1.1.
Beschaffer
Offizielle Bezeichnung: EnBW Energie Baden-Württemberg AG
Tätigkeit des Auftraggebers: Mit Strom zusammenhängende Tätigkeiten
2.1.
Verfahren
Titel: Rock Dumping Services
Beschreibung: 1. Introduction The Scope of Work (SoW) defines the requirements, methodologies, and deliverables for the provision of Rock Dumping Services, including the design, supply, installation, and verification of rock berms for the protection and stabilization of subsea cables, CPS, Foundations, and related offshore infrastructure. The services are to be executed at the designated offshore wind farm locations in the German North Sea sector, Baltic Sea Sector or any other european offshore wind farm location. 2. Objectives Protection of Subsea Assets: To protect subsea cables, cable protection systems (CPS), and foundations from environmental and operational risks, such as scouring, freespan, and mechanical damage. Stabilization: To ensure long-term stability and integrity of subsea infrastructure by installing engineered rock berms. Compliance: To execute all works in accordance with applicable international standards, project specifications, and client requirements. 3. Scope of Work 3.1 General Description The Contractor shall provide a complete service package, including but not limited to: Project management and engineering Design of rock berms and stabilization measures Procurement and supply of rock material Mobilization and demobilization of specialized vessels and equipment Execution of rock installation works Pre- and post-installation surveys Quality assurance and as-built documentation. 3.2 Project Engineering & Management Project Planning: Develop detailed project schedules, installation plans, and risk assessments. Design Services: Prepare or review CPS berm designs, including cross-sections, material specifications, and installation tolerances. The Contractor may advise on optimal design solutions from an operational perspective. Quality Management: Implement a project-specific Quality Management System (QMS) in line with ISO 9001:2015, ensuring all works meet client and regulatory standards. HSE Management: Develop and enforce a Health, Safety, and Environmental (HSE) plan, including job hazard analysis, toolbox talks, and stop-work authority for all personnel. 3.3 Design Requirements Example (will be defined case by case by specific project): Berm Geometry: Typical berm dimensions may include heights of ~1.1 m, widths of ~0.3 m, and slopes of 1:3, subject to project-specific requirements. Material Specification: Use freshly crushed rock, grading CP 45/180 or as specified, with a specific density of ~2.65 t/m³ and bulk density of ~1.56 t/m³. All rock must comply with EN 13383-1,2 standards. Tolerances: Vertical tolerance: -0.00/+0.50 m; Horizontal tolerance: -0.00/+2.00 m either side. Tolerances are to be verified by survey. Losses and Settlement: Account for installation losses (e.g., soil penetration, settlement, wash-away, compaction) in the design and quantity calculations. Execution Accuracy: Capable of precise berm installation according to design profile; Vertical Installation Tolerance -0,00/+0,50m 3.4 Mobilization & Demobilization Mobilization: Prepare and mobilize the designated rock installation vessel(s) at the port of origin. Calibrate and test all positioning, survey, and installation equipment prior to departure. Demobilization: Upon completion, demobilize all equipment and personnel, ensuring the site is left in a safe and compliant condition. 3.5 Rock Installation Operations 3.5.1 Equipment Vessels: Use dynamically positioned fall pipe vessels (DPFPV) or equivalent. Fall Pipe Systems: Deploy central and/or inclined fall pipe systems, equipped with ROVs for precise placement and monitoring. Inclined systems are used for close proximity to structures. Survey Systems: Utilize DGNSS, USBL, multibeam echosounders (MBE), and online 3D visualization packages for real-time monitoring and documentation. Vessel Requirement: Minimum DP2 fall pipe vessel 3.5.2 Sequence of Work Procurement of Rock Material: Source and stockpile rock at the designated quarry, ensuring compliance with design specifications and timely supply. Loading Operations: Load rock onto the vessel using conveyor belts or harbor cranes, with quantities verified by draft survey. Transit to Site: Sail to the offshore site, maintaining communication with client representatives. Pre-Installation Survey: Conduct detailed bathymetric and positioning surveys to establish the as-found condition of the seabed and infrastructure. Rock Placement: Execute rock dumping using DPFPV in auto-track mode, adjusting vessel speed and feeder output to achieve the required berm profile. Use ROVs and real-time monitoring tools to ensure accuracy. Intermediate Surveys: Perform check surveys during installation to monitor progress and adjust methodology as needed. Post-Installation Survey: Conduct final surveys to verify that the installed berm meets design specifications. Demobilization: Recover all equipment and return to port. 3.5.3 Special Operations Close Proximity Works: For rock placement near structures, use inclined fall pipe or tremie pipe systems, with standoff distances and positioning monitored by echo sounders and sonar. Remedial Works: If required, perform additional passes or remedial installations based on survey results. 3.6 Survey and Documentation Survey Deliverables: Provide as-built charts (DWG, PDF), DTM ASCII files, and comprehensive as-built reports. All data must be corrected for tide and quality-checked before submission. Acceptance: Survey data and as-built documentation are to be reviewed and accepted by the client’s offshore representative before demobilization. The exact requirements will be specified by the specific case and project. ___ All companies affiliated with EnBW within the meaning of Sections 15 et seq. of the German Stock Corporation Act (AktG) shall be entitled to place orders.
