1. Beschaffer
1.1.
Beschaffer
Offizielle Bezeichnung: TenneT Offshore GmbH
Tätigkeit des Auftraggebers: Mit Strom zusammenhängende Tätigkeiten
2. Verfahren
2.1.
Verfahren
Titel: Provision of a Platform Supply Vessel (PSV)
Beschreibung: TenneT is requires a reliable, trustworthy and highly professional provider of Platform Supply Vessels (PSV) and crew to conclude a multiple year charter contract for the initial duration: 15.04.2025-28.02.2030 plus 3 options of 1 year extensions each. (almost 8 years in total). Purpose of the PSV, as integral part of TenneT's logistics chain, is to conduct supply tours to TenneT's offshore platforms in the German North Sea. It is to ensure the provision of the Client's platforms with maintenance material, food/provisions, and consumables as well as for disposal services. The main load of the vessel will be certified offshore containers, break bulk cargo and various liquids. The minimum requirements for the required PSV are as follows: - Vessel type: Platform Supply Vessel (PSV) - Dynamic Positioning (DP): Class 2 - Flag: Paris MoU White-listed - Class Society: IACS Member - Automatic Identification System (AIS) and radar - Deck space: min. 1.000 m² (free from obstructions, vertically reachable and useable for cargo handling and stowage). - Year of construction: not older than year 2007 (if the keel laying date was more than 24 months before the date of delivery of the Vessel, then the keel laying date shall be applicable for evaluation of the vessel age) - Draught: max. 8 m - Minimum no. of reefer connections (440 volts) for constant cooling of reefer containers: 12 - Tank capacities (for client’s usage only): DRINKING WATER: min. 300 m³, divided into at least two tanks with a min. capacity of 60 m³. Pump rate of 0-200 cbm/h is required. WASTE WATER: min. 300 m³. BILGE WATER: min. 300 m³. MARINE GAS OIL (MGO): min. 400 m³ divided into two tanks of min. 200 m³ each (to be proven by tank arrangement plan indicating the tanks for vessel’s own usage and clients usage). Pump rate of 0-200 cbm/h is required.
Kennung des Verfahrens: 91ee4a06-aad6-4b93-ae0d-a39de65c881b
Vorherige Bekanntmachung: cfa24050-8a57-4a01-9ab6-94c825575fc8-01
Interne Kennung: PSV
Verfahrensart: Verhandlungsverfahren mit vorheriger Veröffentlichung eines Aufrufs zum Wettbewerb/Verhandlungsverfahren
Das Verfahren wird beschleunigt: nein
Zentrale Elemente des Verfahrens: Details of the award procedure can be found in the openly accessible document "Procedure Guidelines.pdf", which can be downloaded from the tender page.
2.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 60640000 Seefrachtverkehr
Zusätzliche Einstufung (cpv): 60651600 Einsatz von Offshore-Versorgungsschiffen, 76522000 Dienstleistungen von Offshore-Versorgungsschiffen
2.1.2.
Erfüllungsort
Land, Gliederung (NUTS): Extra-Regio NUTS 3 (DEZZZ)
Land: Deutschland
Zusätzliche Informationen: See tender documentation - Area of supply is the German North Sea/German Bight where TenneT's offshore assets are located.
2.1.3.
Wert
Geschätzter Wert ohne MwSt.: 100 000 000,00 EUR
2.1.4.
