loading
  • DE-95448 Bayreuth, DE North Sea
  • 06.02.2017
  • Ausschreibung
  • (ID 2-253006)

Unexploded Explosive Ordnance (UXO) marine geophysical survey, identification and disposal at various locations in the German sector of the North Sea


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.02.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Vermessung / Bodenmechanik, Erd-/ Grundbau
    Sprachen Deutsch, Englisch
    Auslober/Bauherr TenneT Offshore GmbH, Bayreuth (DE)
    Aufgabe
    Unexploded Explosive Ordnance (UXO) marine geophysical survey, identification and disposal at various locations in the German sector of the North Sea.
    Lot 1 Merkur Export Cable Route;
    optional Lot 2 Deutsche Bucht Export Cable Route;
    optional Lot 3 Hohe See Export Cable Route;
    optional Lot 4 Global Tech 1 Export Cable Route;
    optional Lot 5 Albatros Export Cable Route.
    Leistungsumfang
    The planned export cable route Albatros connects the wind farm Albatros to the converterstation BorWin beta. The water depth along the route is ~ 35 m relative to lowest astronomical tide (LAT). Works shall be commenced in 2018.
    The entire scope of the clearance services encompasses:
    Geophysical survey to identify potential UXO objects within the prescribed area that will cover a corridor around the cables routes. Contractor will host a ‘route working group meeting’, which aims at the setup of the identification and disposal program on site of potential uxo objects that cannot be avoided. Survey works have to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG).
    Where required, disposal to shore of any actual UXO objects if safe to transport or detonation on site if unsafe to do so. Where required, disposal to shore of any actual non-UXO objects that might hinder any installation works. Issuance of final target clearance certificate(s) for all objects inspected and removed. This work phase has to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG) per working shift.
    Adresse des Bauherren DE-95448 Bayreuth
    Projektadresse DE-North Sea
    TED Dokumenten-Nr. 7403-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Germany-Bayreuth: Marine survey services

      2017/S 005-007403

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      TenneT Offshore GmbH
      Bernecker Straße 70
      Bayreuth
      95448
      Germany
      Telephone: +49 513289-2798
      E-mail: MTZkW2hbKGFfbGZbXWI6bl9oaF9uKF9v
      Fax: +49 92150740-4452
      NUTS code: DE

      Internet address(es):

      Main address: www.tennet.eu

      I.1)Name and addresses
      TenneT Offshore 1. Beteiligungsgesellschaft mbH
      Bernecker Straße 70
      Bayreuth
      95448
      Germany
      Telephone: +49 513289-2798
      E-mail: MjE4WE9cTxxVU2BaT1FWLmJTXFxTYhxTYw==
      Fax: +49 92150740-4452
      NUTS code: DE

      Internet address(es):

      Main address: www.tennet.eu

      I.1)Name and addresses
      TenneT Offshore 7. Beteiligungsgesellschaft mbH
      Bernecker Straße 70
      Bayreuth
      95448
      Germany
      Telephone: +49 513289-2798
      E-mail: MTVlXGlcKWJgbWdcXmM7b2BpaWBvKWBw
      Fax: +49 92150740-4452
      NUTS code: DE

      Internet address(es):

      Main address: www.tennet.eu

      I.1)Name and addresses
      TenneT Offshore 9. Beteiligungsgesellschaft mbH
      Bernecker Straße 70
      Bayreuth
      95448
      Germany
      Telephone: +49 513289-2798
      E-mail: MTdjWmdaJ2Bea2VaXGE5bV5nZ15tJ15u
      Fax: +49 92150740-4452
      NUTS code: DE

      Internet address(es):

      Main address: www.tennet.eu

      I.1)Name and addresses
      TenneT Offshore DolWin3 GmbH & Co. KG
      Bernecker Straße 70
      Bayreuth
      95448
      Germany
      Telephone: +49 513289-2798
      E-mail: MjE3WVBdUB1WVGFbUFJXL2NUXV1UYx1UZA==
      Fax: +49 92150740-4452
      NUTS code: DE

      Internet address(es):

