Bekanntmachung

Subsea Inspection EnBW-2025-0051





Contracting party and service provider
BuyerOfficial name: EnBW Energie Baden-Württemberg AG
Identification number: DE812334050
Internet address (URL): https://www.enbw.com
Postal address: Durlacher Allee 93
Postcode / Town: 76131 Karlsruhe
NUTS code: DE122
Country: Deutschland
E-mail: g.madeddu@enbw.com
Telephone: 000
Activity of the contracting authority: Mit Strom zusammenhängende Tätigkeiten
 Group leader: Yes
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers: No
Central purchasing body acquiring supplies and/or services intended for other buyers: No
Procedure
Purpose  
Legal basisDirective 2014/24/EU
DescriptionInternal identifier: EnBW-2025-0051
Title: Subsea Inspection
Description: Lot 1: Periodic Subsea Inspections - Offshore Wind Farms in the Baltic Sea

Lot 1 covers the periodic subsea inspections for the Offshore Wind Farms Baltic 1 (B1) and Baltic 2 (B2). The scope includes visual and functional inspections of underwater support structures of the wind turbine generators (WTG) and offshore substations (OSS).
All inspections shall be performed in accordance with the applicable standards of the Bundesamt für Seeschifffahrt und Hydrographie (BSH) and the respective wind farm-specific inspection plans.
In B1, all 21 WTGs and the OSS shall be inspected every four years. The next scheduled campaign is planned for 2027.
In B2, 20 WTGs shall be inspected annually (25% scope), with both jacket and monopile foundations to be covered. The OSS in B2 is subject to a four-year inspection cycle.
The inspections may involve either full visual and functional checks or reduced general visual inspections (GVI). Bidders shall submit fixed lump sum prices for both options.
The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as remotely operated vehicles (ROV). All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections.
A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes.
Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works.
In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs.

Lot 2: Periodic Subsea Inspections - Offshore Wind Farms in the North Sea

Lot 2 covers the periodic subsea inspections for the offshore wind farms Hohe See (HS), Albatros (ALB), and He Dreiht (HD). The scope includes visual and functional inspections of underwater support structures of WTGs and OSSs.
All inspections shall be performed in accordance with the applicable standards of the BSH and the respective wind farm-specific inspection plans.
In HS and ALB, 21 to 22 WTGs shall be inspected annually (25% scope). The OSS in each wind farm is subject to a four-year inspection cycle.
In HD, which is currently under construction, 16 WTGs shall be inspected annually (25% scope). The inspection scope is based on applicable standards and is expected to be updated as the project progresses.
The inspections may involve either full visual and functional checks or reduced GVI. Bidders shall submit fixed lump sum prices for both options.
The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as ROVs. All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections.
A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes.
Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works.
In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs.
Nature of the contract: Dienstleistungen
Scope of the procurement
Maximum value of the framework agreement excluding VAT (in euros): 6.000.000,00 EUR
Main classification (CPV code)  
 CPV Code Main Body: 63726620-6
 Other CPV code main parts: 71730000-4
Other CPV code main parts: 79961320-7
Other CPV code main parts: 76521000-1
Place where the procurement for the entire procedure is to take placeOther restrictions at the place of performance:

Anywhere in the European Economic Area
Tendering terms  
Basis for the exclusion
Notice
Exclusion grounds
Reason: Proceedings comparable to insolvency
Description:

Reason: Corruptibility, granting of advantages and bribery
Description:

Reason: Participation in a criminal organisation
Description:

Reason: Restrictive agreements
Description:

Reason: Breaching of obligations in the fields of environmental law
Description:

Reason: Money laundering or terrorist financing
Description:

Reason: Fraud or subsidy fraud
Description:

Reason: Child labour and other forms of trafficking in human beings
Description:

Reason: Insolvency
Description:

Reason: Breaching of obligations in the fields of labour law
Description:

Reason: Bankruptcy
Description:

Reason: Deception or undue interference with the procurement procedure
Description:

Reason: Conflict of interest
Description:

Reason: Distortion of competition due to prior version
Description:

Reason: Grave misconduct
Description:

Reason: Poor performance of a previous public contract
Description:

Reason: Violations of social obligations
Description:

Reason: Violations of obligations to pay social security contributions
Description:

Reason: Business activities are suspended
Description:

Reason: Violations of obligations to pay taxes or dutie
Description:

