1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: BEW Berliner Energie und Wärme AG
    
    
    
     Tätigkeit des Auftraggebers: , Erzeugung, Fortleitung oder Abgabe von Gas oder Wärme
    
    
   
    
     2.1. 
    
    
     Verfahren
    
    
     Titel: Klingenberg Backbone - Electrical Scope (KLBB)
    
    
     Beschreibung: The central procurement body is undertaking a refurbishment project for the combined heat and power plant located at the Klingenberg site in Berlin, Germany. As part of this initiative, there are plans to construct a new high-voltage (110 kV) and medium voltage connection adjacent to the current grid connection. The scope of work encompasses the installation of new high-voltage transformers and stands, SF6-free switchgear, and the construction of a new grid connection building including technical building equipment and auxiliaries.
    
    
     Kennung des Verfahrens: e39a1ee7-56d7-4128-ab44-1335db3a381f
    
    
     Interne Kennung: 2024001797
    
    
     Verfahrensart: Verhandlungsverfahren mit vorheriger Veröffentlichung eines Aufrufs zum Wettbewerb/Verhandlungsverfahren
    
    
     Das Verfahren wird beschleunigt: nein
    
    
     
      2.1.1. 
     
     
      Zweck
     
     
      Art des Auftrags: Bauleistung
     
     
      Haupteinstufung (cpv): 45251100 Bauarbeiten für Kraftwerke
     
     
      Zusätzliche Einstufung (cpv): 31170000 Transformatoren, 31682540 Transformatorstationsausstattung, 45200000 Komplett- oder Teilbauleistungen im Hochbau sowie Tiefbauarbeiten, 45210000 Bauleistungen im Hochbau, 45213200 Bauarbeiten für Lagerhäuser und Industriebauten, 45213250 Bauarbeiten für Industriebauten, 45232220 Bau von Unterwerken, 45232221 Umspann-Unterstation, 45315700 Installation von Schaltanlagen
     
     
    
     
      2.1.2. 
     
     
      Erfüllungsort
     
     
      Stadt Berlin
     
     
      Postleitzahl 10317
     
     
      Land, Gliederung (NUTS): Berlin (DE300)
     
     
      Land: Deutschland
     
     
    
     
      2.1.3. 
     
     
      Wert
     
     
      Geschätzter Wert ohne MwSt.: 1,00 EUR
     
     
    
     
      2.1.4. 
     
     
      Allgemeine Informationen
     
     
      Rechtsgrundlage: 
     
     
      Richtlinie 2014/25/EU
     
     
      sektvo - 
     
     
    
     
      2.1.6. 
     
     
      Ausschlussgründe
     
     
      Rein innerstaatliche Ausschlussgründe: Gemäß § 123, 124 GWB
     
     
    
   
    
     5.1. 
    
    
     Los: LOT-0001
    
    
     Titel: Klingenberg Backbone - Electrical Scope (KLBB)
    
    
     Beschreibung: The central procurement body is undertaking a refurbishment project for the combined heat and power plant located at the Klingenberg site in Berlin, Germany. As part of this initiative, there are plans to construct a new high-voltage (110 kV) and medium voltage connection adjacent to the current grid connection. The scope of work encompasses the installation of new high-voltage transformers and stands, SF6-free switchgear, and the construction of a new grid connection building including technical building equipment and auxiliaries.
    
    
     Interne Kennung: b2c8d852-3ca5-4ef2-ac15-c4b49446b473
    
    
     
      5.1.1. 
     
     
      Zweck
     
     
      Art des Auftrags: Bauleistung
     
     
      Haupteinstufung (cpv): 45251100 Bauarbeiten für Kraftwerke
     
     
      Zusätzliche Einstufung (cpv): 31170000 Transformatoren, 31682540 Transformatorstationsausstattung, 45200000 Komplett- oder Teilbauleistungen im Hochbau sowie Tiefbauarbeiten, 45210000 Bauleistungen im Hochbau, 45213200 Bauarbeiten für Lagerhäuser und Industriebauten, 45213250 Bauarbeiten für Industriebauten, 45232220 Bau von Unterwerken, 45232221 Umspann-Unterstation, 45315700 Installation von Schaltanlagen
     
     
    
     
      5.1.3. 
     
     
      Geschätzte Dauer
     
     
      Datum des Beginns: 12/03/2025
     
     
      Enddatum der Laufzeit: 30/06/2028
     
     
    
     
      5.1.4. 
     
     
      Verlängerung
     
     
      Maximale Verlängerungen: 0
     
     
    
     
      5.1.6. 
     
     
      Allgemeine Informationen
     
     
      Die Namen und beruflichen Qualifikationen des zur Auftragsausführung eingesetzten Personals sind anzugeben: Noch nicht bekannt
     
     
      Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
     
     
      Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: ja
     
     
    
     
      5.1.7. 
     