Allgemeine Informationen
Zusätzliche Informationen: #Besonders geeignet für:selbst# Number of candidates invited to participate in the negotiations: 3 The selection of the 3 candidates to be invited for negotiations after the submission of offers will be based on the above award criteria in accordance with Section 5.1.10 applied on the offer documents submitted by the bidders. The evaluation of the subsequently finalized bids for the contract award will also be based on the above award criteria. * In accordance with § 57 SektVO, the contracting authority is authorised to discontinue the award procedure at any time. * The estimated total maximum value of any call-offs under this framework agreement is EUR 100,000,000.00 (see section 2.1.3. “Value”). For the avoidance of misunderstandings, it is emphasized that this is merely an estimated value, which does not justify any claims against TenneT for call-offs up to the aforementioned maximum value. The value stated is purely indicative. * The award of the contract is subject to changes in the legal and/or regulatory framework, rules and regulations in force at the time of publication of this announcement. * Companies affiliated with the contracting authority within the meaning of §§ 15 ff. AktG (even if they are only founded after conclusion of the agreement). Call-offs under this agreement are made in particular by the contracting authority (TenneT Offshore GmbH) and/or one of its affiliated companies, this is further described in the tender documentation. * The Principal is authorised to transfer the rights and obligations of the subject matter of the contract as a whole to a project company (Special Purpose Vehicle/NewCo), irrespective of whether third parties have already participated as shareholders in this project company or will only participate in such a company after any transfer of this Framework Agreement. * Technical questions regarding the use of Mercell can be addressed directly to the Mercell ServiceDesk: E-mail: support-nl@mercell.com Telephone: +31 (0)85-001 4593 Availability: 9:00 to 17:00 * Methodology for the general evaluation of offers and BAFO offers For each criterion - except for the evaluation criterion "price", which will be dealt with separately - a comparative evaluation will be carried out and the bidders will be ranked according to their performance within this criterion. The ranking is then multiplied by the weighting of the respective criterion. The weighted rankings of all criteria are added together. The bidder with the best overall ranking is deemed to be the most economically favourable bidder and will be awarded with the first place. Price: To emphasize the importance of sustainability, TenneT will reward vessels with low emissions with a notional discount of EUR 150,00 per ton of saved emissions on their offered day rate during the evaluation of the offers. For this, the eco consumption value provided by the bidder in the price sheet (Annex 3) during the offer phase will be used to create a comparison value based on consumption per nautical mile and m² deck space. This value will then be used to allow for a scaled and weighted comparison of all bidders against the value based on the historic CO2 emissions reported for 2023 by the previous vessel provider in order to achieve a fair and equal competition. The price criterion is based on the following evaluation of the bids/offers: The bid with the lowest bid price will be ranked at 1.00. Any bid that exceeds 2 times the lowest bid price will be awarded the last rank, which always corresponds to the number of bids submitted and evaluated. The evaluation of the bid prices which lie in between is carried out by means of linear interpolation with up to two decimal digits. This applies to both, the selection of candidates to conduct the negotiations with (evaluation based on the initial offer documents) as well as the later awarding of the contract to the winning candidate (evaluation based on BAFO documents). Contractual conditions: The negotiation results within the framework of the award procedure are evaluated with regard to the final distribution of contractual risks to the disadvantage of the TenneT in comparison to TenneT's draft. If there are no specifications from TenneT, the results of the negotiations are assessed comparatively. Technical Ability & Availability: The results of the negotiations within the framework of the award procedure are evaluated with regard to the final concept submitted by the bidders in terms of the overall service design in all areas required by TenneT. The results of the negotiations are evaluated comparatively. * Note on Review Procedure: Applicants/bidders must complain about violations of procurement law in compliance with the provisions of Section 160 (3) ARC - Act against Restraints of Competition (GWB – Gesetz gegen Wettbewerbsbeschraenkung). An application for review is inadmissible pursuant to Section 160 (3) ARC if 1. the applicant has recognised the alleged violation of procurement law before filing the application for review and has not notified the contracting authority within a period of ten calendar days; the expiry of the time limit pursuant to Section 134 (2) ARC remains unaffected, 2. infringements of procurement law which are apparent from the EU notice are not notified to the contracting authority at the latest by the expiry of the time limit for application or submission of tenders stated in the notice, 3. infringements of procurement law which are only apparent in the tender documents are not notified to the contracting authority at the latest by the expiry of the time limit for application or submission of tenders, 4. more than 15 calendar days have elapsed after receipt of the contracting authority's notification that it does not intend to remedy a complaint.
Rechtsgrundlage:
Richtlinie 2014/25/EU
sektvo -
5. Los
5.1.
