Deutschland – Bauarbeiten für Kraftwerke – Reuter Future Biomass (RFB)

224894-2024 - Wettbewerb
Deutschland – Bauarbeiten für Kraftwerke – Reuter Future Biomass (RFB)
OJ S 75/2024 16/04/2024
Auftrags- oder Konzessionsbekanntmachung – Standardregelung - Änderungsbekanntmachung
Bauleistung
1. Beschaffer
1.1.
Beschaffer
Offizielle Bezeichnung: Vattenfall Wärme Berlin Aktiengesellschaft
Tätigkeit des Auftraggebers: Erzeugung, Fortleitung oder Abgabe von Gas oder Wärme
2. Verfahren
2.1.
Verfahren
Titel: Reuter Future Biomass (RFB)
Beschreibung: The purpose of the overall undertaking at Reuter Site (located Großer Spreering 5, 13599 Berlin), is to ensure heat supply security in the connected district heating grid by replacement of existing coal fired plants with reliable alternatives and enable the coal phase-out until 2030. Furthermore, the undertaking supports regulatory and strategic needs by focusing on low carbon heat generation. In the course of this undertaking, several projects are being developed by the awarding authority, including building of new generation and infrastructure assets; one of such projects is the Reuter Future Biomass (RFB). The objective of the RFB project is the construction of a highly efficient and sustainable biomass fired district heating plant (combined heat and power) with a thermal production capacity of about 90 MWth. Currently, the permit application is under preparation by the awarding authority. The contractor is in charge of engineering, purchasing, construction & commissioning of its scope. This (lot) includes boiler, steam turbine, flue gas treatment, flue gas condensation, heat pump(s) (or other measurements to optimize efficiency), ash handling & storage, piping (incl. connection to district heating) and chimney(s). Furthermore this lot includes the fuel supply via trucks, the connection to the existing ship unloader, screening systems, equipment for the biomass storage bunker and all of the required conveying systems, secondary steel construction for platforms. In addition the scope includes the water and sewage systems for the biomass plant and for the district heating system. The power supply, the electrical systems and the instrumentation and control systems for the equipment is part of the scope. The scope including the power supply 200V-10kV and a 110kV/10KV-transformer. The combined heat and power plant is fired with biomass: waste wood (A1-A4), forest residue and landscaping material. The boiler shall be designed as fluidized bed boiler. The entire system must be certified with CE conformity and meet all requirements according to European / German legislation. The construction of the new systems and commissioning will take place on dedicated prepared areas, which are ready for construction. At Reuter West the existing units remain in operation during the construction and commission of the new plant. This notice concerns and announces the tender for “lot 2” the Biomass CHP and Fuel Logistics. Other lots and projects will be announced by the awarding authority at a later point in time. However predecessing activities were partly already contracted such as the demolition of the existing buildings as well as preliminary design activities. The civil works, including civil works for the Bio-CHP and fuel logistics, herewith: foundations, concrete works, etc., are considered as lot 1 and already announced and contracted (see announcement TED: 617144-2023).
Kennung des Verfahrens: 7553cd51-796d-47f1-9f02-98507739fc25
Interne Kennung: 2024000655
Verfahrensart: Verhandlungsverfahren mit vorheriger Veröffentlichung eines Aufrufs zum Wettbewerb/Verhandlungsverfahren
Das Verfahren wird beschleunigt: nein
2.1.1.
Zweck
Art des Auftrags: Bauleistung
Haupteinstufung (cpv): 45251100 Bauarbeiten für Kraftwerke
Zusätzliche Einstufung (cpv): 09323000 Fernwärme, 31170000 Transformatoren, 42511110 Wärmepumpen, 45251140 Bau von Wärmekraftwerken, 45252120 Bau von Wasseraufbereitungsanlagen, 42112100 Dampfturbinen, 42160000 Kesselanlagen
2.1.2.
Erfüllungsort
Stadt: Berlin
Postleitzahl: 13599
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
2.1.3.
Wert
Geschätzter Wert ohne MwSt.: 1,00 EUR
2.1.4.
Allgemeine Informationen
Rechtsgrundlage:
Richtlinie 2014/25/EU
sektvo -
5. Los
5.1.