      Main address: www.tennet.eu

      I.1)Name and addresses
      DC Netz Beteiligungs GmbH
      Bernecker Straße 70
      Bayreuth
      95448
      Germany
      Telephone: +49 513289-2798
      E-mail: MTVlXGlcKWJgbWdcXmM7b2BpaWBvKWBw
      Fax: +49 92150740-4452
      NUTS code: DE

      Internet address(es):

      Main address: www.tennet.eu

      I.1)Name and addresses
      DC Netz BorWin3 GmbH
      Bernecker Straße 70
      Bayreuth
      95448
      Germany
      Telephone: +49 513289-2798
      E-mail: MjE3WVBdUB1WVGFbUFJXL2NUXV1UYx1UZA==
      Fax: +49 92150740-4452
      NUTS code: DE

      Internet address(es):

      Main address: www.tennet.eu

      I.1)Name and addresses
      DC Netz GmbH
      Bernecker Straße 70
      Bayreuth
      95448
      Germany
      Telephone: +49 513289-2798
      E-mail: MTJoX2xfLGVjcGpfYWY+cmNsbGNyLGNz
      Fax: +49 92150740-4452
      NUTS code: DE

      Internet address(es):

      Main address: www.tennet.eu

      I.1)Name and addresses
      DC Nordseekabel GmbH & Co. KG
      Bernecker Straße 70
      Bayreuth
      95448
      Germany
      Telephone: +49 513289-2798
      E-mail: MTNnXmteK2Rib2leYGU9cWJra2JxK2Jy
      Fax: +49 92150740-4452
      NUTS code: DE

      Internet address(es):

      Main address: www.tennet.eu

      I.2)Joint procurement
      The contract involves joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: http://ausschreibung.tennet.eu
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Electricity

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Unexploded Explosive Ordnance (UXO) marine geophysical survey, identification and disposal at various locations in the German sector of the North Sea.

       

      II.1.2)Main CPV code
      71354500
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Unexploded Explosive Ordnance (UXO) marine geophysical survey, identification and disposal at various locations in the German sector of the North Sea.

      Lot 1 Merkur Export Cable Route;

      optional Lot 2 Deutsche Bucht Export Cable Route;

      optional Lot 3 Hohe See Export Cable Route;

      optional Lot 4 Global Tech 1 Export Cable Route;

      optional Lot 5 Albatros Export Cable Route.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Merkur Export Cable Route

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71352300 - FB02
      71351923
      71353100
      90523100
      90523200
      II.2.3)Place of performance
      NUTS code: DEZZZ
      Main site or place of performance:

       

      German sector of the North Sea.

       

      II.2.4)Description of the procurement:

       

      The planned export cable route Merkur connects the wind farm Merkur to the converte rstation DolWin gamma. The water depth along the route is ~ 28 m relative to lowest astronomical tide (LAT). Works shall be commenced in 2017.

      The entire scope of the clearance services encompasses:

      Geophysical survey to identify potential UXO objects within the prescribed area that will cover a corridor around the cables routes. Contractor will host a ‘route working group meeting’, which aims at the setup of the identification and disposal program on site of potential uxo objects that cannot be avoided. Survey works have to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG).

      Where required, disposal to shore of any actual UXO objects if safe to transport or detonation on site if unsafe to do so. Where required, disposal to shore of any actual non-UXO objects that might hinder any installation works. Issuance of final target clearance certificate(s) for all objects inspected and removed. This work phase has to be accompanied by at least 1 qualified EOD supervisor certified according section 20 German Explosive Law (SprengG) per working shift.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Technical concept / Weighting: 30
      Quality criterion - Name: Contract conditions / Weighting: 20
      Quality criterion - Name: Time schedule / Weighting: 20
      Price - Weighting: 30
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/04/2017
      End: 31/12/2018
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      The selection of candidates who will be invited to negotiations after tendering process in accordance with the award criteria under paragraph II.2.5).

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Lot 2, lot 3, lot 4, and lot 5 are optional lots.

      Some parts of the scope in each lot may be optional. Detailed information will be provided with the ITT-documents.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Deutsche Bucht Export Cable Route (optional)

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71352300 - FB02
      71351923
      71353100
      90523100
      90523200
      II.2.3)Place of performance
      NUTS code: DEZZZ
      Main site or place of performance:

       

      German sector of the North Sea.