Los: LOT-0000
Titel: Provision of a Platform Supply Vessel (PSV)
Beschreibung: TenneT is requires a reliable, trustworthy and highly professional provider of Platform Supply Vessels (PSV) and crew to conclude a multiple year charter contract for the initial duration: 15.04.2025-28.02.2030 plus 3 options of 1 year extensions each. (almost 8 years in total). Purpose of the PSV, as integral part of TenneT's logistics chain, is to conduct supply tours to TenneT's offshore platforms in the German North Sea. It is to ensure the provision of the Client's platforms with maintenance material, food/provisions, and consumables as well as for disposal services. The main load of the vessel will be certified offshore containers, break bulk cargo and various liquids. The minimum requirements for the required PSV are as follows: - Vessel type: Platform Supply Vessel (PSV) - Dynamic Positioning (DP): Class 2 - Flag: Paris MoU White-listed - Class Society: IACS Member - Automatic Identification System (AIS) and radar - Deck space: min. 1.000 m² (free from obstructions, vertically reachable and useable for cargo handling and stowage). - Year of construction: not older than year 2007 (if the keel laying date was more than 24 months before the date of delivery of the Vessel, then the keel laying date shall be applicable for evaluation of the vessel age) - Draught: max. 8 m - Minimum no. of reefer connections (440 volts) for constant cooling of reefer containers: 12 - Tank capacities (for client’s usage only): DRINKING WATER: min. 300 m³, divided into at least two tanks with a min. capacity of 60 m³. Pump rate of 0-200 cbm/h is required. WASTE WATER: min. 300 m³. BILGE WATER: min. 300 m³. MARINE GAS OIL (MGO): min. 400 m³ divided into two tanks of min. 200 m³ each (to be proven by tank arrangement plan indicating the tanks for vessel’s own usage and clients usage). Pump rate of 0-200 cbm/h is required.
Interne Kennung: PSV
5.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 60640000 Seefrachtverkehr
Zusätzliche Einstufung (cpv): 60651600 Einsatz von Offshore-Versorgungsschiffen, 76522000 Dienstleistungen von Offshore-Versorgungsschiffen
5.1.2.
Erfüllungsort
Land, Gliederung (NUTS): Extra-Regio NUTS 3 (DEZZZ)
Land: Deutschland
Zusätzliche Informationen: See tender documentation - Area of supply is the German North Sea/German Bight where TenneT's offshore assets are located.
5.1.3.
Geschätzte Dauer
Datum des Beginns: 15/04/2025
Enddatum der Laufzeit: 28/02/2030
5.1.4.
Verlängerung
Maximale Verlängerungen: 3
Der Erwerber behält sich das Recht vor, zusätzliche Käufe vom Auftragnehmer zu tätigen, wie hier beschrieben: TenneT may extend the term of the Agreement by three (3) periods of one (1) year, resulting in a maximum overall contract duration of almost eight (8) years.
5.1.5.
Wert
Geschätzter Wert ohne MwSt.: 100 000 000,00 EUR
5.1.6.
Allgemeine Informationen
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: ja
Zusätzliche Informationen: #Besonders geeignet für:selbst# Number of candidates invited to participate in the negotiations: 3 The selection of the 3 candidates to be invited for negotiations after the submission of offers will be based on the above award criteria in accordance with Section 5.1.10 applied on the offer documents submitted by the bidders. The evaluation of the subsequently finalized bids for the contract award will also be based on the above award criteria. * In accordance with § 57 SektVO, the contracting authority is authorised to discontinue the award procedure at any time. * The estimated total maximum value of any call-offs under this framework agreement is EUR 100,000,000.00 (see section 2.1.3. “Value”). For the avoidance of misunderstandings, it is emphasized that this is merely an estimated value, which does not justify any claims against TenneT for call-offs up to the aforementioned maximum value. The value stated is purely indicative. * The award of the contract is subject to changes in the legal and/or regulatory framework, rules and regulations in force at the time of publication of this announcement. * Companies affiliated with the contracting authority within the meaning of §§ 15 ff. AktG (even if they are only founded after conclusion of the agreement). Call-offs under this agreement are made in particular by the contracting authority (TenneT Offshore GmbH) and/or one of its affiliated companies, this is further described in the tender documentation. * The Principal is authorised to transfer the rights and obligations of the subject matter of the contract as a whole to a project company (Special Purpose Vehicle/NewCo), irrespective of whether third parties have already participated as shareholders in this project company or will only participate in such a company after any transfer of this Framework Agreement. * Technical questions regarding the use of Mercell can be addressed directly to the Mercell ServiceDesk: E-mail: support-nl@mercell.com Telephone: +31 (0)85-001 4593 Availability: 9:00 to 17:00 * Methodology for the general evaluation of offers and BAFO offers For each criterion - except for the evaluation criterion "price", which will be dealt with separately - a comparative evaluation will be carried out and the bidders will be ranked according to their performance within this criterion. The ranking is then