EnBW Offshore-Windfarm He Dreiht: Guard Vessel for Construction Phase Referenznummer der Bekanntmachung: EnBW-2022-0092
Auftragsbekanntmachung – Sektoren
Dienstleistungen
Abschnitt I: Auftraggeber
Postanschrift:[gelöscht]
Ort: Stuttgart
NUTS-Code: DE11 Stuttgart
Postleitzahl: 70567
Land: Deutschland
E-Mail: [gelöscht]
Internet-Adresse(n):
Hauptadresse: www.enbw.com
Abschnitt II: Gegenstand
EnBW Offshore-Windfarm He Dreiht: Guard Vessel for Construction Phase
Provision of a Guard Vessel for the Offshore Windfarm He Dreiht in accordance with BSH requirements.
EnBW Offshore Wind Farm He Dreiht in the western North Sea within the German Exclusive Economic Zone (EEZ).
Provision of a Guard Vessel for the Offshore Windfarm He Dreiht in accordance with BSH requirements.
The Guard vessel is employed in order to protect the windfarm. Therefore the Bidder shall provide and operate a Guard Vessel during the set time period of these activities.
The Bidder shall provide a suitable Guard Vessel, corresponding to the specifications, as well as a fully qualified crew. With this vessel the Bidder shall perform continuous surveillance of the marine traffic (optical, via radar and AIS) at the offshore construction site.
The Contractor shall also provide a substitute vessel. The substitute vessel shall fulfill the same vessel criteria as the primary Guard Vessel.
The Guard Vessel shall as a minimum fulfill the requirements of "Plangenehmigungsbescheid Offshore Windenergiepark EnBW He Dreiht", which are listed as follows:
› The vessel shall be present at the offshore construction site 24/7.
› The vessel shall only be used for surveillance of the working site and control of ship traffic (especially of non-project ships/vessels) with the help of optical and radar means as well as AIS surveillance.
› Proof of seaworthiness by means of unrestricted sailing permission for the area of operation,
› The vessel shall be able to achieve a minimum service speed of 15 knots . This is very crucial to meet the BSH requirements. Therefore the Bidder is asked to submit a respective proof together with the tender documents.
› All crew shall have suitable education according to STCW 95, II .
› The captain of the guard vessel shall be in possession of a valid STCW-certificate that fulfills the requirements of the BG Verkehr and BSH . All costs that are due to missing qualifications/certificates have to be paid by the bidder.
› The vessel shall be equipped with two inter-connectable VHF-/GMDSS radios, one cut-off wave radio. Functionality of all mentioned devices must be proven by means of a certificate which is issued by a service point which is approved by BSH and which is not older than 12 months.
› The vessel shall be equipped with two radars. Minimum one of the two radars needs to have the "ARPA" function. Functionality of all mentioned devices must be proven by means of a certificate which is issued by a service point which is approved by BSH and which is not older than 12 months .
› The vessel shall also be equipped with an AIS receiver. The AIS signals must be displayed on board in connection with a radar and an electronic sea chart .
› The vessel shall be equipped with a Fast Rescue Craft (FRC) to perform rescue from a person over board (PoB). Alternative systems for rescue a PoB (f.e. Jason Cradle, etc.) are to notice by the bidder .
› The vessel shall be capable to ensure emergency hoist operations by helicopter .
› The Bidder shall supply and operate at his cost a satellite telephone on board of the Guard Vessel as a backup for the TETRA radio system. The satellite telephone shall be available 24/7 .
Start:
Depending on project schedule, the start period will be confirmed as a date between 01.02.2024 and 01.07.2024. The process of confirming the exact start date will be described in the Request for Quotation.
End:
31.10.2025, with multiple options to extend until 30.06.2026. The process of confirming the exact end date will be described in the Request for Quotation.
Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben
Informational criteria:
- EnBW-Supplier number (optional)
- Contact person at the supplier
- Company Name
- Company Adress
- Company Management board
- Legal form
- Founded in
- Necessary entries in the official directories/registers
Mandatory criteria:
- register, commercial register number
Informational criteria:
- V.A.T. number
- Subscribed capital in Euro
- Group affiliation
- Number of employees in FTE (2019, 2020, 2021)
- Judgements, lawsuits, arbitration proceedings or other pending proceedings/claims
- Company shareholder of an utility
Mandatory criteria:
- Annual financial reports for the past three years
- Financial information (2019, 2020, 2021)
> Revenue, in Euro:
> Profit before tax (EBIT), in Euro:
> Total assets, in Euro:
> Equity, in Euro:
> Investments in R&D, in Euro:
- Declarations
> Declaration pursuant to § 123 of the Act against Restraints of Competition (GWB)
> Corresponding judgement or legally binding administrative decision due to §123 GWB
> Self-purification after responding judgement or legally binding administrative decision based on §123 GWB
> Declaration pursuant to § 124 of the Act against Restraints of Competition (GWB)
> Self-purification after responding judgement or legally binding administrative decision based on §124 GWB
> Affirmation of paying employees according to the legal requirements
> Declaration on required declarations and evidence
- Annual financial reports for the past three years
- Declarations:
> Declaration pursuant to § 123 of the Act against Restraints of Competition (GWB)
> Corresponding judgement or legally binding administrative decision due to §123 GWB
> Self-purification after responding judgement or legally binding administrative decision based on §123 GWB
> Declaration pursuant to § 124 of the Act against Restraints of Competition (GWB)
> Self-purification after responding judgement or legally binding administrative decision based on §124 GWB
> Affirmation of paying employees according to the legal requirements
> Declaration on required declarations and evidence
> Declaration regarding possible subcontracting
> Appropriate access to to required competences
Mandatory criteria:
> Project Language: English
- Listing of reference projects / reference customers in the German North Sea or Baltic Sea related to the offered vessel.