Los: LOT-0001
Titel: Reuter Future Biomass (RFB)
Beschreibung: The purpose of the overall undertaking at Reuter Site (located Großer Spreering 5, 13599 Berlin), is to ensure heat supply security in the connected district heating grid by replacement of existing coal fired plants with reliable alternatives and enable the coal phase-out until 2030. Furthermore, the undertaking supports regulatory and strategic needs by focusing on low carbon heat generation. In the course of this undertaking, several projects are being developed by the awarding authority, including building of new generation and infrastructure assets; one of such projects is the Reuter Future Biomass (RFB). The objective of the RFB project is the construction of a highly efficient and sustainable biomass fired district heating plant (combined heat and power) with a thermal production capacity of about 90 MWth. Currently, the permit application is under preparation by the awarding authority. The contractor is in charge of engineering, purchasing, construction & commissioning of its scope. This (lot) includes boiler, steam turbine, flue gas treatment, flue gas condensation, heat pump(s) (or other measurements to optimize efficiency), ash handling & storage, piping (incl. connection to district heating) and chimney(s). Furthermore this lot includes the fuel supply via trucks, the connection to the existing ship unloader, screening systems, equipment for the biomass storage bunker and all of the required conveying systems, secondary steel construction for platforms. In addition the scope includes the water and sewage systems for the biomass plant and for the district heating system. The power supply, the electrical systems and the instrumentation and control systems for the equipment is part of the scope. The scope including the power supply 200V-10kV and a 110kV/10KV-transformer. The combined heat and power plant is fired with biomass: waste wood (A1-A4), forest residue and landscaping material. The boiler shall be designed as fluidized bed boiler. The entire system must be certified with CE conformity and meet all requirements according to European / German legislation. The construction of the new systems and commissioning will take place on dedicated prepared areas, which are ready for construction. At Reuter West the existing units remain in operation during the construction and commission of the new plant. This notice concerns and announces the tender for “lot 2” the Biomass CHP and Fuel Logistics. Other lots and projects will be announced by the awarding authority at a later point in time. However predecessing activities were partly already contracted such as the demolition of the existing buildings as well as preliminary design activities. The civil works, including civil works for the Bio-CHP and fuel logistics, herewith: foundations, concrete works, etc., are considered as lot 1 and already announced and contracted (see announcement TED: 617144-2023).
Interne Kennung: 6c4daaff-b7af-48e3-a111-4661aec01c73
5.1.1.
Zweck
Art des Auftrags: Bauleistung
Haupteinstufung (cpv): 45251100 Bauarbeiten für Kraftwerke
Zusätzliche Einstufung (cpv): 09323000 Fernwärme, 31170000 Transformatoren, 42511110 Wärmepumpen, 45251140 Bau von Wärmekraftwerken, 45252120 Bau von Wasseraufbereitungsanlagen, 42112100 Dampfturbinen, 42160000 Kesselanlagen
5.1.3.
Geschätzte Dauer
Datum des Beginns: 15/09/2025
Enddatum der Laufzeit: 30/11/2028
5.1.4.
Verlängerung
Maximale Verlängerungen: 1
Der Erwerber behält sich das Recht vor, zusätzliche Käufe vom Auftragnehmer zu tätigen, wie hier beschrieben: please see contract documents
5.1.6.
Allgemeine Informationen
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen
Zusätzliche Informationen: Please see attachment in particular under (7) Notes on the application for participation and (8) additional information: "consistency check" (Link): https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/subproject/15a4ed8d-51bc-43e8-a946-222e17e84db1/suitabilitycriteria
5.1.7.
Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
Beschreibung: To achieve the goals mentioned in 2.1) the objective of the RFB project is the erection of a biomass fired district heating plant (combined heat and power) with a thermal production capacity of 90 MWThermal . Please see the lot description in 5.1.
5.1.9.
Eignungskriterien
Kriterium:
Art: Eignung zur Berufsausübung
Bezeichnung: Suitability to pursue the professional activity
Beschreibung: [Please see attachment in particular under (2) "Suitability to pursue the professional activity including other requirements": https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/subproject/15a4ed8d-51bc-43e8-a946-222e17e84db1/suitabilitycriteria ] Together with the participation request, the applicant must also submit proof of compliance with the following conditions (every applicant and every member of a bidding consortium must submit the documents mentioned in 5.1.9) Register A & B of the contract notice): >> REGISTER A) Covering letter presenting the company and its complete group structure (including ownership). Mention of the main contact person for this tender with name, function, mail address, mobile phone number. >> REGISTER B) [MINIMUM REQUIREMENT] All registers a), b) and c) must be fulfilled. For this purpose, the applicant must use the form provided at the contact point (see Section I.1) notice. a) Declaration of mandatory and optional exclusion criteria within the meaning of Sections 123 and 124 of the Act against Restraints on Competition (GWB), Section 21 of the Act on Posting of Workers (AentG), Section 98c of the Residence Act (AufenthG), Section 21 of the Undeclared Employment Act (SchwarzArbG) and Section 19 of the Minimum Wage Act (MiLoG). b) Declaration by the applicant that they have read and understood the Code of Conduct for Suppliers and Partners and Vattenfall GmbH´s policy statement in accordance with the Supply Chain Sourcing Obligation Act (LkSG). The Code can be found under "Code of Conduct for Suppliers and Partners" https://group.vattenfall.com/who-we-are/suppliers The policy statement can be found at: www.vattenfall.de/lieferkettensorgfaltspflichtengesetz The applicant further declares that they will perform their services in accordance with the UN Global Compact principles and the principles of the policy statement, and commits themselves to monitor both themselves and their suppliers/subcontractors constantly to ensure that performance is maintained and complies with these principles. The applicant states that none of the deviations from the UN Global Compact is valid for them or any suppliers/subcontractors used by them for the service provision. c) Self-declaration Russia sanctions.
