Qualifizierungssystem
Rock Dumping Services EnBW-2025-0103
| Contracting party and service provider | |
| Buyer | Official 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: a.hoermann@enbw.com Telephone: 000 Activity of the contracting authority: Mit Strom zusammenhängende Tätigkeiten |
| Group leader: Yes Central Procurement Entity issuing/concluding public contracts or framework agreements relating to construction works, supplies or services intended for other procurers: No Central Procurement Entity that purchases supplies and/or services for other procurers: No |
|
| Procedure | |
| Purpose | |
| Legal basis | Directive 2014/25/EU |
| Description | Internal identifier: EnBW-2025-0103 Title: Rock Dumping Services Description: 1. Introduction The Scope of Work (SoW) defines the requirements, methodologies, and deliverables for the provision of Rock Dumping Services, including the design, supply, installation, and verification of rock berms for the protection and stabilization of subsea cables, CPS, Foundations, and related offshore infrastructure. The services are to be executed at the designated offshore wind farm locations in the German North Sea sector, Baltic Sea Sector or any other european offshore wind farm location. 2. Objectives Protection of Subsea Assets: To protect subsea cables, cable protection systems (CPS), and foundations from environmental and operational risks, such as scouring, freespan, and mechanical damage. Stabilization: To ensure long-term stability and integrity of subsea infrastructure by installing engineered rock berms. Compliance: To execute all works in accordance with applicable international standards, project specifications, and client requirements. 3. Scope of Work 3.1 General Description The Contractor shall provide a complete service package, including but not limited to: Project management and engineering Design of rock berms and stabilization measures Procurement and supply of rock material Mobilization and demobilization of specialized vessels and equipment Execution of rock installation works Pre- and post-installation surveys Quality assurance and as-built documentation. 3.2 Project Engineering & Management Project Planning: Develop detailed project schedules, installation plans, and risk assessments. Design Services: Prepare or review CPS berm designs, including cross-sections, material specifications, and installation tolerances. The Contractor may advise on optimal design solutions from an operational perspective. Quality Management: Implement a project-specific Quality Management System (QMS) in line with ISO 9001:2015, ensuring all works meet client and regulatory standards. HSE Management: Develop and enforce a Health, Safety, and Environmental (HSE) plan, including job hazard analysis, toolbox talks, and stop-work authority for all personnel. 3.3 Design Requirements Example (will be defined case by case by specific project): Berm Geometry: Typical berm dimensions may include heights of ~1.1 m, widths of ~0.3 m, and slopes of 1:3, subject to project-specific requirements. Material Specification: Use freshly crushed rock, grading CP 45/180 or as specified, with a specific density of ~2.65 t/m³ and bulk density of ~1.56 t/m³. All rock must comply with EN 13383-1,2 standards. Tolerances: Vertical tolerance: -0.00/+0.50 m; Horizontal tolerance: -0.00/+2.00 m either side. Tolerances are to be verified by survey. Losses and Settlement: Account for installation losses (e.g., soil penetration, settlement, wash-away, compaction) in the design and quantity calculations. Execution Accuracy: Capable of precise berm installation according to design profile; Vertical Installation Tolerance -0,00/+0,50m 3.4 Mobilization & Demobilization Mobilization: Prepare and mobilize the designated rock installation vessel(s) at the port of origin. Calibrate and test all positioning, survey, and installation equipment prior to departure. Demobilization: Upon completion, demobilize all equipment and personnel, ensuring the site is left in a safe and compliant condition. 3.5 Rock Installation Operations 3.5.1 Equipment Vessels: Use dynamically positioned fall pipe vessels (DPFPV) or equivalent. Fall Pipe Systems: Deploy central and/or inclined fall pipe systems, equipped with ROVs for precise placement and monitoring. Inclined systems are used for close proximity to structures. Survey Systems: Utilize DGNSS, USBL, multibeam echosounders (MBE), and online 3D visualization packages for real-time monitoring and documentation. Vessel Requirement: Minimum DP2 fall pipe vessel 3.5.2 Sequence of Work Procurement of Rock Material: Source and stockpile rock at the designated quarry, ensuring compliance with design specifications and timely supply. Loading Operations: Load rock onto the vessel using conveyor belts or harbor cranes, with quantities verified by draft survey. Transit to Site: Sail to the offshore site, maintaining communication with client representatives. Pre-Installation Survey: Conduct detailed bathymetric and positioning surveys to establish the as-found condition of the seabed and infrastructure. Rock Placement: Execute rock dumping using DPFPV in auto-track mode, adjusting vessel speed and feeder output to achieve the required berm profile. Use ROVs and real-time monitoring tools to ensure accuracy. Intermediate Surveys: Perform check surveys during installation to monitor progress and adjust methodology as needed. Post-Installation Survey: Conduct final surveys to verify that the installed berm meets design specifications. Demobilization: Recover all equipment and return to port. 3.5.3 Special Operations Close Proximity Works: For rock placement near structures, use inclined fall pipe or tremie pipe systems, with standoff distances and positioning monitored by echo sounders and sonar. Remedial Works: If required, perform additional passes or remedial installations based on survey results. 