Reason: Formation of terrorist organisations
Description:
Cross-border legislation  
Details of the type of procedure  
Type of procedureType of procedure: Verhandlungsverfahren mit Teilnahmewettbewerb
 Offers required for all lots: No
Additional informationAdditional information: All information on the eligibility criteria required in this tendering procedure can be found at the following direct link: https://www.tender24.de/NetServer/SelectionCriteria/54321-Tender-1983243017d-36ea93bb8fb39cdc
Lot distribution  
Maximum number of lotsMaximum number of lots for which one tenderer can submit tenders: 2
Maximum number of lots for which contracts can be awarded to one tenderer: 2
Procurement information (general)
Procurement procedure  
Previous notice on this procedure (prior information, ...)  
Conditions of the auctionAn electronic auction is conducted: No
Procurement proceduresFramework agreement: Rahmenvereinbarung ohne erneuten Aufruf zum Wettbewerb
 Information on the dynamic procurement system: Kein dynamisches Beschaffungssystem
Tendering terms  
Source of selection criteriaProcurement documents


Procedure for selecting participantsThe procedure is carried out in several consecutive phases, in each phase some participants may be excluded: Yes
Maximum number of applicants to be invited to the second phase of the procedure:
Minimum number of applicants to be invited to the second phase of the procedure:
Further conditions for qualificationSubsequent demand for documents: Die Nachforderung von Erklärungen, Unterlagen und Nachweisen ist nicht ausgeschlossen.
Additional information: The contracting entity reserves the right to request additional documents at any stage of the tendering procedure to the extent permitted by law.
The bidding consortium that wins the contract must have a specific legal form: No
Legal form to be adopted by a consortium of bidders awarded the contract:
Reserved contract awardParticipation is reserved to organisations that act in the performance of public service tasks and comply with other relevant provisions of the legislation: Nein
Participation is reserved for protected workshops and economic operators aiming at the social and professional integration of people with disabilities or disadvantaged persons: Nein
VariantsVariants are permitted: No
Regularly recurring services  
 Order for regularly recurring services: No
Tenderers may submit more than one tender: Yes
Requirements for the execution of the contract  
Reserved contract executionThe execution of the contract is reserved to certain contractors: Nein
Terms of serviceConditions for the execution of the contract: - The work must be carried out in accordance with EnBW's Supplier Code of Conduct.

- The company and its representatives must not be listed on any sanctions or terrorism lists maintained by the EU, the UK, the US, or Canada.

- The contractor must register in the client's purchasing system and process orders (ordering, communication, etc.) via this infrastructure.
eInvoiceElectronic invoicing: Ja
RequirementsThe names and professional qualifications of the staff assigned to perform the contract must be given: Erforderlich für das Angebot
Post award processElectronic ordering will be used: Yes
Electronic payment will be used: Yes
Provisions on financingMain financing and payment terms: 30 days net
Organisation receiving tendersto the abovementioned address
Information on the submission  
Deadlines  
 
Deadline for receipt of requests to participate: 04.09.2025 15:00 Uhr
Submission languageLanguages in which tenders or requests to participate may be submitted: ENG, DEU
Opening of offers  
 -ENTFÄLLT-
Information on security claimsGuarantee required: No
Submission methodElectronic submission allowed: Yes
Address for submission (URL): https://www.tender24.de
Procurement documentsThe order documents are available free of charge for unrestricted and complete direct access at (URL): https://www.tender24.de/NetServer/TenderingProcedureDetails?function=_Details&TenderOID=54321-Tender-1983243017d-36ea93bb8fb39cdc
Binding language version of the tender documents: ENG
Ad hoc Communication channel  
Organisation providing additional informationthe abovementioned address
Review  
Deadlines for review proceduresInformation about review deadlines: (1) The public procurement tribunal shall initiate review proceedings only upon application.
(2) Every undertaking that has an interest in the public contract or the concession and claims that its rights under Section 97(6) have been violated by non-compliance with the provisions governing the awarding of public contracts has the right to file an application. In doing so, the undertaking must show that it has been or risks being harmed by the alleged violation of public procurement provisions.
(3) The application is inadmissible if
1. the applicant became aware of the claimed violation of public procurement provisions before filing the application for review, but did not complain to the contracting authority within a time limit of 10 calendar days; the expiry of the time limit under Section 134(2) remains unaffected,
2. violations of public procurement provisions which become apparent from the tender notice are not notified to the contracting authority by the end of the time limit for the application or the submission of a tender specified in the notice,
3. violations of public procurement provisions which only become apparent from the procurement documents are not notified to the contracting authority by the end of the time limit for the application or the submission of a tender specified in the notice,
4. more than 15 calendar days have expired since receipt of notification from the contracting entity that it is unwilling to redress the objection.
Office for Appeal/Review ProceduresOfficial name: Vergabekammer Baden-Württemberg
Identification number: t:07219268730
Postal address: Durlacher Allee 100
Postcode / Town: 76137 Karlsruhe
NUTS code: DE122
Country: Deutschland$%string_is_not_empty_end$
E-mail: vergabekammer@rpk.bwl.de
Telephone: +49 7219268730
Fax: +49 7219263985
Organisation providing verification information
Country: $%string_is_not_empty_end$
Mediation organisation
Country: $%string_is_not_empty_end$
Procurement information (Lot 1)
Procurement procedure  
Description of the lotTitle: Periodic Subsea Inspections - Offshore Wind Farms in the Baltic Sea
Description: Lot 1: Periodic Subsea Inspections - Offshore Wind Farms in the Baltic Sea