Anwendung dieses Kriteriums: Verwendet
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen

Kriterium:
Art: Wirtschaftliche und finanzielle Leistungsfähigkeit
Bezeichnung: Economic and financial standing
Beschreibung: [Please see attachment in particular under (3) "Economic and financial ability": https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/subproject/15a4ed8d-51bc-43e8-a946-222e17e84db1/suitabilitycriteria ] See also more detailed explanations under 5.1.6). The evidence mentioned in 5.1.9), Register C of the notice need only be submitted once by each applicant or bidding consortium. Every applicant and every member of a bidding consortium must submit the documents mentioned in 5.1.9) Register D of the notice. >> REGISTER C) [MINIMUM REQUIREMENT] Proof that the candidate meets an average annual turnover requirement over the three most recent years of a minimum of 100 MEUR. >> REGISTER D) [MINIMUM REQUIREMENT] Submission of the complete consolidated Annual Reports (or similar) with an unqualified auditor’s report including the management report, appendices, auditor’s approvals and comments from the last 3 financial years with information on the profit and loss account, the balance sheet and the cash flow statement. On the basis of the information requested, the awarding authority shall carry out a credit check to determine the financial and economic capacity of the applicant. The applicant is considered to be financially suitable if the credit check shows that the applicant company is financially sound and large enough in relation to the value and term of the contract to fulfil all contractual obligations. For this purpose, the applicant must have adequate profit margins and sufficient operating cash flows as well as an appropriate capital base with a generally acceptable (low) level of debt. The size and financial profile of the applicant must also be proportionate to the value of the contract and there must be a positive outlook that the applicant will be able to maintain its financial fitness during the term of the contract. As far as the applicant wishes to prove financial suitability with borrowed capacity (see also 5.1.6 (6) of this notice), they must specify the third party on which they wish to rely (e.g. the parent company in the case of group companies) and also submit the following for this third party: (a) All documents referred to in 5.1.9; (b) Documents in accordance with 5.1.9. according to Register C and D (c) Evidence that the third party will actually make the resources required for the contract available to the applicant in the event of an award (letter of commitment). In the case of Group companies, evidence can be provided, among other things, by: (aa) A declaration by the third party (e.g. the parent company) that, in the event of a contract being awarded, the latter is willing, in addition to 5.1.9) Register C (which is only to be provided by the applicant), to provide a guarantee for the entire scope of services of the applicant (Group guarantee) or (bb) Providing proof of a control and profit-transfer Agreement with the additional declaration by the controlling company that, in the event of a contract being awarded, they shall: (i) inform the Employer of forthcoming alterations to or termination of the control and profit-transfer Agreement in writing in advance and (ii) automatically provide the security in accordance with Section 303(1) of the German Companies Act (AktG), without notification being required from the Employer and (iii) provide the security in accordance with Section 303(1) AktG either in the form of a group guarantee where the parent company possesses sufficient financial fitness, or else in the form of an indefinite guarantee issued by a bank with a minimum rating of BBB with stable outlook (Standard & Poor’s or Fitch) or Baa2 with stable outlook (Moody’s). The awarding authority reserves the right – without being obliged to do so – to request additional documents/information from the applicant (or from the third party in the case of borrowed capacity) and/or to conduct information discussions when examining the financial suitability of the applicant. This may be the case in particular – without being limited to this – if the awarding authority has information on the creditworthiness of the applicant from the market/generally accessible media, etc., which contradicts the documents submitted or requires clarification.