       

      II.2.4)Description of the procurement:

       

      The planned export cable route Deutsche Bucht connects the wind farm Deutsche Bucht to the converter station BorWin beta. The water depth along the route is ~ 38 m relative to lowest astronomical tide (LAT). Works shall be commenced in 2018.

      The entire scope of the clearance services encompasses:

      Geophysical survey to identify potential UXO objects within the prescribed area that will cover a corridor around the cables routes. Contractor will host a ‘route working group meeting’, which aims at the setup of the identification and disposal program on site of potential uxo objects that cannot be avoided. Survey works have to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG).

      Where required, disposal to shore of any actual UXO objects if safe to transport or detonation on site if unsafe to do so. Where required, disposal to shore of any actual non-UXO objects that might hinder any installation works. Issuance of final target clearance certificate(s) for all objects inspected and removed. This work phase has to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG) per working shift.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Technical concept / Weighting: 35
      Quality criterion - Name: Contract conditions / Weighting: 30
      Price - Weighting: 35
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/04/2017
      End: 31/12/2018
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Lot 2, lot 3, lot 4, and lot 5 are optional lots.

      Some parts of the scope in each lot may be optional. Detailed information will be provided with the ITT-documents.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Hohe See Export Cable Route (optional)

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71352300 - FB02
      71351923
      71353100
      90523100
      90523200
      II.2.3)Place of performance
      NUTS code: DEZZZ
      Main site or place of performance:

       

      German sector of the North Sea.

       

      II.2.4)Description of the procurement:

       

      The planned export cable route Hohe See connects the wind farm EnBW Hohe See to the converter station BorWin gamma. The water depth along the route is ~ 38 m relative to lowest astronomical tide (LAT). Works shall be commenced in 2018.

      The entire scope of the clearance services encompasses:

      Geophysical survey to identify potential UXO objects within the prescribed area that will cover a corridor around the cables routes. Contractor will host a ‘route working group meeting’, which aims at the setup of the identification and disposal program on site of potential uxo objects that cannot be avoided. Survey works have to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG).

      Where required, disposal to shore of any actual UXO objects if safe to transport or detonation on site if unsafe to do so. Where required, disposal to shore of any actual non-UXO objects that might hinder any installation works. Issuance of final target clearance certificate(s) for all objects inspected and removed. This work phase has to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG) per working shift.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Technical concept / Weighting: 35
      Quality criterion - Name: Contract conditions / Weighting: 30
      Price - Weighting: 35
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/04/2017
      End: 31/12/2018
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Lot 2, lot 3, lot 4, and lot 5 are optional lots.

      Some parts of the scope in each lot may be optional. Detailed information will be provided with the ITT-documents.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Global Tech 1 Export Cable Route (optional)

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71352300 - FB02
      71351923
      71353100
      90523100
      90523200
      II.2.3)Place of performance
      NUTS code: DEZZZ
      Main site or place of performance:

       

      German sector of the North Sea.

       

      II.2.4)Description of the procurement:

       

      The planned export cable route Global Tech 1 connects the wind farm Global Tech 1 to the converter station BorWin gamma. The water depth along the route is ~ 38 m relative to lowest astronomical tide (LAT). Works shall be commenced in 2018.

      The entire scope of the clearance services encompasses:

      Geophysical survey to identify potential UXO objects within the prescribed area that will cover a corridor around the cables routes. Contractor will host a ‘route working group meeting’, which aims at the setup of the identification and disposal program on site of potential uxo objects that cannot be avoided. Survey works have to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG).

      Where required, disposal to shore of any actual UXO objects if safe to transport or detonation on site if unsafe to do so. Where required, disposal to shore of any actual non-UXO objects that might hinder any installation works. Issuance of final target clearance certificate(s) for all objects inspected and removed. This work phase has to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG) per working shift.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Technical concept / Weighting: 35
      Quality criterion - Name: Contract conditions / Weighting: 30
      Price - Weighting: 35
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/04/2017
      End: 31/12/2018
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Lot 2, lot 3, lot 4, and lot 5 are optional lots.

