409577-2021 - CompetitionGermany-Selters: Architectural, construction, engineering and inspection services
OJ S 154/2021 11/08/2021
Contract notice
Services
Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1.
Name and addresses
Official name: Stadt Selters
Postal address: Rheinstraße 22
Town: Selters
NUTS code: DEB1B Westerwaldkreis
Postal code: 56442
Country: Germany
E-mail: Selters@Bieteranfrage.de
Internet address(es):
Main address: https://www.stadt-selters.de
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.dtvp.de/Satellite/notice/CXP4YJVRMZR/documents
Tenders or requests to participate must be submitted electronically via: https://www.dtvp.de/Satellite/notice/CXP4YJVRMZR
Additional information can be obtained from another address:
Official name: Vergabeberatungsstelle Klaeser GmbH
Postal address: Auf dem Kalk 5
Town: Montabaur
NUTS code: DEB1B Westerwaldkreis
Postal code: 56410
Country: Germany
Telephone: +49 26029973890
Fax: +49 32121239232
Internet address(es):
I.4.
Type of the contracting authority
Regional or local authority
I.5.
Main activity
General public services

Section II: Object

II.1.
Scope of the procurement
II.1.1.
Title
Development of the new development area "Am Sonnenbach" in the town of Selters - Lot 03 Open-air plant planning
Reference number: 21-09-06-1200
II.1.2.
Main CPV code
71000000 Architectural, construction, engineering and inspection services
II.1.3.
Type of contract
Services
II.1.4.
Short description
The city of Selters intends to develop the new development area "Am Sonnenbach" in the west of the city, adjacent to the existing construction area "Gleichen". In the planned area, a relaxed, sustainable and sustainable residential quarter with a
Neighbourhood centre on the northwestern edge of the town of Selters. For the residential district, a useful mix of residential and residential commercial enterprises with single and semi-detached buildings as well as groups of houses is planned.
The water supply in the area of the planned project is to be ensured by connecting to the existing supply network. The drainage of the planned area is to take place in the separation system. The resulting waste water is to be discharged into the existing waste water channel in the eastern road "Im Gleichen" and discharged via existing collectors of the sewage treatment plant Selters. A rainwater channel is to be installed in the respective traffic system to drain the rainwater from the paved land areas, the surface water from the paved road areas, ancillary facilities and footpaths and from drainage water. A throttled discharge of precipitation water into the water is to be carried out via a central retention and infiltration device (RRB).
The planning services are to be awarded without any expertise.
The subject of this lot 03 is the property planning services for the open-air installation in accordance with § 39 HOAI.
II.1.5.
Estimated total value
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
71210000 Advisory architectural services, 71200000 Architectural and related services
II.2.3.
Place of performance
NUTS code: DEB1B Westerwaldkreis
Main site or place of performance: 56242 Selters
II.2.4.
Description of the procurement
The service phases 1 - 9 according to § 39 HOAI as well as special services are advertised.
The awarding body intends to award these planning services in stages.
In performance level 1, the performance phases 1 to 4 according to HOAI as well as the special performances required in these phases are to be commissioned.
In performance level 2, the awarding body intends to award performance phases 5 to 9 according to HOAI as well as the special services required in these phases.
The services based on performance level 1 are optionally advertised.
There is no legal claim to the commissioning of further services/levels.
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
Duration in months: 4
This contract is subject to renewal: no
II.2.9.
Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3Maximum number: 5Objective criteria for choosing the limited number of candidates:
1) Erfahrung des Bewerbers mit der Erbringung von Planungs- und Bauüberwachungsleistungen im Bereich des Baus von vergleichbaren Freianlagen in Stadt- und Ortslagen anhand der angegebenen Referenzen, die die Mindestanforderungen an die Referenzen gemäß Ziffer III.1.3) der Bekanntmachung erfüllen (50 %). Durch die Einreichung von zusätzlichen Referenzen (über die Mindestanzahl hinaus), die ebenfalls die Mindestanforderungen an Referenzen erfüllen, kann eine bessere Bewertung erzielt werden;
2) Berufserfahrung der zur Leistungserbringung vorgesehenen Personen (20 %);
3) Gesammelte Berufserfahrung der zur Leistungserbringung vorgesehenen Personen anhand der eingereichten Referenzen, die die Mindestanforderungen erfüllen (20 %);
4) Einhaltung der geplanten Bauzeit und der geplanten Baukosten, wie sie sich aus den Referenzen ergeben (10 %).
