Dienstleistungen - 225579-2017

Unrevised Machine Translation

14/06/2017    S112

Germany-Berlin: Surveying services

2017/S 112-225579

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Land Berlin, vertreten durch Tegel Projekt GmbH
Lietzenburger Straße 107
Berlin
10707
Germany
Telephone: +49 30616229936
E-mail: vergabe@wiechers-beck.de
Fax: +49 30616229922
NUTS code: DE300

Internet address(es):

Main address: http://www.tegelprojekt.de

I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.wiechers-beck.de/plattform/berlin-txl/vermessung/
Additional information can be obtained from another address:
wiechers Beck Gesellschaft von Architekten mbH
Kreuzbergstraße 30
Berlin
10965
Germany
Contact person: Herr Guido Schneider
Telephone: +49 306162299-36
E-mail: vergabe@wiechers-beck.de
Fax: +49 306162299-22
NUTS code: DE300

Internet address(es):

Main address: http://www.wiechers-beck.de/plattform/berlin-txl/vermessung/

Tenders or requests to participate must be submitted to the following address:
wiechers Beck Gesellschaft von Architekten mbH
Kreuzbergstraße 30
Berlin
10965
Germany
E-mail: vergabe@wiechers-beck.de
NUTS code: DE300

Internet address(es):

Main address: http://www.wiechers-beck.de/

I.4)Type of the contracting authority
Other type: Die Tegel Projekt GmbH ist ein Unternehmen der WISTA-Management GmbH und somit eine privatrechtlich organisierte Gesellschaft des Landes Berlin.
I.5)Main activity
Other activity: Die Tegel Projekt GmbH ist in Vertretung des Landes Berlins mit der Bewirtschaftung und Entwicklung der landeseigenen Grundstücksflächen und Gebäude auf dem Gelände des Flughafen Tegel beauftragt.

Section II: Object

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

Berlin (TXL, surveying services.

II.1.2)Main CPV code
71355000
II.1.3)Type of contract
Services
II.1.4)Short description:

For the development and monitoring of projects in the re-use of Tegel, especially the research and industrial parks “Berlin TXL — The Urban Tech Republic” and the “Berlin TXL Wohnstandortes Schumacher — Tegel Quartier” project GmbH, the competent service providers for non governmental land surveying.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: DE300
Main site or place of performance:

Berlin.

II.2.4)Description of the procurement:

The Tegel Projekt GmbH developed on behalf of Land Berlin Tegel airport areas of the former, inter alia, to industrial and urban technologies, Berlin Forschungspark TXL — The Urban Republic and a smart Tech (the Schumacher neighbourhood area.

For the development and monitoring of projects is looking at Tegel Projekt GmbH the competent public authority for land surveying services.

Measurements for the civil engineering and transport assets.

Measurements for the building.

Measurements for outside areas.

— Other land surveying services; and

The parts shall be individually accessed and up to a volume of 50 hours per month on a flat-rate reimbursement. Additional costs shall be charged. On the basis of the experience gained, it will cost around 600 hours per year. The contract shall automatically be extended by one year at a time, unless the Contracting Authority no later than eight weeks before the end of the contract period.

The contracting authority reserves the right to a call for tenders. This refers in particular to the frustration, e.g. in case of delays of the project, as well as on the removal or replacement of the staff appointed to the tender and will be further refined.

Note: The tendering procedure will be conducted subject to availability and the release of the appropriate funds in the budget of the Land of Berlin.

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: 01/10/2017
End: 31/12/2017
This contract is subject to renewal: yes
Description of renewals:

The contracting authority has to eight weeks before the end of the contract period, the right to terminate the contract, the duration of the contract is extended for periods of up to 12 months.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

The assessment will be based on the information III.1.2) Economic and financial capacity and III.1.3 Technical and professional capacity).

The matrix of objective criteria for choosing the limited number of candidates as well as evaluation and weighting of these criteria the relevant document is attached to the application form. This is the platform to this procedure are available on the following address:http://www.wiechers-beck.de/plattform/berlin-txl/vermessung/bewerbungsbogen/

The sum total of all the criteria will be awarded a score out of 600. Where several candidates the evaluation of the quality criteria, listed in order of priority. Should any individual criterion, there are several candidates, a decision shall be taken by drawing lots.

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

See also point II.2.7)

The award is given without any legal claim a prolongation. With the conclusion of a contract only for the services described under point II.2.4, the initial duration of the contract of 3 months mandate. Extensions shall be carried out in accordance with point II.2.7) designated in the tender as well as other terms and conditions of contract.