Lot 1 covers the periodic subsea inspections for the Offshore Wind Farms Baltic 1 (B1) and Baltic 2 (B2). The scope includes visual and functional inspections of underwater support structures of the wind turbine generators (WTG) and offshore substations (OSS).
All inspections shall be performed in accordance with the applicable standards of the Bundesamt für Seeschifffahrt und Hydrographie (BSH) and the respective wind farm-specific inspection plans.
In B1, all 21 WTGs and the OSS shall be inspected every four years. The next scheduled campaign is planned for 2027.
In B2, 20 WTGs shall be inspected annually (25% scope), with both jacket and monopile foundations to be covered. The OSS in B2 is subject to a four-year inspection cycle.
The inspections may involve either full visual and functional checks or reduced general visual inspections (GVI). Bidders shall submit fixed lump sum prices for both options.
The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as remotely operated vehicles (ROV). All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections.
A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes.
Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works.
In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs.
Scope of the procurementThis type of procurement is particularly suitable for very small, small and medium-sized enterprises (SMEs): No
Main classification (CPV code)CPV code main body: 63726620-6
Other CPV code main parts: 71730000-4
Other CPV code main parts: 79961320-7
Other CPV code main parts: 76521000-1
Type of contract awardType of strategic procurement:
Place of performanceOther restrictions at the place of performance:

Anywhere in the European Economic Area
Estimated duration

Start date of: 01.04.2026 End date of the term: 31.03.2031
Extensions and optionsDescription of the options: The contracting entity reserves the right to unilaterally extend the contract three times, each time for 12 months.
Extension - Maximum number: 3
Government Procurement AgreementThe procurement is covered by the Government Procurement Agreement: Yes
Use of EU fundsThe procurement is at least partially financed by European Union funds: No
Information on the framework agreementMaximum number of participating companies: 1
Additional information  
Tendering terms  
Award criteriaQuality criterion
Description: Contract deviations, Weighting: 10,00
Description: Suitability of proposed ROV(s):
- Appropriate ROV type/classification
- ROV weight (kg)/dimensions (m)
- ROV thruster speed suitable for currents
- ROV justified and demonstrates experience in executing similar work
- ROV capable of performing in a variety of environmental conditions
- Operational limits are reasonable (e.g. for L&R)
- Max ROV payload suitable for carrying required tooling, Weighting: 10,00
Description: Suitability of proposed methods and tooling to perform scope of work:
- General Visual Inspection (GVI)
- Close Visual Inspection (CVI)
- Ultrasonic Wall Thickness Measurement (UT)
- Marine Growth (MG) Measurement
- Cathodic Protection (CP) Potential Measurement
- Reference-based Measurement of Cable Protection System (CPS) and Scour
- MG Cleaning to CSWIP Grade SA 2½, Weighting: 15,00
Description: Capabilities beyond scheduled works:
- Subject Matter Expert (e.g. CP)
- Continuous improvement of inspection execution
- Additional inspection methods (e.g. 3D anode scanning)
- Custom inspection solutions to address unexpected requirements, Weighting: 7,50
Description: Review of provided personnel qualifications:
- Organigrams, CVs and competency matrices for key roles
- Verification of personnel information (e.g. required qualifications and training records), Weighting: 7,50
Description: Review of provided project management qualifications:
- Document management system
- Monitoring of progress during mobilisation and execution
- Post-execution quality and reporting
- Strong evidence of experience through submission of supporting documentation (e.g. RAMS or inspection reports)
- Suitable management system in place for provision of any critical tooling, equipment and materials
- Robust back-office team to support offshore delivery team
- Where subcontracted, clear selection process for subcontractors
- Where subcontracted, clear management process for subcontractors, Weighting: 10,00