3.6 Survey and Documentation Survey Deliverables: Provide as-built charts (DWG, PDF), DTM ASCII files, and comprehensive as-built reports. All data must be corrected for tide and quality-checked before submission. Acceptance: Survey data and as-built documentation are to be reviewed and accepted by the client’s offshore representative before demobilization. The exact requirements will be specified by the specific case and project. ___ All companies affiliated with EnBW within the meaning of Sections 15 et seq. of the German Stock Corporation Act (AktG) shall be entitled to place orders. Nature of the contract: Construction services |
| Scope of the procurement | |
| Main classification (CPV code) | |
| CPV Code Main Body: 45243200-4 | |
| Other CPV code main parts: 45243200-4 |
|
| Place where the procurement for the entire procedure is to take place |
Postcode / Town: 99999 North Sea and Baltic Sea NUTS code: DEZZZ Country: Deutschland |
| 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: Insolvency 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: |
| Details of the type of procedure | |
| Additional information | Additional information: All information on the eligibility criteria/selection criteria can be found at the following direct link: https://www.tender24.de/NetServer/SelectionCriteria/54321-Tender-19a7731099e-45bc83c6ccc7f1cf |
| Procurement information (general) | |
| Procurement procedure | |
| Previous notice on this procedure (prior information, ...) | |
| Conditions of the auction | An electronic auction is conducted: |
| Tendering terms | |
| Source of selection criteria | Procurement documents |
| Information about late submission | Subsequent demand for documents: It is not excluded that declarations, documents and evidence may be requested. Additional information: The contracting authority reserves the right to request additional documents at any stage of the procurement procedure within the framework of the legally permissible regulations. |
| Reserved contract award | Participation is reserved for sheltered workshops and economic operators aiming at the social and professional integration of people with disabilities or disadvantaged persons: No |
| Requirements for the execution of the order | |
| Reserved contract execution | The execution of the contract is reserved to certain contractors: Nein |
| Terms of service | Conditions 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 USA or Canada. - The contractor must register in the client's purchasing system and process orders (ordering, communication, etc.) via this infrastructure. |
| eInvoice | Electronic invoicing: Ja |
| Requirements | The names and professional qualifications of the staff assigned to perform the contract must be given: Not yet known |
| Post award process | Electronic ordering will be used: Yes Electronic payment will be used: Yes |
| Organisation receiving tenders | to the abovementioned address |
| Information on submission | |
| Submission language | Languages in which tenders or requests to participate may be submitted: ENG |
| Submission method | Electronic submission allowed: Address for submission (URL): https://www.tender24.de |
| Procurement documents | The 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-19a7731099e-45bc83c6ccc7f1cf
Binding language version of the tender documents: ENG |
| Ad hoc Communication channel | |
| Organisation providing additional information | the abovementioned address |
| Review | |
| Deadlines for review procedures | Information about review deadlines: It is pointed out that a review application shall be inadmissible insofar as: 1) the applicant became aware of the alleged infringement of procurement rules before submitting the review application and failed to notify the contracting authority of the infringement within a period of ten calendar days; the expiry of the period pursuant to Section 134(2) shall remain unaffected; 2) infringements of procurement rules that are apparent from the contract notice are not notified to the contracting authority at the latest by the expiry of the deadline specified in the notice for expressing interest or submitting tenders; 3) infringements of procurement rules that are apparent only from the procurement documents are not notified to the contracting authority at the latest by the expiry of the deadline for expressing interest or submitting tenders; 4) more than 15 calendar days have elapsed since receipt of the contracting authority’s notification that it does not intend to remedy the complaint. |
| Office for Appeal/Review Procedures | Official name: Vergabekammer Baden-Württemberg Identification number: t:07219268730 Postal address: Durlacher Allee 100 Postcode / Town: 76137 Karlsruhe NUTS code: DE122 Country: Deutschland E-mail: vergabekammer@rpk.bwl.de Telephone: +49 7219268730 Fax: +49 7219263985 |
| Organisation providing verification information | |