II.2.10.
Information about variants
Variants will be accepted: no
II.2.11.
Information about options
Options: yes
Description of options:
The service phases 1-4 and 5-9 in accordance with § 34 HOAI as well as special services are advertised.
The awarding body intends to award these planning services in stages.
In performance level 1, the performance phases 1 to 4 according to HOAI as well as the special performances required in these phases are to be commissioned.
In performance level 2, the awarding body intends to award performance phases 5 to 9 according to HOAI as well as the special services required in these phases.
The services based on performance level 1 are optionally advertised.
There is no legal claim to the commissioning of further services/levels.
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
The deadline of 4 months after the award of the contract specified in II.2.7 refers to the submission of phase 3.
The dates for further services are set with the commissioning of the further services.

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:
Declaration by the applicant that there are no grounds for exclusion pursuant to § 42(1) VgV in conjunction with § 123 GWB in the person of the applicant or by the conduct of his person or by the conduct of a person attributable to the applicant.
Declaration by the applicant that there are no grounds for exclusion pursuant to § 42(1) VgV in conjunction with § 124 GWB in the applicant's person or by the conduct of his person or by the conduct of a person attributable to the applicant.
3. Declaration by the applicant that there are no dependencies on execution and delivery interests (pursuant to § 73(3) VgV). If the applicant belongs to a group of companies, he/she must explain with his/her application to participate to what extent he/she is linked to the other companies.
Applicant's statement that the "L. Ron Hubbard Technology" disseminated by the Scientology Organization will not be used, taught or otherwise disseminated in the performance of the Contract in the event of a Contract.
5. If the applicant is a legal person, he/she must submit an up-to-date extract from the professional, trade or partnership register or the legislation of his/her home country with his/her application to participate.
The above-mentioned information must be explained with the request to participate. If the services are offered by a group of candidates/tenderers, the information referred to in points 1 to 5 above must be declared for each member of the group of candidates/tenderers. If the candidate/tenderer wishes to use a third party for the provision of services, the information must also be provided by the third party on request.
III.1.2.
Economic and financial standing
List and brief description of selection criteria:
Declaration of the applicant's total turnover and turnover for the services comparable to the planning service advertised during the last three financial years (Section 45(1)(1) VgV).
2. a statement as to whether and with regard to which services the applicant makes use of the capacities of other entrepreneurs and that the necessary means are then available (Section 47(1) VgV).
3. details of the part of the contract which the candidate may wish to award to third parties.
The above-mentioned information must be explained with the request to participate. If the services are offered by a consortium of candidates/tenderers, the information must be declared for each member of the consortium of candidates/tenderers. If the candidate/tenderer wishes to use a third party for the provision of services, the information must also be provided by the third party at the request of the contracting authority.
Minimum level(s) of standards possibly required:
Der Bewerber muss über eine Berufs- oder Betriebshaftpflichtversicherung verfügen, deren Deckungssumme für Personenschäden mindestens 2.500.000 EUR und für Sach- und Vermögensschäden mindestens 2.500.000 EUR und für Umweltschäden mindestens 1.000.000 EUR beträgt (§ 45 Abs. 1 Nr. 3 VgV). Die vorgenannten Deckungssummen müssen mind. zweifach je Versicherungsjahr zur Verfügung stehen.
Dies ist durch eine Bescheinigung über die Haftpflicht- oder durch eine Exzedentenversicherung nachzuweisen. Die geforderten Nachweise sind mit dem Teilnahmeantrag einzureichen. Für den Nachweis genügt die Zusicherung des Bewerbers zum Abschluss dieser Versicherung im Auftragsfall in Verbindung mit einer schriftlichen Zusicherung des Haftpflichtversicherers über die Möglichkeit des Abschlusses einer entsprechenden Versicherung in der geforderten Höhe.
Im Falle einer Beauftragung einer Arbeits- /Bietergemeinschaft haftet jedes Mitglied gesamtschuldnerisch.
III.1.3.
Technical and professional ability
List and brief description of selection criteria:
1. Tabellarische Liste, in der die zur Leistungserbringung vorgesehenen Personen namentlich genannt und unter Nennung der jeweiligen Befähigung zur Berufsausübung aufgeführt werden. Diese ist auf Verlangen durch Vorlage von Berufszulassungsurkunden bzw. Studiennachweisen oder sonstigen vergleichbaren Belegen nachzuweisen (§ 46 Abs. 3 Nr. 6 VgV).