___
The Guard Vessel shall as a minimum fulfill the requirements of "Plangenehmigungsbescheid Offshore Windenergiepark EnBW He Dreiht" by BSH, which are listed as follows:
› The vessel shall be present at the offshore construction site 24/7. The Contractor shall also provide a substitute vessel. The substitute vessel shall fulfill the same vessel criteria as the primary Guard Vessel.
› The vessel shall only be used for surveillance of the working site and control of ship traffic (especially of non-project ships/vessels) with the help of optical and radar means as well as AIS surveillance.
› Proof of seaworthiness by means of unrestricted sailing permission for the area of operation,
› The vessel shall be able to achieve a minimum service speed of 15 knots . This is very crucial to meet the BSH requirements. Therefore the Bidder is asked to submit a respective proof together with the tender documents.
› All crew shall have suitable education according to STCW 95, II .
› The captain of the guard vessel shall be in possession of a valid STCW-certificate that fulfills the requirements of the BG Verkehr and BSH . All costs that are due to missing qualifications/certificates have to be paid by the bidder.
› The vessel shall be equipped with two inter-connectable VHF-/GMDSS radios, one cut-off wave radio. Functionality of all mentioned devices must be proven by means of a certificate which is issued by a service point which is approved by BSH and which is not older than 12 months.
› The vessel shall be equipped with two radars. Minimum one of the two radars needs to have the "ARPA" function. Functionality of all mentioned devices must be proven by means of a certificate which is issued by a service point which is approved by BSH and which is not older than 12 months .
› The vessel shall also be equipped with an AIS receiver. The AIS signals must be displayed on board in connection with a radar and an electronic sea chart .
› The vessel shall be equipped with a Fast Rescue Craft (FRC) to perform rescue from a person over board (PoB). Alternative systems for rescue a PoB (f.e. Jason Cradle, etc.) are to notice by the bidder .
› The vessel shall be capable to ensure emergency hoist operations by helicopter .
› The Bidder shall supply and operate at his cost a satellite telephone on board of the Guard Vessel as a backup for the TETRA radio system. The satellite telephone shall be available 24/7 .
› Manning with suitable nautical personnel (nautical patent holders according to STCW 95)
- Crew shall be proficient in at least the English language.
- Technical prequalification criteria
> Project Language: English
- Please provide reference(s) of at least two comparable project(s), minimum one within the last three years and briefly describe the corresponding scope
- Technical prequalification criteria
> Declaration regarding possible subcontracting
> Appropriate access to to required competences
Mandatory criteria:
> Project Language: English
- Please provide reference(s) of at least two comparable project(s), minimum one within the last three years and briefly describe the corresponding scope
- Listing of reference projects / reference customers in the German North Sea or Baltic Sea.
___
The Guard Vessel shall as a minimum fulfill the requirements of "Plangenehmigungsbescheid Offshore Windenergiepark EnBW He Dreiht" by BSH, which are listed as follows:
› The vessel shall be present at the offshore construction site 24/7. The Contractor shall also provide a substitute vessel. The substitute vessel shall fulfill the same vessel criteria as the primary Guard Vessel.
› The vessel shall only be used for surveillance of the working site and control of ship traffic (especially of non-project ships/vessels) with the help of optical and radar means as well as AIS surveillance.
› Proof of seaworthiness by means of unrestricted sailing permission for the area of operation,
› The vessel shall be able to achieve a minimum service speed of 15 knots . This is very crucial to meet the BSH requirements. Therefore the Bidder is asked to submit a respective proof together with the tender documents.
› All crew shall have suitable education according to STCW 95, II .
› The captain of the guard vessel shall be in possession of a valid STCW-certificate that fulfills the requirements of the BG Verkehr and BSH . All costs that are due to missing qualifications/certificates have to be paid by the bidder.
› The vessel shall be equipped with two inter-connectable VHF-/GMDSS radios, one cut-off wave radio. Functionality of all mentioned devices must be proven by means of a certificate which is issued by a service point which is approved by BSH and which is not older than 12 months.
› The vessel shall be equipped with two radars. Minimum one of the two radars needs to have the "ARPA" function. Functionality of all mentioned devices must be proven by means of a certificate which is issued by a service point which is approved by BSH and which is not older than 12 months .
