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

832632-2025 - Ergebnis
Deutschland – Bauarbeiten für Kraftwerke – Charlottenburg Combined Heat and Power Plant (CCHP) - Lot 1
OJ S 241/2025 15/12/2025
Bekanntmachung vergebener Aufträge oder Zuschlagsbekanntmachung – Standardregelung
Bauleistung

1. Beschaffer

1.1.
Beschaffer
Offizielle Bezeichnung: BEW Berliner Energie und Wärme GmbH
Tätigkeit des Auftraggebers: Erzeugung, Fortleitung oder Abgabe von Gas oder Wärme

2. Verfahren

2.1.
Verfahren
Titel: Charlottenburg Combined Heat and Power Plant (CCHP) - Lot 1
Beschreibung: This lot 1 includes the turnkey engineering, procurement, construction and commissioning of - 3 gas turbine generator trains & heat recovery boilers, incl. auxilliary systems. Utilization of supplementary firing as necessary - gas compressor station - 110kV grid connection and power supply system - buildings for each of the above mentioned systems (being three main buildings. For the main turbine hall building a "0-meter" level with a sufficiently designed foundation will be provided by the awarding authority). -Long Term Service Agreement (LTSA) for the Gas Turbine Units The purpose of the overall undertaking at Charlottenburg Site (located Am Spreebord 5, 10589 Berlin), is to ensure heat supply security in the connected district heating grid by replacement of existing gas fired turbines with reliable alternatives and enable coal phase-out until 2030 by installing additional heat capacity. Furthermore, the undertaking supports regulatory and strategic needs by focusing on low carbon heat generation. By flexible adaption of heat generation to changes of electricity and gas prices, in accordance with overall system demands, the undertaking supports profitable heating business considering future market uncertainty and volatility. To fulfill Vattenfall's fossil free strategy, the undertaking utilizes gas as a transition technology to hydrogen and enables sector coupling. The total required thermal feed-in capacity is approx. 550 MW, split up into a gas fired portion and a power-to-heat portion. Certain relevant limitations for execution of the undertaking, arising from the need for existing assets to remain in operation until new assets are commissioned to ensure supply security, the urban environment, monument preservation requirements for specific buildings, and the available capacity of the gas supply line (approx. 620 MW LHV) - have to be considered. In the course of this undertaking, several projects are being developed by the awarding authority, including building of new generation and infrastructure assets as well as demolition and refurbishments of existing assets; one of such projects is the Charlottenburg Combined Heat and Power project (“CCHP”). This notice concerns and announces the tender for the lot 1 named CCHP project within the undertaking of Charlottenburg Site, which is composed mainly of a gas turbine-based CHP Plant. Other lots and projects will be announced by the awarding authority at a later point in time. However predecessing activities were partly already contracted such as the demolition of the existing buildings as well as preliminary design activities.
Kennung des Verfahrens: 74567d13-f05e-4c1a-9644-d5823fca7922
Interne Kennung: 2023005874
Verfahrensart: Verhandlungsverfahren mit vorheriger Veröffentlichung eines Aufrufs zum Wettbewerb/Verhandlungsverfahren
Das Verfahren wird beschleunigt: nein
2.1.1.
Zweck
Art des Auftrags: Bauleistung
Haupteinstufung (cpv): 45251100 Bauarbeiten für Kraftwerke
Zusätzliche Einstufung (cpv): 09323000 Fernwärme, 24111600 Wasserstoff, 31120000 Generatoren, 31170000 Transformatoren, 42112300 Gasturbinen, 42123100 Gaskompressoren
2.1.2.
Erfüllungsort
Stadt: Berlin
Postleitzahl: 10589
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 -