      Some parts of the scope in each lot may be optional. Detailed information will be provided with the ITT-documents.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Albatros Export Cable Route (optional)

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71352300 - FB02
      71351923
      71353100
      90523100
      90523200
      II.2.3)Place of performance
      NUTS code: DEZZZ
      Main site or place of performance:

       

      German sector of the North Sea.

       

      II.2.4)Description of the procurement:

       

      The planned export cable route Albatros connects the wind farm Albatros to the converterstation BorWin beta. The water depth along the route is ~ 35 m relative to lowest astronomical tide (LAT). Works shall be commenced in 2018.

      The entire scope of the clearance services encompasses:

      Geophysical survey to identify potential UXO objects within the prescribed area that will cover a corridor around the cables routes. Contractor will host a ‘route working group meeting’, which aims at the setup of the identification and disposal program on site of potential uxo objects that cannot be avoided. Survey works have to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG).

      Where required, disposal to shore of any actual UXO objects if safe to transport or detonation on site if unsafe to do so. Where required, disposal to shore of any actual non-UXO objects that might hinder any installation works. Issuance of final target clearance certificate(s) for all objects inspected and removed. This work phase has to be accompanied by at least one qualified EOD supervisor certified according section 20 German Explosive Law (SprengG) per working shift.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Technical concept / Weighting: 35
      Quality criterion - Name: Contract conditions / Weighting: 30
      Price - Weighting: 35
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/04/2017
      End: 31/12/2018
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Lot 2, lot 3, lot 4, and lot 5 are optional lots.

      Some parts of the scope in each lot may be optional. Detailed information will be provided with the ITT-documents.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      In order to qualify the following is requested:

      — Current certificate according section 7 German Explosive Law and current certificates of at least two EOD managers certified according section 20 German Explosive Law including proof of offshore experience.

      — Current certificate of registration from the Chamber of Commerce. The date stamp on the certificate should not be older than 3 months.

      — Corporate Organizational Chart; as well as the Organizational Chart of the entity that would carry out the works.

      — Organizational evidence that the number of employees is larger than 30 including the potential employees that could be assigned to this tender.

      — Existing Protection and Indemnity liability insurance with coverage of 50 000 000 USD by confirmation / certificate of insurance.

      — Existing Marine Liability insurance for UXO-acticvities / liability insurance including Offshore with coverage of 20 000 000 EUR by confirmation / certificate of insurance.

      — Statement that no insolvency proceedings take place.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      — The annual reports of the last 3 fiscal years.

      — Proof that the revenue resulting from UXO-works per annum is above 1 000 000 EUR during the last 3 years.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      In order to qualify the following is requested:

      1. Contractor shall demonstrate/prove at least 5 years of experience with comparable projects, which required similar geophysical competency as needed for this project. (At least proof of 2 projects shall be submitted).

      The following information should be included in a short reference summary:

      — Name of the client (including contact person in case of queries),

      — Place of execution of the project,

      — Total cost of the (survey) project,

      — Duration of the contract,

      — Year of execution of the contract,

      — Description of the main tasks that have been performed by your entity.

      2. The Contractor has to ensure that the proposed staff has the ability to work in a multilingual and multicultural environment. The allocated staff shall have a good or better command of written and spoken English (at least at European language level C1 written and spoken), English will be the predominant language of the project.

      3. Statement of the company's ability to plan and manage the works and if applicable for design and detailed engineering for the specified restrictions as mentioned above. (i.e. Contractor must be able to meet the restrictions of delivering reports and data within the above mentioned timeframe.

      4. Details of any proposed subcontractors including management and quality assurance plans.

      5. Data sheets of the proposed vessels, tools, and technical equipment for carrying out the scope of work.

      The minimum requirements for the vessel and equipment are as follows:

      — Redundant and state of the art positioning system, redundant and state of the art motion reference system, MBES, SBP (e.g. Innomar SES2000 or similar), towed Gradiometer array able to measure the total field and the vertical gradient and towed Side Scan Sonar.