Anwendung dieses Kriteriums: Verwendet
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen

Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: Technical and professional ability
Beschreibung: [Please see attachment in particular under (4) "Technical and professional capacity": https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/subproject/15a4ed8d-51bc-43e8-a946-222e17e84db1/suitabilitycriteria ] See also more detailed explanations under 5.1.6. The evidence mentioned in 5.1.9), Register E of the notice need only be submitted once by each applicant or bidding consortium. Every applicant and every member of a bidding consortium must submit the documents mentioned in 5.1.9) Register F of the contract notice. >> REGISTER E) [MINIMUM REQUIREMENT] Reference information on comparable services with the tendered service. Minimum one reference is to be submitted that demonstrate experience with a comparable range of services as defined in Section 5.1. The reference is acceptable if, in particular but not limited to, all of the following criteria apply: The reference shall not be commissioned earlier than 1st January, 2009 or after (later than) 2023. a) [MINIMUM REQUIREMENT] Reference 1x biomass plant with similar scope (fluidized bed technology) and thermal capacity (>50 MW thermal). For avoidance of doubt, as comparable biomass fuel: forest residues, recycled wood, waste wood, agricultural residues and waste to energy (e.g. RDF (refuse-derived fuel) shall count as reference. b) the contracted scope comprised of (at least): boiler(s), main equipment steam turbine and generator, heat pump(s), fuel handling and logistics, medium voltage gear. It is allowed for b) to utilise multiple references to show the overall scope (e.g. one reference with steam turbine and another with heat pumps). The awarding authority is entitled to take into account its own experience with the applicants from similar projects. If negative experiences demonstrably exist, the awarding authority may invite the applicant to a face-to-face meeting to discuss the situation. If the applicant is unable to demonstrate their fitness in the course of this meeting, despite the awarding authority's own bad experiences, the awarding authority is entitled to rule out the applicant as unfit. For each reference, the applicant must use the form provided at the contact point of the announcement (AnnexReference_Form). >> REGISTER F) [MINIMUM REQUIREMENT] The applicant shall fill in an H&S questionnaire. See detailed information within the attachment under (4.3).
Anwendung dieses Kriteriums: Verwendet
Anhand der Kriterien werden die Bewerber ausgewählt, die zur zweiten Phase des Verfahrens eingeladen werden sollen
Informationen über die zweite Phase eines zweiphasigen Verfahrens:
Das Verfahren wird in mehreren aufeinanderfolgenden Phasen durchgeführt. In jeder Phase können einige Teilnehmer ausgeschlossen werden
5.1.10.
Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Preis
Gewichtung (Prozentanteil, genau): 60

Kriterium:
Art: Qualität
Bezeichnung: Evaluation of performance according to the defined performance criteria
Gewichtung (Prozentanteil, genau): 40
5.1.11.
Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind:
Frist für die Anforderung zusätzlicher Informationen: 18/04/2024 23:59:00 (UTC+2)
5.1.12.
Bedingungen für die Auftragsvergabe
Verfahrensbedingungen:
Voraussichtliches Datum der Absendung der Aufforderungen zur Angebotseinreichung: 29/11/2024
Bedingungen für die Einreichung:
Elektronische Einreichung: Erforderlich
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Die Bieter können mehrere Angebote einreichen
Beschreibung der finanziellen Sicherheit: >> (a) Guarantees: In the event of a contract, the applicant shall provide guarantees, a) amounting to at least 10% of the value of the contract in the form of a contract performance guarantee (b) for all advance payments; c) amounting to at least 5% of the value of the contract in the form of a warranty bond issued by a bank with a minimum rating with stable outlook of BBB (Standard & Poor’s or Fitch) or Baa2 (Moody’s). For the purposes of the qualification check, the phrase "value of the contract" shall mean the full agreed net remuneration of the future Contractor, disregarding any subsequent adjustments to such remuneration, which may arise from the performance or amendment of the contract. In the case of multiple ratings, the lowest rating applies. >> (b) Insurance: In the event of a contract, the applicant shall provide a public liability insurance policy (insurance event: damage event), including product liability and environmental liability insurance, which covers the Contractor’s statutory liability for personal injury and/or property damage and environmental damage to third parties with an insured sum of at least EUR 10 million per insurance event and twice in the insurance year. In addition, environmental damage insurance with a coverage of EUR 3 million per insured event and year must be in place and proven.)
Frist für den Eingang der Teilnahmeanträge: 25/04/2024 23:59:00 (UTC+2)
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können alle fehlenden Bieterunterlagen nach Fristablauf nachgereicht werden.