5. Los

5.1.
Los: LOT-0001
Titel: Charlottenburg Combined Heat and Power Plant (CCHP) - Lot 1
Beschreibung: This lot 1 includes the turnkey engineering, procurement, construction and commissioning of - 3 gas turbine generator trains & heat recovery boilers, incl. auxilliary systems. Utilization of supplementary firing as necessary - gas compressor station - 110kV grid connection and power supply system - buildings for each of the above mentioned systems (being three main buildings. For the main turbine hall building a "0-meter" level with a sufficiently designed foundation will be provided by the awarding authority). -Long Term Service Agreement (LTSA) for the Gas Turbine Units The purpose of the overall undertaking at Charlottenburg Site (located Am Spreebord 5, 10589 Berlin), is to ensure heat supply security in the connected district heating grid by replacement of existing gas fired turbines with reliable alternatives and enable coal phase-out until 2030 by installing additional heat capacity. Furthermore, the undertaking supports regulatory and strategic needs by focusing on low carbon heat generation. By flexible adaption of heat generation to changes of electricity and gas prices, in accordance with overall system demands, the undertaking supports profitable heating business considering future market uncertainty and volatility. To fulfill Vattenfall's fossil free strategy, the undertaking utilizes gas as a transition technology to hydrogen and enables sector coupling. The total required thermal feed-in capacity is approx. 550 MW, split up into a gas fired portion and a power-to-heat portion. Certain relevant limitations for execution of the undertaking, arising from the need for existing assets to remain in operation until new assets are commissioned to ensure supply security, the urban environment, monument preservation requirements for specific buildings, and the available capacity of the gas supply line (approx. 620 MW LHV) - have to be considered. In the course of this undertaking, several projects are being developed by the awarding authority, including building of new generation and infrastructure assets as well as demolition and refurbishments of existing assets; one of such projects is the Charlottenburg Combined Heat and Power project (“CCHP”). This notice concerns and announces the tender for the lot 1 named CCHP project within the undertaking of Charlottenburg Site, which is composed mainly of a gas turbine-based CHP Plant. Other lots and projects will be announced by the awarding authority at a later point in time. However predecessing activities were partly already contracted such as the demolition of the existing buildings as well as preliminary design activities.
Interne Kennung: 6f64ead2-8a03-4de5-a033-4dfd77e96dd4
5.1.1.
Zweck
Art des Auftrags: Bauleistung
Haupteinstufung (cpv): 45251100 Bauarbeiten für Kraftwerke
Zusätzliche Einstufung (cpv): 09323000 Fernwärme, 24111600 Wasserstoff, 31120000 Generatoren, 31170000 Transformatoren, 42112300 Gasturbinen, 42123100 Gaskompressoren
5.1.2.
Erfüllungsort
Stadt: Berlin
Postleitzahl: 10589
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
5.1.3.
Geschätzte Dauer
Datum des Beginns: 15/08/2025
Enddatum der Laufzeit: 30/09/2030
5.1.4.
Verlängerung
Maximale Verlängerungen: 0
5.1.6.
Allgemeine Informationen
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: ja
Zusätzliche Informationen: A) Formalities applying to tenders 1. The tender must be submitted in English and in written form electronically at: https://root.deutsche-evergabe.de/portal/. Use of the portal deutsche-evergabe.de is free of charge for Applicants and Applicants of Vattenfall projects. Requests to participate can be submitted there. Requests to participate by post, fax or email will not be accepted. Note on language: All supporting documents and documents must be submitted in English. 2. All evidence of compliance with the conditions of participation must be uploaded at the appropriate location (section "Own Appendices") and with the name of the file for easier verification. The corresponding file names should start with "Reg_" (Reg_ = respective register), contain abbreviations on the content and company, do not exceed a length of 60 characters and a size of 20 MB. (For example: "Reg_A_UN-Praesent_Fa_XXXXXXXXXX_2021_XX_XX"). "K.O. criteria" are minimum conditions, while items marked "Mandatory" must be entered. The bid is to be divided in accordance with the numbering in Section III.1. and should contain the information requested in the respective sections. The contracting entity reserves the right to disregard information not contained in the sections specifically provided for this purpose. References to previous tenders will not suffice for the purpose of verification. 3. The term "current" in Section III.1. means that the date of issue of the third-party confirmation in question must not be longer than 12 months prior to the date of publication in the Official Journal of the EU. 4. The obligation to submit third-party confirmation does not apply if and insofar as no such register is kept or registration is unnecessary. The onus is on the applicant to prove and explain this. In this case, the applicant must submit the required information for checking the register in question (III.1.1. to III.1.3.) in the form of other documents or self-declarations. The awarding authority is free – without being obliged to do so – to request additional documents and information for clarification. This also applies to minimum conditions. 5. For the purposes of Point 4 above, foreign applicants are still required to submit such third-party confirmation. Their equivalence must be proven. To this end, exhaustive presentation is expected. 6. Even as part of a bidding consortium, an applicant may rely on the capabilities of other companies in proving their fitness: a) Bidders wishing to avail themselves of such borrowed capacity (not possible for reliability in accordance with Section III.1.1.), must immediately name the subcontractors whose capacity they are borrowing and submit the relevant evidence for Sections III.1.1. to III.1.3. for the subcontractors together with the request to participate, this submission requirement being limited to the part of the services to be provided by subcontractors. In this case, the applicant must prove that the subcontractor will provide them with the necessary resources (e.g. in the form of a letter of commitment). b) Any other subcontractors (whose capacity is not borrowed) need not be named in the request to participate initially and the proof in accordance with Sections III.1.1. to III.1.3. need not be submitted initially for the subcontractor. The proportion contracted out alone must be indicated. However, the awarding authority reserves the right to require other applicants/Bidders who are shortlisted for further participation in the process and plan to use subcontractors, before the end of the competitive bidding or throughout the rest of the process, to name such subcontractors and to submit the aforementioned evidence in respect of their share of the services. 