multiplied by the weighting of the respective criterion. The weighted rankings of all criteria are added together. The bidder with the best overall ranking is deemed to be the most economically favourable bidder and will be awarded with the first place. Price: To emphasize the importance of sustainability, TenneT will reward vessels with low emissions with a notional discount of EUR 150,00 per ton of saved emissions on their offered day rate during the evaluation of the offers. For this, the eco consumption value provided by the bidder in the price sheet (Annex 3) during the offer phase will be used to create a comparison value based on consumption per nautical mile and m² deck space. This value will then be used to allow for a scaled and weighted comparison of all bidders against the value based on the historic CO2 emissions reported for 2023 by the previous vessel provider in order to achieve a fair and equal competition. The price criterion is based on the following evaluation of the bids/offers: The bid with the lowest bid price will be ranked at 1.00. Any bid that exceeds 2 times the lowest bid price will be awarded the last rank, which always corresponds to the number of bids submitted and evaluated. The evaluation of the bid prices which lie in between is carried out by means of linear interpolation with up to two decimal digits. This applies to both, the selection of candidates to conduct the negotiations with (evaluation based on the initial offer documents) as well as the later awarding of the contract to the winning candidate (evaluation based on BAFO documents). Contractual conditions: The negotiation results within the framework of the award procedure are evaluated with regard to the final distribution of contractual risks to the disadvantage of the TenneT in comparison to TenneT's draft. If there are no specifications from TenneT, the results of the negotiations are assessed comparatively. Technical Ability & Availability: The results of the negotiations within the framework of the award procedure are evaluated with regard to the final concept submitted by the bidders in terms of the overall service design in all areas required by TenneT. The results of the negotiations are evaluated comparatively. * Note on Review Procedure: Applicants/bidders must complain about violations of procurement law in compliance with the provisions of Section 160 (3) ARC - Act against Restraints of Competition (GWB – Gesetz gegen Wettbewerbsbeschraenkung). An application for review is inadmissible pursuant to Section 160 (3) ARC if 1. the applicant has recognised the alleged violation of procurement law before filing the application for review and has not notified the contracting authority within a period of ten calendar days; the expiry of the time limit pursuant to Section 134 (2) ARC remains unaffected, 2. infringements of procurement law which are apparent from the EU notice are not notified to the contracting authority at the latest by the expiry of the time limit for application or submission of tenders stated in the notice, 3. infringements of procurement law which are only apparent in the tender documents are not notified to the contracting authority at the latest by the expiry of the time limit for application or submission of tenders, 4. more than 15 calendar days have elapsed after receipt of the contracting authority's notification that it does not intend to remedy a complaint.
5.1.7.
Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
Beschreibung: Not applicable.
Gefördertes soziales Ziel: Faire Arbeitsbedingungen, Gleichstellung der Geschlechter, Sorgfaltspflicht im Bereich der Menschenrechte in globalen Wertschöpfungsketten, Gleichstellung von ethnischen Gruppen
5.1.10.
Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Price
Beschreibung: Price consists of charter hire rate and any other related costs - details as specified in the tender documentation.
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 35
Kriterium:
Art: Qualität
Bezeichnung: Quality
Beschreibung: The technical capability of the vessel, vessel documentation, specifications, concepts and ship management.
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 30
Kriterium:
Art: Qualität
Bezeichnung: Quality
Beschreibung: The contractual conditions of the charter contract.
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 35
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 Nordbayern
Organisation, die Informationen über den allgemeinen, am Ort der Ausführung des Auftrags geltenden steuerrechtlichen Rahmen bereitstellt: Vergabekammer Nordbayern
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: TenneT Offshore GmbH
Organisation, die den Auftrag unterzeichnet: TenneT Offshore GmbH
TED eSender: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
6. Ergebnisse
Wert aller in dieser Bekanntmachung vergebenen Verträge: Nicht veröffentlicht
Begründungscode: Geschäftliche Interessen eines Wirtschaftsteilnehmers
Begründung für eine spätere Veröffentlichung: Commercial interests of the involved parties
Datum der zukünftigen Veröffentlichung: 31/12/2029
6.1.
Ergebnis, Los-– Kennung: LOT-0000
Status der Preisträgerauswahl: Es wurde mindestens ein Gewinner ermittelt.
6.1.2.
Informationen über die Gewinner
Wettbewerbsgewinner:
Offizielle Bezeichnung: Heidmar Inc.