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

It is provided under the applicable public procurement provisions, the rules contained in § 1, 7 and 8 of the Berlin Public Procurement and tendering and otherwise equivalent bids selected, favouring the undertakings which provide training places, the tariff system in order to ensure the vocational training consortia to take part.

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:

Applications must be submitted in the application form and the supporting evidence and statements listed below (see annexes to the application form). Evidence may be in copy.

1. Declaration on the absence of mandatory exclusion laid down in Paragraph 123 of the GWB

(see annex 1 to the application).

2. Declaration on the grounds for exclusion laid down in Paragraph 124 of the GWB optional

(see annex 2 to the application).

3. In the case of a self-declaration Bewerber-/Bieter-/Arbeitsgemeinschaft representation by power of attorney of the authorised representative, by all the members of the consortium has the legitimacy to and signed declaration concerning joint and several liability in the event of such Community

(if applicable; see Annex 3 to the application).

4. Self-declaration on compliance with minimum legal requirements on the granting of equal pay for equal work for male and female workers, the obligation to comply with any subcontractors the same requirements

(see Annexes 4 and 4a to the application form).

5. Declaration on the advancement of women, measures in the undertaking, in accordance with the implemented Frauenförderverordnung

(see Appendix 5 and 5a to the application form).

6. The ESPD Antikorruptionsrichtlinie to Tegel Projekt GmbH

(see annex 6 to the application).

7. Recent extract from the Central Trade and Industry Register or, in the alternative, a declaration that there are no entries in the Central Trade and Industry Register.

(if applicable; see Annex 7 to the application).

8. Proof of including, in the case of legal persons by means of an extract from the register or an extract from the register of companies (for legal persons) or Partnerschaftsregisterauszug without failing self-declaration by entry in the register

(if applicable; see Annex 8 to the application).

NOTE: The members of the Group (including any contractors) may not be an entry in the Central Trade and Industry Register nor in the lists adopted by the EC Antiterrorismusverordnungen (EC) No. 2580/2001 and 881/2002 In addition, the candidates or members of a consortium, not by the Land of Berlin because of misconduct and be excluded from the contest.

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

1. Declaration of the overall turnover in EUR net per annum on average over the last three financial years; the information may be rounded to the nearest EUR 10 000.

2. Turnover for the services to which the self-declaration surveying services (net), in euros per year on average over the last three financial years; the information may be rounded to the nearest EUR 10 000.

3. Evidence of professional risk indemnity insurance with a minimum coverage of EUR 1 500 000 for personal injury and EUR 3 000 000 for damage to property and economic loss, taking into account the overall performance for all insurance claims within an insurance year each of which shall be twice the amount of those sums. Alternatively, a certificate (issued by an insurer to the policyholder brokers) cannot be submitted that, in the event that it subcontracts transport orders, the corresponding insurance policy or the coverage level may be increased.

From 1 to 2 (see application form).

Note: A stock company is not a precondition for a period of three years. Companies with less than three years of existence, the statements are only based on the average of the years for which accounts have been closed;

Minimum level(s) of standards possibly required:

Q 2: Turnover for the services to which the contract relates for self-declaration (surveying services) in EUR net per annum on average over the last 3 years:

at least EUR 80 000 net per annum

Note:

A stock company is not a precondition for a period of three years. For enterprises with less than 3 years existence only, the statements are based on the average of the years for which accounts have been closed;

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

1. For free and the number of full-time permanent staff in relation to the average for the past 3 financial years (see application form).

2. The self-declaration Auftragsanteilen, for which a contract with a subcontractor is intends to grant

(see annex 9 to the application).

3. Contractors undertaking

The consortiums (where his aptitude of the candidate or of the Group; see annex 10 to the application form); the requirements apply equally to contractors for related companies).

4. Declaration of the professionals in the context of the provision of services, that is to say, the number can be used with at least three years of professional experience in the area of surveying services, on average over the last three financial years (see application form).

5. Self-declaration by the professionals in connection with execution of this project will be used, and the deputy project manager, inter alia with the following information (see form):

(a) Name

(b) Professional qualifications

(c) professional experience (in years)

(d) the number of years of experience in the area of surveying services

6. Self-declaration on reference projects in the last five years in the area of surveying services, inter alia, with the following information:

(a) the nature of the survey

the size of the project, (b)

(c) acquisition of stock data

(d) use of BIM

security services (e)

f) the contracting authority with the contact details of contact person

(see front page references in an annex to the application form).

Minimum level(s) of standards possibly required:

Q 4: Declaration of the professionals in the context of the provision of services, that is to say, professionals can be used with at least 3 years’ experience in the area of surveying services, on average over the last 3 years:

at least 3 full time jobs.