7. The awarding authority reserves the right – without being required to do so – to demand declarations and evidence (including for the minimum requirements) at a later date. Moreover, the awarding authority reserves the right to demand a personal introduction to an applicant or to inspect the applicant's business or a reference project, e.g. in order to verify the validity of the self-declarations. The applicant is not entitled to make any additional demands or demand a personal introduction. 8. The awarding authority reserves the right - without being obligated to do so - to conduct an audit of individual applicants/bidders within the scope of a so-called "sustainability risk assessment" even after the selection of applicants and submission of bids during the entire tendering procedure if there is a justified reason to do so. A justified reason exists in particular if the applicant/bidder has its registered office in a high-risk country or its production facilities are located there or the service is provided in or from such a country. Furthermore, the reasonable cause exists if the product or service category is classified as high risk. A list of high-risk countries and product and service categories can be found at: https://group.vattenfall.com/de/wer-wir-sind/lieferantenbeziehungen/lieferantenregistrierung Should such an audit reveal that self-declarations made by the candidate/bidder in the award procedure pursuant to III.1.1 Register G and H do not apply, the awarding authority is entitled to exclude the candidate/bidder from further competition. 9. The Employer reserves the right to exclude applications which do not meet the minimum requirements and/or deadlines from the further process, without further checks. 10. By submitting the request to participate, the applicant declares that they agree to a change of awarding authority/Employer. The possibility cannot be ruled out that a different company may become the awarding authority/Employer in the course of the tendering process. 11. Questions are to be submitted exclusively via the eVergabe question-and-answer tool. The awarding authority will endeavour to answer promptly. 12. If and to the extent to which it is permitted by law, qualification criteria may also be demonstrated using a standard European self-declaration. 13. The Applicant – each individual member in the case of bidding consortia – must sign a confidentiality Agreement, the applicant should use the form available from the contact point (see Point 1.1 of the notice) for this purpose. B) Tendering process and specifications for the awarding of contracts The specifications for the tendering process can be found in the call for tenders. In the interests of ensuring maximum transparency, the awarding authority will nevertheless announce a number of general guidelines in advance, which cannot be required to be complied with and are therefore subject to clarification and change within the context of the call for tenders: 1. In the case of tenders to be submitted subsequently, which - based on the award criteria - prove to be significantly inferior to the competition financially speaking, following the submission of the tenders, the awarding authority may decide to exclude the bidder in question from further negotiations (elimination). 2. The awarding of contracts is subject to approval by the boards of the contracting entity. 3. The awarding of contracts is subject to existing official permits. 4. The awarding of contracts is subject to the performance of the services on economically feasible terms, to be established by the awarding authority. 5. Since the procurement project as a whole is of great importance for the functioning the supply of district heating to the population, the community and the complete publication of the documents would allow conclusions to be drawn about the functioning of critical infrastructure systems, the client refers within the EU announcement to §§ 5 para. 3, 41 Para.4 SektVO to maintain confidentiality and secrecy, and will only provide those bidders in the bidding process with further information about the project who have proven in the preceding participation competition that they are able to provide the required services (aptitude test). 6. The awarding authority reserves the right to announce options in the contract documents. 7. The awarding authority reserves the right to divide the contract for the "CHP" into two phases. The first phase is a firm order with works focused mainly on engineering. The second phase with the rest of the works will initially only be commissioned as an option. This option can be drawn unilaterally by the awarding authority if there is a positive committee decision, which depends, among other things, on final public-law approvals and a positive final investment decision by the committees responsible. The second phase includes, among other things, engineering, procurement, manufacturing and construction up to commissioning. The "LTSA" part is initially only tendered as an option that can unilaterally be drawn by the awarding authority 8. The awarding authority reserves the right to announce further options in the contract documents.
5.1.7.
Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
5.1.10.
Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Preis
Beschreibung: Preis
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 60,00
Kriterium:
Art: Qualität
Bezeichnung: Leistungsbewertung gemäß Kriterienkatalog
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 40,00
5.1.12.
Bedingungen für die Auftragsvergabe
Auftragsbedingungen:
Dieses Verfahren fällt unter die Verordnung zu ausländischen Subventionen (FSR)
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
Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt: Vergabekammer des Landes Berlin