Kennung des Verfahrens: e8568396-738e-4f13-953d-9002af375a0a
Interne Kennung: EnBW-2025-0103
2.1.1.
Zweck
Art des Auftrags: Bauleistung
Haupteinstufung (cpv): 45243200 Bau von Wellenbrechern
Zusätzliche Einstufung (cpv): 45243200 Bau von Wellenbrechern
2.1.2.
Erfüllungsort
Stadt: North Sea and Baltic Sea
Postleitzahl: 99999
Land, Gliederung (NUTS): Extra-Regio NUTS 3 (DEZZZ)
Land: Deutschland
2.1.4.
Allgemeine Informationen
Rechtsgrundlage:
Richtlinie 2014/25/EU
sektvo -
2.1.6.
Ausschlussgründe
Quellen der Ausschlussgründe: Bekanntmachung
Der Zahlungsunfähigkeit vergleichbare Lage gemäß nationaler Rechtsvorschriften:
Korruption:
Beteiligung an einer kriminellen Vereinigung:
Vereinbarungen mit anderen Wirtschaftsteilnehmern zur Verzerrung des Wettbewerbs:
Verstoß gegen umweltrechtliche Verpflichtungen:
Geldwäsche oder Terrorismusfinanzierung:
Betrug:
Kinderarbeit und andere Formen des Menschenhandels:
Zahlungsunfähigkeit:
Verstoß gegen arbeitsrechtliche Verpflichtungen:
Verwaltung der Vermögenswerte durch einen Insolvenzverwalter:
Falsche Angaben, verweigerte Informationen, die nicht in der Lage sind, die erforderlichen Unterlagen vorzulegen, und haben vertrauliche Informationen über dieses Verfahren erhalten.:
Interessenkonflikt aufgrund seiner Teilnahme an dem Vergabeverfahren:
Direkte oder indirekte Beteiligung an der Vorbereitung des Vergabeverfahrens:
Schwerwiegendes berufliches Fehlverhalten:
Vorzeitige Beendigung, Schadensersatz oder andere vergleichbare Sanktionen:
Verstoß gegen sozialrechtliche Verpflichtungen:
Verstoß gegen die Verpflichtung zur Entrichtung von Sozialversicherungsbeiträgen:
Einstellung der gewerblichen Tätigkeit:
Verstoß gegen die Verpflichtung zur Entrichtung von Steuern:
Terroristische Straftaten oder Straftaten im Zusammenhang mit terroristischen Aktivitäten:
5.1.