› The vessel shall also be equipped with an AIS receiver. The AIS signals must be displayed on board in connection with a radar and an electronic sea chart .
› The vessel shall be equipped with a Fast Rescue Craft (FRC) to perform rescue from a person over board (PoB). Alternative systems for rescue a PoB (f.e. Jason Cradle, etc.) are to notice by the bidder .
› The vessel shall be capable to ensure emergency hoist operations by helicopter .
› The Bidder shall supply and operate at his cost a satellite telephone on board of the Guard Vessel as a backup for the TETRA radio system. The satellite telephone shall be available 24/7 .
› Manning with suitable nautical personnel (nautical patent holders according to STCW 95)
- Crew shall be proficient in at least the English language.
Directlink to documents with Selection criteria: (URL) https://www.tender24.de/NetServer/SelectionCriteria/54321-Tender-184523df872-c72560015485515
Within 14 days with 3 % discount or within 30 days net from receipt of invoice at EnBW
Jointly liable (see SektVO)
The Contractor shall act compliant to the EnBW Supplier Code of Conduct which can be found under:
https://www.enbw.com/media/sustainability/enbw-supplier-code-of-conduct.pdf
Further Information is also available under:
https://www.enbw.com/company/sustainability/social/
Contractor needs the following insurances.
- Third party liability insurance
- Charterer’s liability insurance
- Hull and Machinery insurance
- Protection and Indemnity insurance
- Workers compensation insurance
- All other insurances required by law
Further detailed information will be provided in the Tender Documents.
Abschnitt IV: Verfahren
Abschnitt VI: Weitere Angaben
1. Tender24 tendering platform
The tendering company uses the tender24 award platform (https://www.tender24.de) for this award procedure. The use of tender24 is free of charge for the applicants or bidders. The following should be noted:
- Companies can only participate in the award procedure if they have registered on tender24. Registration is also a prerequisite for submitting questions on the announcement or the award documents and for receiving related answers from the tendering company. The registration is free of charge for the companies.
- It is recommended that companies check their access to the tender24 platform and its usability at an early stage. Should any problems arise, the tenderers or bidders can contact the tender support at https://www.tender24.de/kontakt.
- Communication between the tendering company and interested or participating companies is always carried out via tender24 and the bidder cockpit.
- All documents will be made available or exchanged within the framework of this award procedure via tender24 and the Bidder Cockpit.
- Requests to participate and tenders may only be submitted via tender24 using the Bidder Cockpit. In the Bidder Cockpit, requests to participate are to be submitted under the heading Requests to participate and tenders under the heading Tenders in the relevant procedure.
- The free-of-charge Bidder Cockpit is provided under the menu item Requests for Participation or Tenders, which requires a separate installation. The prerequisite for using the bidder cockpit is a corresponding Java runtime environment (AI Weblauncher). This is provided free of charge at https://www.bietercockpit.de/install.html
if it is not already installed on your computer. Depending on the operating environment, administrative rights may be required for the installation of the runtime environment or the bidder cockpit.
___
2. General notes on the submission of documents
The following requirements must be observed when processing and preparing documents within the scope of requests to participate or tenders:
- All documents must be provided in one of the following formats: docx, xlsx, pdf.
- The documents contained in the tender documents must be carefully checked and, if required, completed and submitted with the request to participate or the tender. If the space provided in these documents or their text fields is not sufficient, documents may be attached as further annexes. It is then mandatory to refer to the respective additional attachments of the applicant or bidder at the appropriate place of the attachments provided by the tendering company.
- An incomplete submission of the required annexes and documents with a reference to annexes and documents submitted, e.g. in previous applications, is not permitted.
- The dispatch of requests to participate or the associated enclosures and documents by any means other than tender24, e.g. by e-mail, fax or post, is not permitted.
___
3. The deadline for submission of the applicant's questions is 30.12.2022 noon. The applicant's questions will be answered by 05.01.2023 at the latest.
Postanschrift:[gelöscht]
Ort: Karlsruhe
Postleitzahl: 76137
Land: Deutschland
Telefon: [gelöscht]
Fax: [gelöscht]
According to Section 160 (1) GWB, the public procurement chamber initiates a review only on request.
An application may, inter alia, be inadmissible if the candidate has not complained in due time of the alleged infringement of public procurement rules. Infringements recognized in the award procedure must be notified to the tendering company within ten calendar days (§ 160 (3) no. 1 GWB).
Infringements of procurement rules, which are recognizable on the basis of the notice, must be notified at the latest by the end of the participation period (§ 160 (3) no. 2 GWB). Infringements that can only be identified in the tender documents must be notified at the latest by the end of the offer period (§ 160 (3) no. 3 GWB). Furthermore, the petition for review is inadmissible if more than 15
calendar days have elapsed after receipt of the notification of the issuing undertaking to refuse to remedy a complaint (sec. 160 (3) no. 4 GWB)