     
      Strategische Auftragsvergabe
     
     
      Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
     
     
    
     
      5.1.9. 
     
     
      Eignungskriterien
     
     
      Kriterium: 
      
       Art: Eignung zur Berufsausübung
      
      
       Beschreibung: https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/subproject/47b9b012-9827-49dd-b536-24aa5c163ec6/suitabilitycriteria 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 5.1.9) Register A & B 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] All registers a), b) and c) must be fulfilled. For this purpose, the applicant must use the form provided at the contact point (see Section I.1) notice. a) 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). b) 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. c) Self-declaration Russia sanctions.
       
      
       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/47b9b012-9827-49dd-b536-24aa5c163ec6/suitabilitycriteria The evidence mentioned in 5.1.9), Register C of the notice need only be submitted once by each applicant or bidding consortium. Every applicant and every member of a bidding consortium must submit the documents mentioned in 5.1.9) Register D of the notice. >> REGISTER C) [MINIMUM REQUIREMENT] Proof that the candidate meets an average annual turnover requirement over the three most recent years of a minimum of 40 MEUR. >> REGISTER D) [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, the balance sheet 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 5.1.6 (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 5.1.9; (b) Documents in accordance with 5.1.9. according to Register C and D (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 5.1.9) Register C (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/47b9b012-9827-49dd-b536-24aa5c163ec6/suitabilitycriteria The evidence mentioned in 5.1.9), Register E of the notice need only be submitted once by each applicant or bidding consortium. Every applicant and every member of a bidding consortium must submit the documents mentioned in 5.1.9) Register F of the contract notice. Register G of the notice need only be submitted once by the applicant or bidding consortium. >> REGISTER E) [MINIMUM REQUIREMENT] Please provide reference information for comparable services to the tendered service. You are required to submit a minimum of two references that demonstrate experience with a comparable range of services as defined in Section 5.1. This includes having executed engineered, procured, constructed scopes of work on a turnkey basis for - a high-voltage connection (≥ 110 kV and ≥ 50 MVA) or equivalent, - including switchgear, - transformers and - grid connection building. The references shall not be commissioned earlier than 1st January, 2017. For each reference, please utilize the provided form located at the contact point of the announcement (AnnexReference_Form). >> REGISTER F) [MINIMUM REQUIREMENT] The applicant shall fill in an H&S questionnaire. The list of questions is provided by the contact point (cf. Section I.1)). The applicant must comply with the H&S exclusion criteria (1st spreadsheet) in full as minimum conditions. The contracting entity will also evaluate the answers in the HSE questionnaire (2nd spreadsheet) in accordance with the provisions listed in the questionnaire. Every applicant must achieve a minimum score of 10 points (= 30 percent) in order to be allowed to continue with the tendering process. The specific conditions for awarding the points available are set out in the questionnaire (3rd spreadsheet). Notice: Despite the stipulated requirement of 10 points, the awarding authority retains the discretion, though not an obligation, to make exceptions in special cases. This is intended to foster competition and allow the consideration of applicants who may not meet the minimum requirement, possibly with certain conditions attached. Special cases may arise, for example, when a comprehensive assessment shows that the bidder has already improved its efforts in the area of H&S - in particular, but not limited to, those areas in which the minimum requirements are not met - and has introduced appropriate measures and can be expected to be able to fully meet all HS requirements of the awarding authority in the event of a contract. This must involve specific technical, organizational and personnel measures and the facts and circumstances relating to the failure to meet the minimum requirements must have been fully clarified through active cooperation between the various organizational units of the applicant company. The awarding authority has the right to carry out audits at the applicant's premises and/or to agree further measures with the applicant. However, there is no obligation to do so. Applicants who do not meet the minimum requirements are requested to submit a separate document in which they describe the reasons for not meeting the minimum requirements and also state which improvement measures have already been initiated and which additional measures are planned for the future. >> REGISTER G) Please provide information on the expected delivery time for transformers and high voltage SF6-free switchgear to comply with expected completion date as per section 5.1.3.
       
      
       Anwendung dieses Kriteriums: Verwendet
      
      
       Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen
      
      
     
      Informationen über die zweite Phase eines zweiphasigen Verfahrens: 
      
       Das Verfahren wird in mehreren aufeinanderfolgenden Phasen durchgeführt. In jeder Phase können einige Teilnehmer ausgeschlossen werden
      
      
     
    
     
      5.1.10. 
     
     
      Zuschlagskriterien
     
     
      Kriterium: 
      
       Art: Preis
      
      
       Bezeichnung: Price
      
      
       Beschreibung: Price
      
      
       Gewichtung (Prozentanteil, genau): 40
      
      
     
      Kriterium: 
      
       Art: Qualität
      
      
       Bezeichnung: Evaluation of performance according to the defined performance criteria
      
      
       Beschreibung: The performance criteria are defined in the tender phase.
      