| Mediation organisation | |
| Procurement information (specific) | |
| Procurement procedure | |
| Description of the procurement | Description: 1. Introduction The Scope of Work (SoW) defines the requirements, methodologies, and deliverables for the provision of Rock Dumping Services, including the design, supply, installation, and verification of rock berms for the protection and stabilization of subsea cables, CPS, Foundations, and related offshore infrastructure. The services are to be executed at the designated offshore wind farm locations in the German North Sea sector, Baltic Sea Sector or any other european offshore wind farm location. 2. Objectives Protection of Subsea Assets: To protect subsea cables, cable protection systems (CPS), and foundations from environmental and operational risks, such as scouring, freespan, and mechanical damage. Stabilization: To ensure long-term stability and integrity of subsea infrastructure by installing engineered rock berms. Compliance: To execute all works in accordance with applicable international standards, project specifications, and client requirements. 3. Scope of Work 3.1 General Description The Contractor shall provide a complete service package, including but not limited to: Project management and engineering Design of rock berms and stabilization measures Procurement and supply of rock material Mobilization and demobilization of specialized vessels and equipment Execution of rock installation works Pre- and post-installation surveys Quality assurance and as-built documentation. 3.2 Project Engineering & Management Project Planning: Develop detailed project schedules, installation plans, and risk assessments. Design Services: Prepare or review CPS berm designs, including cross-sections, material specifications, and installation tolerances. The Contractor may advise on optimal design solutions from an operational perspective. Quality Management: Implement a project-specific Quality Management System (QMS) in line with ISO 9001:2015, ensuring all works meet client and regulatory standards. HSE Management: Develop and enforce a Health, Safety, and Environmental (HSE) plan, including job hazard analysis, toolbox talks, and stop-work authority for all personnel. 3.3 Design Requirements Example (will be defined case by case by specific project): Berm Geometry: Typical berm dimensions may include heights of ~1.1 m, widths of ~0.3 m, and slopes of 1:3, subject to project-specific requirements. Material Specification: Use freshly crushed rock, grading CP 45/180 or as specified, with a specific density of ~2.65 t/m³ and bulk density of ~1.56 t/m³. All rock must comply with EN 13383-1,2 standards. Tolerances: Vertical tolerance: -0.00/+0.50 m; Horizontal tolerance: -0.00/+2.00 m either side. Tolerances are to be verified by survey. Losses and Settlement: Account for installation losses (e.g., soil penetration, settlement, wash-away, compaction) in the design and quantity calculations. 3.4 Mobilization & Demobilization Mobilization: Prepare and mobilize the designated rock installation vessel(s) at the port of origin. Calibrate and test all positioning, survey, and installation equipment prior to departure. Demobilization: Upon completion, demobilize all equipment and personnel, ensuring the site is left in a safe and compliant condition. 3.5 Rock Installation Operations 3.5.1 Equipment Vessels: Use dynamically positioned fall pipe vessels (DPFPV) or equivalent. Fall Pipe Systems: Deploy central and/or inclined fall pipe systems, equipped with ROVs for precise placement and monitoring. Inclined systems are used for close proximity to structures. Survey Systems: Utilize DGNSS, USBL, multibeam echosounders (MBE), and online 3D visualization packages for real-time monitoring and documentation. 3.5.2 Sequence of Work Procurement of Rock Material: Source and stockpile rock at the designated quarry, ensuring compliance with design specifications and timely supply. Loading Operations: Load rock onto the vessel using conveyor belts or harbor cranes, with quantities verified by draft survey. Transit to Site: Sail to the offshore site, maintaining communication with client representatives. Pre-Installation Survey: Conduct detailed bathymetric and positioning surveys to establish the as-found condition of the seabed and infrastructure. Rock Placement: Execute rock dumping using DPFPV in auto-track mode, adjusting vessel speed and feeder output to achieve the required berm profile. Use ROVs and real-time monitoring tools to ensure accuracy. Intermediate Surveys: Perform check surveys during installation to monitor progress and adjust methodology as needed. Post-Installation Survey: Conduct final surveys to verify that the installed berm meets design specifications. Demobilization: Recover all equipment and return to port. 3.5.3 Special Operations Close Proximity Works: For rock placement near structures, use inclined fall pipe or tremie pipe systems, with standoff distances and positioning monitored by echo sounders and sonar. Remedial Works: If required, perform additional passes or remedial installations based on survey results. 3.6 Survey and Documentation Survey Deliverables: Provide as-built charts (DWG, PDF), DTM ASCII files, and comprehensive as-built reports. All data must be corrected for tide and quality-checked before submission. Acceptance: Survey data and as-built documentation are to be reviewed and accepted by the client’s offshore representative before demobilization. The exact requirements will be specified by the specific case and project. |