Los: LOT-0000
Titel: Rock Dumping Services
Beschreibung: 1. Introduction The Scope of Work (SoW) defines the requirements, methodologies, and deliverables for the provision of Rock Dumping Services, including the design, supply, installation, and verification of rock berms for the protection and stabilization of subsea cables, CPS, Foundations, and related offshore infrastructure. The services are to be executed at the designated offshore wind farm locations in the German North Sea sector, Baltic Sea Sector or any other european offshore wind farm location. 2. Objectives Protection of Subsea Assets: To protect subsea cables, cable protection systems (CPS), and foundations from environmental and operational risks, such as scouring, freespan, and mechanical damage. Stabilization: To ensure long-term stability and integrity of subsea infrastructure by installing engineered rock berms. Compliance: To execute all works in accordance with applicable international standards, project specifications, and client requirements. 3. Scope of Work 3.1 General Description The Contractor shall provide a complete service package, including but not limited to: Project management and engineering Design of rock berms and stabilization measures Procurement and supply of rock material Mobilization and demobilization of specialized vessels and equipment Execution of rock installation works Pre- and post-installation surveys Quality assurance and as-built documentation. 3.2 Project Engineering & Management Project Planning: Develop detailed project schedules, installation plans, and risk assessments. Design Services: Prepare or review CPS berm designs, including cross-sections, material specifications, and installation tolerances. The Contractor may advise on optimal design solutions from an operational perspective. Quality Management: Implement a project-specific Quality Management System (QMS) in line with ISO 9001:2015, ensuring all works meet client and regulatory standards. HSE Management: Develop and enforce a Health, Safety, and Environmental (HSE) plan, including job hazard analysis, toolbox talks, and stop-work authority for all personnel. 3.3 Design Requirements Example (will be defined case by case by specific project): Berm Geometry: Typical berm dimensions may include heights of ~1.1 m, widths of ~0.3 m, and slopes of 1:3, subject to project-specific requirements. Material Specification: Use freshly crushed rock, grading CP 45/180 or as specified, with a specific density of ~2.65 t/m³ and bulk density of ~1.56 t/m³. All rock must comply with EN 13383-1,2 standards. Tolerances: Vertical tolerance: -0.00/+0.50 m; Horizontal tolerance: -0.00/+2.00 m either side. Tolerances are to be verified by survey. Losses and Settlement: Account for installation losses (e.g., soil penetration, settlement, wash-away, compaction) in the design and quantity calculations. 3.4 Mobilization & Demobilization Mobilization: Prepare and mobilize the designated rock installation vessel(s) at the port of origin. Calibrate and test all positioning, survey, and installation equipment prior to departure. Demobilization: Upon completion, demobilize all equipment and personnel, ensuring the site is left in a safe and compliant condition. 3.5 Rock Installation Operations 3.5.1 Equipment Vessels: Use dynamically positioned fall pipe vessels (DPFPV) or equivalent. Fall Pipe Systems: Deploy central and/or inclined fall pipe systems, equipped with ROVs for precise placement and monitoring. Inclined systems are used for close proximity to structures. Survey Systems: Utilize DGNSS, USBL, multibeam echosounders (MBE), and online 3D visualization packages for real-time monitoring and documentation. 3.5.2 Sequence of Work Procurement of Rock Material: Source and stockpile rock at the designated quarry, ensuring compliance with design specifications and timely supply. Loading Operations: Load rock onto the vessel using conveyor belts or harbor cranes, with quantities verified by draft survey. Transit to Site: Sail to the offshore site, maintaining communication with client representatives. Pre-Installation Survey: Conduct detailed bathymetric and positioning surveys to establish the as-found condition of the seabed and infrastructure. Rock Placement: Execute rock dumping using DPFPV in auto-track mode, adjusting vessel speed and feeder output to achieve the required berm profile. Use ROVs and real-time monitoring tools to ensure accuracy. Intermediate Surveys: Perform check surveys during installation to monitor progress and adjust methodology as needed. Post-Installation Survey: Conduct final surveys to verify that the installed berm meets design specifications. Demobilization: Recover all equipment and return to port. 3.5.3 Special Operations Close Proximity Works: For rock placement near structures, use inclined fall pipe or tremie pipe systems, with standoff distances and positioning monitored by echo sounders and sonar. Remedial Works: If required, perform additional passes or remedial installations based on survey results. 3.6 Survey and Documentation Survey Deliverables: Provide as-built charts (DWG, PDF), DTM ASCII files, and comprehensive as-built reports. All data must be corrected for tide and quality-checked before submission. Acceptance: Survey data and as-built documentation are to be reviewed and accepted by the client’s offshore representative before demobilization. The exact requirements will be specified by the specific case and project.
Interne Kennung: LOT-0000
5.1.1.
Zweck
Art des Auftrags: Bauleistung
Haupteinstufung (cpv): 45243200 Bau von Wellenbrechern
Zusätzliche Einstufung (cpv): 45243200 Bau von Wellenbrechern
5.1.3.
Geschätzte Dauer
Laufzeit: 4 Monate
5.1.4.
