Services - 216304-2023

11/04/2023    S71

Germany-Karlsruhe: Geology, oceanography and hydrology services

2023/S 071-216304

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: EnBW Energie Baden-Württemberg AG
Postal address: Durlacher Allee 93
Town: Karlsruhe
NUTS code: DE122 Karlsruhe, Stadtkreis
Postal code: 76131
Country: Germany
E-mail: g.madeddu@enbw.com
Internet address(es):
Main address: www.enbw.com
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.tender24.de/NetServer/TenderingProcedureDetails?function=_Details&TenderOID=54321-Tender-186ffa45c88-30d3dbf3f07a7a53
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.tender24.de
I.6)Main activity
Electricity

Section II: Object

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

Offshore Windfarm (OWF) - GeoPhysical Survey

Reference number: EnBW-2023-0021
II.1.2)Main CPV code
71351900 Geology, oceanography and hydrology services
II.1.3)Type of contract
Services
II.1.4)Short description:

Given the limited availability of existing regional geophysical data in the German Exclusive Economic Zone (EEZ), EnBW intends to conduct a geophysical survey for the installation of new offshore windfarms. Several areas are potentially of interests for conducting a geophysical survey and instrumentation for the survey will consist of Multibeam Echosounder ("MBES"), Side Scan Sonar ("SSS"), gradiometer, Subbottom Profiler ("SBP"), and optionally Ultra High Resolution 2D seismic ("2D UHRS").

The intent of the geophysical survey is to acquire geophysical data of such resolution and quality to be able to fully characterize the seafloor and the shallow subsurface and to fulfill the applicable regulatory requirements as stipulated by the BSH after obtaining site control and issuance of required permits to conduct the survey work.

We recommend for tenderers to review the "BSH Standard Ground Investigations, 2014", which includes a full description of to be fulfilled requirements for the geophysical ground investigation and the "BfN-Kartieranleitung für "Riffe" in der deutschen ausschließlichen Wirtschaftszone (AWZ)", which reflects all requirements for reef mapping.

II.1.5)Estimated total value
Value excluding VAT: 10 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: DEZ Extra-Regio NUTS 1
Main site or place of performance:

German EEZ (German bight)

II.2.4)Description of the procurement:

In accordance to ITT Documents

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/12/2023
End: 02/10/2024
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The employer reserves the right to increase the scope of work (for e.g. seismic 2D-UHRS)

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:
III.1.2)Economic and financial standing
List and brief description of selection criteria:
III.1.3)Technical and professional ability
List and brief description of selection criteria:
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:
III.1.6)Deposits and guarantees required:

Please see tender documentation

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Please see tender documentation

III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

jointly and severally liable

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.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 08/05/2023
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 25/05/2023
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 01/01/2024

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

All request and communication shall be done trough the AI bidding cockpit (AI Bietercockpit) via tendering platform "tender24".

Please be aware that question regarding the call for competition shall only be submitted latest October 14th 2022.

Due date for questions by tendering company: October 19th 2022

The tendering company reserves its unilateral right to award a tenderer a contract based on initial or subsequent tenders received without requesting best and final offers (BAFO’s).

VI.4)Procedures for review
VI.4.1)Review body
Official name: Vergabekammer Baden-Württemberg
Postal address: Durlacher Allee 100
Town: Karlsruhe
Postal code: 76137
Country: Germany
Telephone: +49 721-926-8730
Fax: +49 721-926-3985
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

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)

VI.5)Date of dispatch of this notice:
06/04/2023