      — Simultaneous operation of all geophysical sensors

      — Remotely operated vehicle and diver Systems.

       

      III.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

       

      See point VI.3).

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:
      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      In the event that different tenderers join together in a consortium, only a joint and several liability of the consortium will be accepted by the client. Furthermore the consortium has to name a single consortium manager. Also the exact consortium constellation has to be explained and the legal construction has to be presented. The consortium structure shown in the pre-qualification is considered as fixed and may not be changed in further proceedings.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Negotiated procedure with prior call for competition
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 06/02/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      German, English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Tender must be valid until: 01/04/2017
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Companies and affiliated companies, which are providing or have been providing offshore UXO geophysical survey, identification and disposal services to TenneT or its subsidiaries are excluded from tendering process in order to avoid conflicts of interest.

      The list of other clients in Section I.1) is non-concluding and may be extended later.

      The client is, in accordance with § 57 SektVO, entitled to stop the tendering process at any time. Please note explicitly the deadline with accordance to § 160 paragraph 3 No 4 GWB. The client is entitled to transfer the award procedure (partially) to other legal entities.

      The participation proposal has to be sent in until the deadline as stated in section IV.2.2). The invitation to tender is expected to be send out until the date stated in section IV.2.3.

      The password for the zip-container under link http://ausschreibung.tennet.eu/ will be provided together with the ITT.

      For submission of the documents, no separate forms etc. have to completed. Only the documents which are mentioned under point III.1) ‘Conditions for participation’ have to be submitted. For tender consortia / joint ventures / consortia each of the member of the tender consortia / joint ventures / consortia has to submit the requested documents mentioned under point III.1) ‘Conditions for participation’. Here, the consortium manager of the tender consortia / joint venture / consortia has to be stated clearly.

      The participation proposal has to be submitted in duplicate — 1 set in paper form and 1 identical set in digital form (on CD / DVD or USB in a standardized data format such as PDF or MS Office format). A preliminary submission of participation proposal via email is not permitted and may lead to exclusion of the candidate from the tendering process. The documents must be received simultaneously in paper and digital form by the specified deadline as under point IV.2.2.

      The envelope must be marked as follows and submitted to:

      ‘TenneT Offshore GmbH; Att.: Mrs. Jana Gerlach Procurement and Logistics Germany; Business Contiuation (PRC-GBC) Eisenbahnlängsweg 2a; 31275, Lehrte, Germany

      Not to be opened by post handling office’.

      Due to valid confidentiality interests detailed technical documents will be made available to the tenderers only after submission of countersigned confidentiality agreement (download via: http://ausschreibung.tennet.eu/) and the successful pre-qualification.

      TenneT Offshore GmbH reserves the right to shortlist the number of tenderers during the tendering/negotiation phase, based on the award criteria.

      Concerning II.2.7) Duration of the contract:

      This duration is to be confirmed but the following options are considered which may require multi-vessel survey, inspection and disposal spread operations: Approximate duration 2 months commencing second or third quarter 2017. [dates/periods are only estimated and non-binding].

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Regierung von Mittelfranken — Vergabekammer Nordbayern
      Postfach 606
      Ansbach
      91511
      Germany
      Telephone: +49 98153-1277
      E-mail: MTNzYm9kXl9iaF5qamJvK2tsb2FfXnZib2s9b2JkKmpjbytfXnZib2srYWI=
      Fax: +49 98153-1837

      Internet address:https://www.regierung.mittelfranken.bayern.de/index.htm

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      Regierung von Mittelfranken — Vergabekammer Nordbayern
      Postfach 606
      Ansbach
      91511
      Germany
      Telephone: +49 98153-1277
      E-mail: MjIwYlFeU01OUVdNWVlRXhpaW15QTk1lUV5aLF5RUxlZUl4aTk1lUV5aGlBR
      Fax: +49 98153-1837

      Internet address:https://www.regierung.mittelfranken.bayern.de/index.htm

      VI.5)Date of dispatch of this notice:
      05/01/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 09.01.2017
Zuletzt aktualisiert 09.01.2017
Wettbewerbs-ID 2-253006 Status Kostenpflichtig
Seitenaufrufe 159