Q 5: Declaration of the professionals in the context of service provision;

For the project leader:

— (c) At least 10 years’ professional experience

To (d), at least 8 years of professional experience in the area of surveying services

Q 6: Self-declaration on comparable reference projects in the past five years in the area of surveying services:

(a) Type of project:

Measurements, at least a reference to an area equal to or greater than 5 ha, and uptake in a market-based system of stock data

— At least one reference to taking measurements for civil engineering works, as well as a market-based system of stock data

— At least one reference measurements for transport to and from stock in a market-based system

A reference to measurements, at least for buildings with a BGF equal to or greater than 5.000 m² and a market-based system of stock data.

III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:

Existence of a professional indemnity insurance (PII) with a coverage level of at least EUR 1 500 000 for personal injury and EUR 3 000 000 for damage to property and economic loss, taking into account the overall performance of each for all insurance claims within an insurance year shall not be less than twice the coverage levels, this one, in a Member State of the EU or a State party to the Agreement on the European Economic Area approved insurance undertaking. The cover must be fully maintained over the duration of the contract.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
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.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: yes
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: 12/07/2017
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
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:

1. The application shall consist of a completed application form with the information requested and numbered annexes. The forms are available on the platform (projecthttp://www.wiechers-beck.de/plattform/berlin-txl/vermessung/bewerbungsbogenThe Council internet site.

2. Each member of the consortia must be in a form including all required evidence and declarations; by way of exception, the evidence relating to the economic, financial, technical and professional capacity to participate only as a whole (in their entirety) are cumulative. This does the evidence of relevant professional risk indemnity insurance for each member of a consortium;

This also applies to subcontractors, if the candidate or the consortium to demonstrate its suitability by the subcontractor. The information provided by subcontractors will be taken into account only if the subcontractor an undertaking with the aid application is lodged. The requirements for subcontractors apply equally to affiliated undertakings.

3 requests to participate must be submitted in paper form, in a sealed envelope clearly marked “Berlin TXL — surveying services. Do not open before the end of the duration of the quiz.” before the expiry of the duration of the quiz in beck wiechers (the designated body). Please note, however, that the applications submitted in paper form must be signed in original.

4. The contracting authority reserves the right to verify the information provided, where appropriate, statements and other documentary evidence of their presence within a reasonable period of time.

5. Information shall be provided only upon written request by email to the designated contact point (vergabe@wiechers-beck.de). The reply and further information, in so far as the contracting authority the right to equal treatment of all applicants (the project platformhttp://www.wiechers-beck.de/plattform/berlin-txl/vermessung/information-und-rueckfragen).

6. Restrictive agreements will lead to the exclusion from the scope of the proceeding and, even after the conclusion of the contract to termination by the contracting authority.

7. Multiple applications will not be accepted and will lead to the exclusion of the candidate or of each Group.

8. To participate in the process, the contracting authority does not grant any compensation or remuneration; this shall also apply in the event that the procedure is terminated on the same date.

9. All participants in the procedure that you undertake in the framework of this procedure, or any confidential information which become known. The participants in this procedure notified both individual data and business information will be stored and processed within the framework of this procedure. By submitting a request to participate to this meeting.

VI.4)Procedures for review
VI.4.1)Review body
Vergabekammer des Landes Berlin
Martin-Luther-Str. 105
Berlin
10825
Germany
Telephone: +49 3090138316
E-mail: vergabekammer@senwtf.berlin.de
Fax: +49 3090137613

Internet address:http://www.berlin.de/sen/wirtschaft/wirtschaft/wirtschaftsrecht/vergabekammer/

VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Infringements of public procurement rules at the request of a review procedure in the above mentioned action will need to be taken. A precondition for lodging the appeal is the existence of the requirements of § 160 GWB. Accordingly, infringements of public procurement rules during the tendering procedure by the applicant, within a period of 10 calendar days after becoming aware of that breach of procurement law vis-à-vis the contracting authority. Non-compliance, on the basis of the contract notice or in the contract documents, must be sent no later than at the end of the period stipulated in the contract notice for bidding or for applications to complain. May continue until the request to initiate a review procedure no more than 15 calendar days after receipt of the notification by the Contracting Authority, the complaint is not trying to be passed.

VI.4.4)Service from which information about the review procedure may be obtained
Vergabekammer des Landes Berlin
Martin-Luther-Str. 105
Berlin
10825
Germany
Telephone: +49 3090138316
E-mail: vergabekammer@senwtf.berlin.de
Fax: +49 3090137613

Internet address:http://www.berlin.de/sen/wirtschaft/wirtschaft/wirtschaftsrecht/vergabekammer/

VI.5)Date of dispatch of this notice:
09/06/2017