Verlängerung
Maximale Verlängerungen: 0
5.1.6.
Allgemeine Informationen
Vorbehaltene Teilnahme:
Teilnahme ist nicht vorbehalten.
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
Diese Auftragsvergabe ist auch für kleine und mittlere Unternehmen (KMU) geeignet: nein
Zusätzliche Informationen: The estimated duration of 4 months corresponds to the expected average value of the advertised campaigns and may vary depending on individual orders based on the qualification system.
5.1.7.
Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
5.1.9.
Eignungskriterien
Quellen der Auswahlkriterien: Auftragsunterlagen
5.1.10.
Zuschlagskriterien
Kriterium:
Art: Qualität
Bezeichnung: Technical Aspects
Beschreibung: 2.1 Technical Approach & Methodology (35%) Clarity and completeness of the proposed installation methodology (including sequence, risk management, and contingency plans) Alignment with project requirements (e.g., ability to work in close proximity to structures, handling of installation losses, tolerances) Innovation in approach (e.g., use of advanced monitoring, real-time data, or unique vessel capabilities) 2.2 Design Capabilities (15%) Experience and expertise in rock berm and CPS design for offshore wind/cable projects Compliance with standards (EN 13383, ISO, project-specific) Ability to optimize designs for operational efficiency and cost-effectiveness Provision for design review and value engineering 2.3 Equipment & Vessel Suitability (15%) Availability and suitability of DPFPVs or equivalent vessels (capacity, DP class, ROV systems, fall pipe/tremie pipe systems) Redundancy and reliability of critical equipment Maintenance and spare parts strategy 2.4 Project Management & Personnel (10%) Project team structure and qualifications Experience with similar projects Clarity of roles, responsibilities, and reporting lines Communication and interface management 2.5 HSE & Quality Management (15%) HSE policy and track record (certifications, incident statistics, stop-work authority) Quality Management System (ISO 9001 or equivalent) Project-specific HSE and quality plans Training and competence of personnel 2.6 Sustainability & Environmental (5%) Integration of sustainability principles (ISO 14001, ISO 50001, SDGs) Minimization of environmental impact (fuel efficiency, waste management, emissions) Support for client sustainability goals 2.7 Survey & Documentation (5%) Survey methodology (pre-, intermediate, post-installation, DTM, MBE, etc.) Accuracy and reliability of survey equipment and data processing Clarity and completeness of deliverables (as-built charts, reports, digital files) Scoring System For each criterion, assign a score from 1 to 5: 5 Points: Excellent - Exceeds requirements 4 Points: Good - Fully meets requirements 3 Points: Satisfactory - Meets most requirements 2 Points: Poor - Partially meets requirements 1 Points: Unacceptable - Does not meet requirements
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 20,00
Kriterium:
Art: Qualität
Bezeichnung: Contractual Acceptance
Beschreibung: Evaluation Principle Scoring is absolute, not relative: Each tender is evaluated on its own merits against the model contract, not in comparison to other tenders. Scoring scale: 0-100 points, in 20-point increments (100, 80, 60, 40, 20, 0). Full points (100): Awarded only if the tenderer accepts the contract and all annexes/sub-annexes without changes, or only proposes changes that are exclusively advantageous to the contracting entity and/or are legally required. Deductions: The more disadvantageous the proposed changes for the contracting entity, the lower the score. The adverse legal consequences are weighted by their estimated probability of occurrence. ScoreDescription 100: No changes, or only changes exclusively advantageous to the contracting entity, or legally required changes. 80: Minor changes, with negligible or no adverse impact on the contracting entity. 60: Moderate changes, with some adverse impact, but manageable and not critical. 40:Significant changes, with clear adverse impact, but not fundamentally undermining the contract. 20:Major changes, with substantial adverse impact or risk to the contracting entity. 0:Changes that fundamentally undermine the contract or render it unacceptable.
