applicant
became aware of the claimed violation of public procurement provisions before filing
the application for review, but did not complain to the contracting authority within
a time limit of 10 calendar days; the expiry of the time limit under Section 134(2)
remains unaffected, 2. violations of public procurement provisions which become apparent
from the tender notice are not notified to the contracting authority by the end of
the time limit for the application or the submission of a tender specified in the
notice, 3. violations of public procurement provisions which only become apparent
from the procurement documents are not notified to the contracting authority by the
end of the time limit for the application or the submission of a tender specified
in the notice, 4. more than 15 calendar days have expired since receipt of notification
from the contracting entity that it is unwilling to redress the objection. Sentence
1 shall not apply to an application under Section 135(1) no 2 to have the contract
declared ineffective. Section 134(1) sentence 2 shall remain unaffected.
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 Hamburg bei der Finanzbehörde
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Global Tech I Offshore Wind GmbH
Der Erwerber behält sich das Recht vor, zusätzliche Käufe vom Auftragnehmer zu tätigen,
wie hier beschrieben: The contract for each Lot shall have an extension option for an additional five (5)
year term.
5.1.6 Allgemeine Informationen
Es handelt sich um die Vergabe wiederkehrender Aufträge
Beschreibung: see procurement documents
Die Namen und beruflichen Qualifikationen des zur Auftragsausführung eingesetzten
Personals sind anzugeben: Nicht erforderlich
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen
Zusätzliche Informationen: see procurement documents
5.1.7 Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
5.1.9 Eignungskriterien
Kriterium:
Art: Eignung zur Berufsausübung
Bezeichnung: Legal entity requirements for all lots (Lot. A, Lot. B and Lot. C)
Beschreibung: The applicant must provide proof of legal existence and registration as a business
entity in the form of: - Certificate of Incorporation - Company structure and governance
- Value-Added Tax (VAT) identification number or equivalent tax registration number
of the economic operator
Kriterium:
Art: Wirtschaftliche und finanzielle Leistungsfähigkeit
Bezeichnung: Economic and Financial Standing
Beschreibung: Lot. A: WTG Service and Maintenance Agreement The bidder must demonstrate an annual
overall turnover (in IFRS: "revenue") of minimum EUR 35 million calculated as an average
of the latest three (3) financial years available. Lot. B: Main Component Replacement
The bidder must demonstrate an annual overall turnover (in IFRS: "revenue") of minimum
EUR 5 million calculated as an average of the latest three (3) financial years available.
Lot. C: Refurbishment of Main Components The bidder must demonstrate an annual overall
turnover (in IFRS: "revenue") of minimum EUR 0,5 million calculated as an average
of the latest three (3) financial years available.
Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: A. Project Experience
Beschreibung: Lot. A: WTG Service and Maintenance Agreement The applicant must demonstrate experience
and expertise in managing service and maintenance works of offshore wind projects
by: - Providing at least one reference covering servicing of a large-scale offshore
wind farm with a capacity of 200 MW or more OR a large-scale offshore wind farm consisting
of minimum 30 WTGs for a service period of minimum 3 years. The reference must show
that the scope of services provided include scheduled and unscheduled WTG services.
Lot. B: Main Component Replacement - Providing at least 3 references covering Main
Component Replacement services (MCR) for at least two of the following components:
Nacelle, Main Bearing, Gearbox, Rotor star, Blades, or Transformer, including a provision
of suitable vessel for carrying out the services. Lot. C: Refurbishment of Main Components
- Providing at least 3 references covering refurbishment services for the following
main components: Offshore WTG Nacelle and Blades. - The applicant shall have or have
access to a refurbishment facility in Europe Only references carried out within the
last 5 years before the expiry of the deadline for RtP will be accepted unless the
economic operator"s client on an ongoing project is happy to provide a reference based
on the work already delivered to date. For each project used as a reference, the applicant
must provide the following description: a. Name of offshore wind farm including location,
number, and type of WTGs. b. Scope of services carried out including duration period
of the service agreement. c. Where applicable, specify the logistical concept used
to perform the services and if the applicant has been responsible for chartering logistics.