Zusätzliche Informationen: Possible indications of the contractingauthority in the tender documents are to be considered.
Auftragsbedingungen:
Bedingungen für die Ausführung des Auftrags: see contract documents.
Es ist eine Geheimhaltungsvereinbarung erforderlich: ja
Zusätzliche Angaben zur Geheimhaltungsvereinbarung : please see attachment.
Elektronische Rechnungsstellung: Erforderlich
Von einer Bietergemeinschaft, die den Zuschlag erhält, anzunehmende Rechtsform: [Please see attachment in particular under (5) "Legal form which the consortium to which the contract is awarded must have": https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/subproject/15a4ed8d-51bc-43e8-a946-222e17e84db1/suitabilitycriteria ]
Finanzielle Vereinbarung: see contract documents
Informationen über die Überprüfungsfristen: In accordance with Section 160 (3) clause 1 Nos 1 to 4 of the GWB, requests for a review are not permitted a) if the requester has identified the alleged violation of procurement rules before lodging the request for a review and has not notified the contracting entity within 10 calendar days; the expiry of the time period according to Section 134 (2) remains unaffected (Section 160 (3) clause 1 No.1 GWB). b) where violations of procurement rules, recognised on the basis of the notice, are not reported by the deadline for submitting offers or application to the contracting entity specified in the notice (Section 160(3) clause 1 No. 2 GWB). c) where violations of procurement rules, first recognisable in the tender documents, are not reported by the deadline for submitting tenders or application to the contracting entity specified in the notice/call for tenders (Section 160(3) clause 1 No. 3 GWB). d) where more than 15 calendar days have elapsed after receipt of notification from the contracting entity that they do not intend to remedy a complaint (Section 160(3) clause 1 No. 4 GWB).
5.1.15.
Techniken
Rahmenvereinbarung: Keine Rahmenvereinbarung
Informationen über das dynamische Beschaffungssystem: Kein dynamisches Beschaffungssystem
5.1.16.
Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Vergabekammer des Landes Berlin
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Vattenfall GmbH
8. Organisationen
8.1.
ORG-0001
Offizielle Bezeichnung: Vattenfall Wärme Berlin Aktiengesellschaft
Registrierungsnummer: 3c679aee-7065-41ff-8bad-a334ab54927b
Postanschrift: Hildegard Knef Platz 2  
Stadt: Berlin
Postleitzahl: 10829
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
Kontaktperson: Vattenfall GmbH
Telefon: +49 1721616458
Internetadresse: https://www.vattenfall.de
Rollen dieser Organisation
Beschaffer
8.1.
ORG-0002
Offizielle Bezeichnung: Vergabekammer des Landes Berlin
Registrierungsnummer: fa97f8ca-a365-4b63-8a3f-fc5c739581cf
Postanschrift: Martin-Luther-Str. 105  
Stadt: Berlin
Postleitzahl: 10825
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
Telefon: +49 3090138316
Fax: +49 3090137613
Rollen dieser Organisation
Überprüfungsstelle
8.1.
ORG-0003
Offizielle Bezeichnung: Vattenfall GmbH
Registrierungsnummer: 300b49d7-09b6-4733-af8c-b51bf54045bc
Postanschrift: Hildegard Knef Platz 2  
Stadt: Berlin
Postleitzahl: 10829
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
Telefon: +49 40657988000
Internetadresse: https://www.vattenfall.de/
Rollen dieser Organisation
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
8.1.
ORG-0004
Offizielle Bezeichnung: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
Registrierungsnummer: 0204:994-DOEVD-83
Stadt: Bonn
Postleitzahl: 53119
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
Telefon: +49228996100
Rollen dieser Organisation
TED eSender
10. Änderung
Fassung der zu ändernden vorigen Bekanntmachung: d61ccc21-4760-4e17-aa94-ec7e4b4a1234-01
Hauptgrund für die Änderung: Korrektur – Beschaffer
11. Informationen zur Bekanntmachung
11.1.
Informationen zur Bekanntmachung
Kennung/Fassung der Bekanntmachung: ced17210-0422-44c7-b7d9-baefcf0d0104 - 01
Formulartyp: Wettbewerb
Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung
Datum der Übermittlung der Bekanntmachung: 12/04/2024 16:22:07 (UTC+2)
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
11.2.
Informationen zur Veröffentlichung
Veröffentlichungsnummer der Bekanntmachung: 224894-2024
ABl. S – Nummer der Ausgabe: 75/2024
Datum der Veröffentlichung: 16/04/2024