| Scope of the procurement | This type of procurement is particularly suitable for very small, small and medium-sized enterprises (SMEs): No |
| Type of contract award | Type of strategic procurement: |
| Place of performance | |
| Estimated duration | Duration in months: 4 |
| Extensions and options |
Extension - Maximum number: 0 |
| Government Procurement Agreement | The procurement is covered by the Government Procurement Agreement: Yes |
| Use of EU funds | The procurement is at least partially financed by European Union funds: No |
| Additional information | Additional information: The estimated duration of 4 months corresponds to the expected average value of the advertised campaigns and may vary depending on individual orders based on the qualification system. |
| Tendering terms | |
| Award criteria | Quality criterion Technical Aspects, Description: 2.1 Technical Approach & Methodology (35%) Clarity and completeness of the proposed installation methodology (including sequence, risk management, and contingency plans) Alignment with project requirements (e.g., ability to work in close proximity to structures, handling of installation losses, tolerances) Innovation in approach (e.g., use of advanced monitoring, real-time data, or unique vessel capabilities) 2.2 Design Capabilities (15%) Experience and expertise in rock berm and CPS design for offshore wind/cable projects Compliance with standards (EN 13383, ISO, project-specific) Ability to optimize designs for operational efficiency and cost-effectiveness Provision for design review and value engineering 2.3 Equipment & Vessel Suitability (15%) Availability and suitability of DPFPVs or equivalent vessels (capacity, DP class, ROV systems, fall pipe/tremie pipe systems) Redundancy and reliability of critical equipment Maintenance and spare parts strategy 2.4 Project Management & Personnel (10%) Project team structure and qualifications Experience with similar projects Clarity of roles, responsibilities, and reporting lines Communication and interface management 2.5 HSE & Quality Management (15%) HSE policy and track record (certifications, incident statistics, stop-work authority) Quality Management System (ISO 9001 or equivalent) Project-specific HSE and quality plans Training and competence of personnel 2.6 Sustainability & Environmental (5%) Integration of sustainability principles (ISO 14001, ISO 50001, SDGs) Minimization of environmental impact (fuel efficiency, waste management, emissions) Support for client sustainability goals 2.7 Survey & Documentation (5%) Survey methodology (pre-, intermediate, post-installation, DTM, MBE, etc.) Accuracy and reliability of survey equipment and data processing Clarity and completeness of deliverables (as-built charts, reports, digital files) Scoring System For each criterion, assign a score from 1 to 5: 5 Points: Excellent - Exceeds requirements 4 Points: Good - Fully meets requirements 3 Points: Satisfactory - Meets most requirements 2 Points: Poor - Partially meets requirements 1 Points: Unacceptable - Does not meet requirements, Weighting: 20,00 Contractual Acceptance, Description: Evaluation Principle Scoring is absolute, not relative: Each tender is evaluated on its own merits against the model contract, not in comparison to other tenders. Scoring scale: 0-100 points, in 20-point increments (100, 80, 60, 40, 20, 0). Full points (100): Awarded only if the tenderer accepts the contract and all annexes/sub-annexes without changes, or only proposes changes that are exclusively advantageous to the contracting entity and/or are legally required. Deductions: The more disadvantageous the proposed changes for the contracting entity, the lower the score. The adverse legal consequences are weighted by their estimated probability of occurrence. ScoreDescription 100: No changes, or only changes exclusively advantageous to the contracting entity, or legally required changes. 80: Minor changes, with negligible or no adverse impact on the contracting entity. 60: Moderate changes, with some adverse impact, but manageable and not critical. 40:Significant changes, with clear adverse impact, but not fundamentally undermining the contract. 20:Major changes, with substantial adverse impact or risk to the contracting entity. 0:Changes that fundamentally undermine the contract or render it unacceptable., Weighting: 20,00 Reaction time, Description: Scoring Principle Lower (earlier) start dates receive higher scores. The scoring is normalized so that the earliest possible start date receives the maximum score, and the latest receives the minimum. If multiple bidders have the same earliest start date, they receive the same (highest) score. Scoring Formula Let: Si = Start date proposed by bidder i (in days from a reference date, e.g., bid submission deadline) Smin = Earliest (minimum) start date among all bidders Smax = Latest (maximum) start date among all bidders Scorei = Score for bidder i (on a scale of 0 to 10, or 0 to 100 as preferred) Formula (0-10 scale): Scorei=10×((Smax−Si)/(Smax−Simin)) If Smax=Smin (all bidders have the same start date), all receive the maximum score., Weighting: 10,00 Cost criterion Price, Description: Net Price, Weighting: 50,00 |