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens
eingeladen werden sollen
Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: B. Required systems for quality, environmental protection, health, and safety
Beschreibung: Lot. A: WTG Service and Maintenance Agreement - ISO 9001: The applicant must demonstrate
compliance to ISO 9001 standard or equivalent. Conformity must be demonstrated by
third party certification. Alternatively, VDA 6.1 certification, ISO/TS 16949 etc.
can be accepted. - ISO 14001: The applicant must demonstrate an active engagement
in environmental concerns. This includes the establishment, and adherence to, an environmental
management as per ISO 14001, or equivalent. Conformity must be demonstrated by third
party certification. - ISO 45001: The applicant must possess a valid ISO 45001 certification,
demonstrating compliance with international standards for Occupational Health and
Safety Management Systems. The certification must be issued by a recognized and accredited
certification body. Lot. B: Main Component Replacement - ISO 9001: The applicant must
demonstrate compliance to ISO 9001 standard or equivalent. Conformity must be demonstrated
by third party certification. Alternatively, VDA 6.1 certification, ISO/TS 16949 etc.
can be accepted. - ISO 14001: The applicant must demonstrate an active engagement
in environmental concerns. This includes the establishment, and adherence to, an environmental
management as per ISO 14001, or equivalent. Conformity must be demonstrated by third
party certification. Lot. C: Refurbishment of Main Components - ISO 9001: The applicant
must demonstrate compliance to ISO 9001 standard or equivalent. Conformity must be
demonstrated by third party certification. Alternatively, VDA 6.1 certification, ISO/TS
16949 etc. can be accepted.
Informationen über die zweite Phase eines zweiphasigen Verfahrens:
Mindestzahl der zur zweiten Phase des Verfahrens einzuladenden Bewerber: 4
Höchstzahl der zur zweiten Phase des Verfahrens einzuladenden Bewerber: 4
5.1.10 Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Economics
Beschreibung: see procurement documents
Gewichtung (Prozentanteil, genau): 60
Kriterium:
Art: Qualität
Bezeichnung: Tender Compliance (CoC and Schedule deviations)
Beschreibung: see procurement documents
Gewichtung (Prozentanteil, genau): 40
5.1.11 Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: ENG
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Frist für den Eingang der Angebote: 2024-02-28+01:0012:00:00+01:00
Frist, bis zu der das Angebot gültig sein muss: 90DAYS
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können einige fehlenden Bieterunterlagen nach Fristablauf
nachgereicht werden.
Zusätzliche Informationen: see sec. 51 SektVO
Auftragsbedingungen:
Bedingungen für die Ausführung des Auftrags: see procurement documents
Elektronische Rechnungsstellung: Erforderlich
Aufträge werden elektronisch erteilt
Zahlungen werden elektronisch geleistet
Finanzielle Vereinbarung: see procurement documents
Informationen über die Überprüfungsfristen: Please note that German public procurement law stipulates obligations to give notice
of defects, non-compliance with which can lead to the inadmissibility of requests
for review (§ 160 (3) GWB)): convenience translation: Section 160 - Initiation of
the Proceedings, Application (3) The application is inadmissible if 1. the applicant
became aware of the claimed violation of public procurement provisions before filing
the application for review, but did not complain to the contracting authority within
a time limit of 10 calendar days; the expiry of the time limit under Section 134(2)
remains unaffected, 2. violations of public procurement provisions which become apparent
from the tender notice are not notified to the contracting authority by the end of
the time limit for the application or the submission of a tender specified in the
notice, 3. violations of public procurement provisions which only become apparent
from the procurement documents are not notified to the contracting authority by the
end of the time limit for the application or the submission of a tender specified
in the notice, 4. more than 15 calendar days have expired since receipt of notification
from the contracting entity that it is unwilling to redress the objection. Sentence
1 shall not apply to an application under Section 135(1) no 2 to have the contract
declared ineffective. Section 134(1) sentence 2 shall remain unaffected.
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 Hamburg bei der Finanzbehörde
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Global Tech I Offshore Wind GmbH