Angebot:
Kennung des Angebots: PSV
Kennung des Loses oder der Gruppe von Losen: LOT-0000
Das Angebot wurde in die Rangfolge eingeordnet: ja
Rang in der Liste der Gewinner: 1
Konzession – Wert:
Bei dem Angebot handelt es sich um eine Variante: nein
Vergabe von Unteraufträgen: Nicht veröffentlicht
Begründungscode: Geschäftliche Interessen eines Wirtschaftsteilnehmers
Begründung für eine spätere Veröffentlichung: Commercial interests of the involved parties
Datum der zukünftigen Veröffentlichung: 31/12/2025
Informationen zum Auftrag:
Kennung des Auftrags: 4600001585
Titel: Provision of a Platform Supply Vessel (PSV)
Datum der Auswahl des Gewinners: 23/01/2025
Datum des Vertragsabschlusses: 07/02/2025
Organisation, die den Auftrag unterzeichnet: TenneT Offshore GmbH
6.1.4.
Statistische Informationen:
Eingegangene Angebote oder Teilnahmeanträge:
Art der eingegangenen Einreichungen: Angebote
Anzahl der eingegangenen Angebote oder Teilnahmeanträge: Nicht veröffentlicht
Begründungscode: Geschäftliche Interessen eines Wirtschaftsteilnehmers
Begründung für eine spätere Veröffentlichung: Commercial interests of the involved parties
Datum der zukünftigen Veröffentlichung: 31/12/2025
Bandbreite der Angebote:
Wert des niedrigsten zulässigen Angebots: Nicht veröffentlicht
Begründungscode: Geschäftliche Interessen eines Wirtschaftsteilnehmers
Begründung für eine spätere Veröffentlichung: Commercial interests of the involved parties
Datum der zukünftigen Veröffentlichung: 31/12/2029
Wert des höchsten zulässigen Angebots: Nicht veröffentlicht
Begründungscode: Geschäftliche Interessen eines Wirtschaftsteilnehmers
Begründung für eine spätere Veröffentlichung: Commercial interests of the involved parties
Datum der zukünftigen Veröffentlichung: 31/12/2029
8. Organisationen
8.1.
ORG-0001
Offizielle Bezeichnung: TenneT Offshore GmbH
Registrierungsnummer: HRB 4516
Postanschrift: Bernecker Straße 70
Stadt: Bayreuth
Postleitzahl: 95448
Land, Gliederung (NUTS): Bayreuth, Kreisfreie Stadt (DE242)
Land: Deutschland
Kontaktperson: Dominik Schellhase
Telefon: +495132892933
Rollen dieser Organisation:
Beschaffer
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
Organisation, die den Auftrag unterzeichnet
8.1.
ORG-0002
Offizielle Bezeichnung: Vergabekammer Nordbayern
Registrierungsnummer: DE 811 335 517
Postanschrift: Postfach 606
Stadt: Ansbach
Postleitzahl: 91511
Land, Gliederung (NUTS): Bayreuth, Kreisfreie Stadt (DE242)
Land: Deutschland
Telefon: +49 981531277
Fax: +49 981531837
Rollen dieser Organisation:
Überprüfungsstelle
Organisation, die Informationen über den allgemeinen, am Ort der Ausführung des Auftrags geltenden steuerrechtlichen Rahmen bereitstellt
8.1.
ORG-0003
Offizielle Bezeichnung: Heidmar Inc.
Größe des Wirtschaftsteilnehmers: Mittleres Unternehmen
Registrierungsnummer: 21298
Postanschrift: Trust Company Complex, Ajeltake Road, Ajeltake Island, Majuro, Republic of the Marshall Islands, MH 96960
Stadt: Majuro
Postleitzahl: MH 96960
Land: Marshallinseln
Kontaktperson: Gerry Ventouris
Telefon: +306942878287
Rollen dieser Organisation:
Bieter
Gewinner dieser Lose: LOT-0000
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
Kennung/Fassung der Bekanntmachung: 55c978c8-2f71-41b1-a3f2-ec4c49bb43bc - 01
Formulartyp: Ergebnis
Art der Bekanntmachung: Bekanntmachung vergebener Aufträge oder Zuschlagsbekanntmachung – Standardregelung
Unterart der Bekanntmachung: 30
Datum der Übermittlung der Bekanntmachung: 03/03/2025 12:31:18 (UTC)
Bekanntmachung — eSender-Übermittlungsdatum: 03/03/2025 12:31:33 (UTC)
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
Veröffentlichungsnummer der Bekanntmachung: 150723-2025
ABl. S – Nummer der Ausgabe: 47/2025
Datum der Veröffentlichung: 07/03/2025