Price, Description: Total Cost of Ownership, Weighting: 40,00
Electronic catalogElectronic catalog: No
Information on the Clean Vehicles DirectiveProcurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No
Procurement information (Lot 2)
Procurement procedure  
Description of the lotTitle: Periodic Subsea Inspections - Offshore Wind Farms in the North Sea
Description: Lot 2: Periodic Subsea Inspections - Offshore Wind Farms in the North Sea

Lot 2 covers the periodic subsea inspections for the offshore wind farms Hohe See (HS), Albatros (ALB), and He Dreiht (HD). The scope includes visual and functional inspections of underwater support structures of WTGs and OSSs.
All inspections shall be performed in accordance with the applicable standards of the BSH and the respective wind farm-specific inspection plans.
In HS and ALB, 21 to 22 WTGs shall be inspected annually (25% scope). The OSS in each wind farm is subject to a four-year inspection cycle.
In HD, which is currently under construction, 16 WTGs shall be inspected annually (25% scope). The inspection scope is based on applicable standards and is expected to be updated as the project progresses.
The inspections may involve either full visual and functional checks or reduced GVI. Bidders shall submit fixed lump sum prices for both options.
The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as ROVs. All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections.
A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes.
Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works.
In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs.
Scope of the procurementThis type of procurement is particularly suitable for very small, small and medium-sized enterprises (SMEs): No
Main classification (CPV code)CPV code main body: 71730000-4
Other CPV code main parts: 63726620-6
Other CPV code main parts: 79961320-7
Other CPV code main parts: 76521000-1
Other CPV code main parts: 71730000-4
Type of contract awardType of strategic procurement:
Place of performanceOther restrictions at the place of performance:

Anywhere in the European Economic Area
Estimated duration

Start date of: 01.04.2026 End date of the term: 31.03.2031
Extensions and optionsDescription of the options: The contracting entity reserves the right to unilaterally extend the contract three times, each time for 12 months.
Extension - Maximum number: 3
Government Procurement AgreementThe procurement is covered by the Government Procurement Agreement: Yes
Use of EU fundsThe procurement is at least partially financed by European Union funds: No
Information on the framework agreementMaximum number of participating companies: 1
Additional information  
Tendering terms  
Award criteriaQuality criterion
Description: Contract deviations, Weighting: 10,00
Description: Suitability of proposed ROV(s):
- Appropriate ROV type/classification
- ROV weight (kg)/dimensions (m)
- ROV thruster speed suitable for currents
- ROV justified and demonstrates experience in executing similar work
- ROV capable of performing in a variety of environmental conditions
- Operational limits are reasonable (e.g. for L&R)
- Max ROV payload suitable for carrying required tooling, Weighting: 10,00
Description: Suitability of proposed methods and tooling to perform scope of work:
- General Visual Inspection (GVI)
- Close Visual Inspection (CVI)
- Ultrasonic Wall Thickness Measurement (UT)
- Marine Growth (MG) Measurement
- Cathodic Protection (CP) Potential Measurement
- Reference-based Measurement of Cable Protection System (CPS) and Scour
- MG Cleaning to CSWIP Grade SA 2½, Weighting: 15,00
Description: Capabilities beyond scheduled works:
- Subject Matter Expert (e.g. CP)
- Continuous improvement of inspection execution
- Additional inspection methods (e.g. 3D anode scanning)
- Custom inspection solutions to address unexpected requirements, Weighting: 7,50
Description: Review of provided personnel qualifications:
- Organigrams, CVs and competency matrices for key roles
- Verification of personnel information (e.g. required qualifications and training records), Weighting: 7,50
Description: Review of provided project management qualifications:
- Document management system
- Monitoring of progress during mobilisation and execution
- Post-execution quality and reporting
- Strong evidence of experience through submission of supporting documentation (e.g. RAMS or inspection reports)
- Suitable management system in place for provision of any critical tooling, equipment and materials
- Robust back-office team to support offshore delivery team
- Where subcontracted, clear selection process for subcontractors
- Where subcontracted, clear management process for subcontractors, Weighting: 10,00

Price, Description: Total Cost of Ownership, Weighting: 40,00
Electronic catalogElectronic catalog: No
Information on the Clean Vehicles DirectiveProcurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No