6. Ergebnisse

Wert aller in dieser Bekanntmachung vergebenen Verträge: 1,00 EUR
6.1.
Ergebnis, Los-– Kennung: LOT-0001
Status der Preisträgerauswahl: Es wurde mindestens ein Gewinner ermittelt.
6.1.2.
Informationen über die Gewinner
Wettbewerbsgewinner:
Offizielle Bezeichnung: Sener Ingeniería y sistemas
Angebot:
Kennung des Angebots: 2025650086
Kennung des Loses oder der Gruppe von Losen: LOT-0001
Wert der Ausschreibung: 1,00 EUR
Das Angebot wurde in die Rangfolge eingeordnet: ja
Bei dem Angebot handelt es sich um eine Variante: nein
Ausländische Subventionsmaßnahmen: Eingereichte Meldung; administrativer Abschluss des im Rahmen der Verordnung über drittstaatliche Subventionen durchgeführten Vorprüfungsverfahren
Vergabe von Unteraufträgen: Noch nicht bekannt
Informationen zum Auftrag:
Kennung des Auftrags: CON-0001 - Sener Ingeniería y sistemas
Datum der Auswahl des Gewinners: 12/08/2025
Datum des Vertragsabschlusses: 12/08/2025
6.1.4.
Statistische Informationen
Eingegangene Angebote oder Teilnahmeanträge:
Art der eingegangenen Einreichungen: Angebote
Anzahl der eingegangenen Angebote oder Teilnahmeanträge: 2
Bandbreite der Angebote:
Wert des niedrigsten zulässigen Angebots: 1,00 EUR
Wert des höchsten zulässigen Angebots: 1,00 EUR

8. Organisationen

8.1.
ORG-0001
Offizielle Bezeichnung: BEW Berliner Energie und Wärme GmbH
Registrierungsnummer: 3c679aee-7065-41ff-8bad-a334ab54927b
Postanschrift: Hildegard Knef Platz 2
Stadt: Berlin
Postleitzahl: 10829
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
Telefon: +49 302670
Internetadresse: https://www.bew.berlin/
Rollen dieser Organisation:
Beschaffer
8.1.
ORG-0002
Offizielle Bezeichnung: Vergabekammer des Landes Berlin
Registrierungsnummer: fa97f8ca-a365-4b63-8a3f-fc5c739581cf
Postanschrift: Martin-Luther-Str. 105
Stadt: Berlin
Postleitzahl: 10825
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
Telefon: +49 3090138316
Fax: +49 3090137613
Rollen dieser Organisation:
Überprüfungsstelle
Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt
8.1.
ORG-0003
Offizielle Bezeichnung: Vattenfall GmbH
Registrierungsnummer: 300b49d7-09b6-4733-af8c-b51bf54045bc
Postanschrift: Hildegard Knef Platz 2
Stadt: Berlin
Postleitzahl: 10829
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
Telefon: +49 40657988000
Internetadresse: https://www.vattenfall.de/
Rollen dieser Organisation:
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
8.1.
ORG-0004
Offizielle Bezeichnung: Sener Ingeniería y sistemas
Größe des Wirtschaftsteilnehmers: Großunternehmen
Registrierungsnummer: 809ffabc-ea16-4ea8-b9e3-535bf89530a6
Postanschrift: Av. Zugazarte, 56
Stadt: Getxo
Postleitzahl: 48930
Land, Gliederung (NUTS): Bizkaia (ES213)
Land: Spanien
Telefon: +34 649081228
Rollen dieser Organisation:
Bieter
Gewinner dieser Lose: LOT-0001
8.1.
ORG-0005
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

Informationen zur Bekanntmachung

Kennung/Fassung der Bekanntmachung: 774b6fbe-5b14-44b0-be33-2c654f6b34cb - 01
Formulartyp: Ergebnis
Art der Bekanntmachung: Bekanntmachung vergebener Aufträge oder Zuschlagsbekanntmachung – Standardregelung
Unterart der Bekanntmachung: 30
Datum der Übermittlung der Bekanntmachung: 11/12/2025 18:52:50 (UTC+01:00) Mitteleuropäische Zeit, Westeuropäische Sommerzeit
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
Veröffentlichungsnummer der Bekanntmachung: 832632-2025
ABl. S – Nummer der Ausgabe: 241/2025
Datum der Veröffentlichung: 15/12/2025