      
       Gewichtung (Prozentanteil, genau): 60
      
      
     
    
     
      5.1.11. 
     
     
      Auftragsunterlagen
     
     
      Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: Englisch
     
     
      Frist für die Anforderung zusätzlicher Informationen: 19/07/2024 23:59:00 (UTC+2)
     
     
     
    
     
      5.1.12. 
     
     
      Bedingungen für die Auftragsvergabe
     
     
      Verfahrensbedingungen: 
      
       Voraussichtliches Datum der Absendung der Aufforderungen zur Angebotseinreichung: 20/09/2024
      
      
     
      Bedingungen für die Einreichung: 
      
       Elektronische Einreichung: Erforderlich
      
      
      
       Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Deutsch
      
      
       Elektronischer Katalog: Nicht zulässig
      
      
       Varianten: Nicht zulässig
      
      
       Die Bieter können mehrere Angebote einreichen: Nicht zulässig
      
      
       Beschreibung der finanziellen Sicherheit: >> (a) Guarantees: 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. >> (b) Insurance: In the event of a contract, the applicant shall provide a public liability insurance policy (insurance event: damage event), including product liability and environmental liability insurance, which covers the Contractor’s statutory liability for personal injury and/or property damage and environmental damage to third parties with an insured sum of at least EUR 10 million per insurance event and twice in the insurance year. In addition, environmental damage insurance with a coverage of EUR 3 million per insured event and year must be in place and proven.)
      
      
       Frist für den Eingang der Teilnahmeanträge: 01/08/2024 23:59:00 (UTC+2)
      
      
     
      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: 
      
       Die Auftragsausführung muss im Rahmen von Programmen für geschützte Beschäftigungsverhältnisse erfolgen: Nein
      
      
       Bedingungen für die Ausführung des Auftrags: See contract documents.
      
      
       Es ist eine Geheimhaltungsvereinbarung erforderlich: ja
       
        Zusätzliche Angaben zur Geheimhaltungsvereinbarung : See detailed information on deutsche eVergabe
       
       
      
       Elektronische Rechnungsstellung: Erforderlich
      
      
       Aufträge werden elektronisch erteilt: nein
      
      
       Zahlungen werden elektronisch geleistet: ja
      
      
       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 an offence under Section 1 of the Act against Restraints of Competition (GWB) (self-declaration). Bidding consortia can only beformed between applicants already determined to be suitable until the submission of the first offer. The application must be signed by all members of the bidding consortium. A lead member is to be appointed. Their powers must be specified. The consortium declaration shall include that the members of the consortium are jointly and severally liable.
      
      
       Finanzielle Vereinbarung: See contract documents.
      
      
     
    
     
      5.1.15. 
     
     
      Techniken
     
     
      Rahmenvereinbarung: Keine Rahmenvereinbarung
     
     
      Informationen über das dynamische Beschaffungssystem: Kein dynamisches Beschaffungssystem
     
     
      Elektronische Auktion: nein
     
     
    
     
      5.1.16. 
     
     
      Weitere Informationen, Schlichtung und Nachprüfung
     
     
      Überprüfungsstelle: Vergabekammer des Landes Berlin
     
     
      Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Vattenfall GmbH
     
     
      TED eSender: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
     
     
    
   
    
     8.1. 
    
    
     ORG-0001
    
    
     Offizielle Bezeichnung: BEW Berliner Energie und Wärme AG
    
    
     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
    
    
    
     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: [gelöscht]
    
    
     Fax: [gelöscht]
    
    
    
     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: [gelöscht]
    
    
    
     Rollen dieser Organisation: 
     
      Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
     
     
    
   
    
     8.1. 
    
    
     ORG-0004
    
    
     Offizielle Bezeichnung: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
    
    
     Registrierungsnummer: 0204:994-DOEVD-83
    
    
     Stadt: Bonn
    
    
     Postleitzahl: 53119
    
    
     Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
    
    
     Land: Deutschland
    
    
    
     Telefon: +49228996100
    
    
     Rollen dieser Organisation: 
     
      TED eSender
     
     
    
   
    
     11.1. 
    
    
     Informationen zur Bekanntmachung
    
    
     Kennung/Fassung der Bekanntmachung: 423b6576-609b-4139-bde9-0c9b58ab0b4b - 01
    
    
     Formulartyp: Wettbewerb
    
    
     Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung
    
    
     Unterart der Bekanntmachung: 17
    
    
     Datum der Übermittlung der Bekanntmachung: 03/07/2024 10:27:54 (UTC+2)
    
    
     Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
    
    
   
    
     11.2. 
    
    
     Informationen zur Veröffentlichung
    
    
     Veröffentlichungsnummer der Bekanntmachung: 400129-2024
    
    
     ABl. S – Nummer der Ausgabe: 129/2024
    
    
     Datum der Veröffentlichung: 04/07/2024