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 20,00
Kriterium:
Art: Qualität
Bezeichnung: Reaction time
Beschreibung: Scoring Principle Lower (earlier) start dates receive higher scores. The scoring is normalized so that the earliest possible start date receives the maximum score, and the latest receives the minimum. If multiple bidders have the same earliest start date, they receive the same (highest) score. Scoring Formula Let: Si = Start date proposed by bidder i (in days from a reference date, e.g., bid submission deadline) Smin = Earliest (minimum) start date among all bidders Smax = Latest (maximum) start date among all bidders Scorei = Score for bidder i (on a scale of 0 to 10, or 0 to 100 as preferred) Formula (0-10 scale): Scorei=10×((Smax−Si)/(Smax−Simin)) If Smax=Smin (all bidders have the same start date), all receive the maximum score.
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 10,00
Kriterium:
Art: Kosten
Bezeichnung: Price
Beschreibung: Net Price
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 50,00
5.1.11.
Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: Englisch
5.1.12.
Bedingungen für die Auftragsvergabe
Bedingungen für die Einreichung:
Elektronische Einreichung: Zulässig
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können alle fehlenden Bieterunterlagen nach Fristablauf nachgereicht werden.
Zusätzliche Informationen: The contracting authority reserves the right to request additional documents at any stage of the procurement procedure within the framework of the legally permissible regulations.
Auftragsbedingungen:
Die Auftragsausführung muss im Rahmen von Programmen für geschützte Beschäftigungsverhältnisse erfolgen: Nein
Bedingungen für die Ausführung des Auftrags: - The work must be carried out in accordance with EnBW's Supplier Code of Conduct. - The company and its representatives must not be listed on any sanctions or terrorism lists maintained by the EU, the UK, the USA or Canada. - The contractor must register in the client's purchasing system and process orders (ordering, communication, etc.) via this infrastructure.
Elektronische Rechnungsstellung: Zulässig
Aufträge werden elektronisch erteilt: ja
Zahlungen werden elektronisch geleistet: ja
5.1.16.
Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Vergabekammer Baden-Württemberg
Informationen über die Überprüfungsfristen: It is pointed out that a review application shall be inadmissible insofar as: 1) the applicant became aware of the alleged infringement of procurement rules before submitting the review application and failed to notify the contracting authority of the infringement within a period of ten calendar days; the expiry of the period pursuant to Section 134(2) shall remain unaffected; 2) infringements of procurement rules that are apparent from the contract notice are not notified to the contracting authority at the latest by the expiry of the deadline specified in the notice for expressing interest or submitting tenders; 3) infringements of procurement rules that are apparent only from the procurement documents are not notified to the contracting authority at the latest by the expiry of the deadline for expressing interest or submitting tenders; 4) more than 15 calendar days have elapsed since receipt of the contracting authority’s notification that it does not intend to remedy the complaint.
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: EnBW Energie Baden-Württemberg AG
Organisation, die Teilnahmeanträge entgegennimmt: EnBW Energie Baden-Württemberg AG
8.1.
ORG-7001
Offizielle Bezeichnung: EnBW Energie Baden-Württemberg AG
Registrierungsnummer: DE812334050
Postanschrift: Durlacher Allee 93
Stadt: Karlsruhe
Postleitzahl: 76131
Land, Gliederung (NUTS): Karlsruhe, Stadtkreis (DE122)
Land: Deutschland
Telefon: 000
Rollen dieser Organisation:
Beschaffer
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
Organisation, die Teilnahmeanträge entgegennimmt
8.1.
ORG-7004
Offizielle Bezeichnung: Vergabekammer Baden-Württemberg
Registrierungsnummer: t:07219268730
Postanschrift: Durlacher Allee 100
Stadt: Karlsruhe
Postleitzahl: 76137
Land, Gliederung (NUTS): Karlsruhe, Stadtkreis (DE122)
Land: Deutschland
Telefon: +49 7219268730
Fax: +49 7219263985
Rollen dieser Organisation:
Überprüfungsstelle
8.1.
ORG-7005
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: 19659285-6b97-4adc-a1f0-2d387c4a3c3a - 01
Formulartyp: Wettbewerb
Art der Bekanntmachung: Bekanntmachung über das Bestehen eines Prüfungssystems
Unterart der Bekanntmachung: 15
Datum der Übermittlung der Bekanntmachung: 18/11/2025 15:02:21 (UTC+01:00) Mitteleuropäische Zeit, Westeuropäische Sommerzeit
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
Veröffentlichungsnummer der Bekanntmachung: 771128-2025
ABl. S – Nummer der Ausgabe: 224/2025
Datum der Veröffentlichung: 20/11/2025