2. Erläuterung, aus der die Anzahl der Beschäftigten und deren Ausbildung der letzten 3 Jahre (Führungspersonal, Architekten, Ingenieure, Techniker etc.) hervorgeht (§ 46 Abs. 3 Nr. 2 VgV).
3. Will sich der Bewerber/Bieter bei der Leistungserbringung eines Dritten bedienen, sind die Auskünfte auf Verlangen der Vergabestelle auch vom Dritten abzugeben.
Die Auskünfte sind mit dem Teilnahmeantrag zu erklären.
Minimum level(s) of standards possibly required:
I. Minimum office size requirement:
The applicant must have at least the qualification of a completed university degree in civil engineering or landscape architecture with at least 5 years of professional experience in the planning and construction supervision of comparable open spaces with regard to the person of the planner and the building supervisor and must each have a representative of the same qualification. The required aptitude must be available by the deadline for submission of the request to participate.
.
Legal persons shall be admitted as contractors if they designate architects to carry out the task.
.
II. Minimum experience requirement of the candidate:
At least three reference properties for the open-air planning of comparable properties (recreational or green areas in/to urban or local locations) must be specified, which meet the following conditions:
.
- All references must include the planning and construction of comparable recreational or green areas in urban and local locations (costs of the cost group 500 at least EUR 100,000 net).
- For all references, at least the planning services (in each case at least performance phases 2-3, 5-6 and 8) must have been provided, whereby the completion of performance phase 8 must have taken place after 01.01.2016.
- A maximum of one of the references may still be in construction.
- At least one of the references must have costs of the cost group 500 of at least EUR 200,000 net.
.
For all references, the applicant must provide information on how the construction period and the construction costs have developed (comparison results of LPh 3, LPh 7 and after completion of LPh 8). Deviations between the project results and the cost estimate as well as the planned construction time at the time of award shall be justified.
For all references, the applicant must provide the name, address and contact details of the referrer.
III.2.
Conditions related to the contract
III.2.1.
Information about a particular profession
Execution of the service is reserved to a particular professionReference to the relevant law, regulation or administrative provision:
Authorised is anyone who is entitled to bear the professional title of architect/engineer under the architects' laws or engineering laws of the Länder, or who is entitled to work as an architect/engineer in the Federal Republic of Germany under the EC directives, in particular the directives for the mutual recognition of diplomas.
.
Legal persons shall be admitted as contractors if they designate architects or engineers to carry out the task.
III.2.2.
Contract performance conditions
The client shall apply the Land Tariff Compliance Act (LTTG) of Rhineland-Palatinate.
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.1.5.
Information about negotiation
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2.
Administrative information
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 06/09/2021 Local time: 12:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 23/09/2021
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
Duration in months: 2 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: no
VI.3.
Additional information
1. The application and award documents are only available digitally via the award platform. Any necessary changes to these documents or additional bidder information will also be communicated exclusively via the award platform. Registered applicants/tenderers will be informed about this automatically. It is therefore recommended to obtain the documents with registration. If application documents or tender documents are downloaded anonymously, the information on the timeliness of these documents is the sole responsibility of the unregistered applicant/tenderer.
2. With regard to the information requested on the fulfilment of the conditions of participation, a request for participation is available as a form to be used by candidates. The use of the form is recommended for the preparation of the request to participate, depending on the content of the EU notice.
3. Requests from candidates/tenderers will only be received in text form via the award platform, by e-mail or fax from the contact point referred to in point I.3) and will only be answered by the awarding authority in text form via the award platform. Requests should be made no later than 10 days before the deadline for submission of requests to participate or tenders.
4. The invitations to the negotiation meeting and the information and rejection letters pursuant to § 134 GWB are generally sent via the award platform; the awarding authority reserves the right to send them by fax. In the case of the application of a consortium of work/tenderers from several offices, the contracting authority will correspond with the applicant using the contact details of the authorised representative provided by the applicant.
5. Additional information or other correspondence from the awarding authority is generally provided via the awarding platform.
6. Requests to participate and tenders must be submitted electronically in text form via the tendering platform indicated under I.3, together with the required declarations and supporting documents, by the closing date for submission of tenders.
7. The submission of written requests to participate and/or tenders (in paper form) is not permitted.
Announcement ID: CXP4YJVRMZR
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: Vergabekammer Rheinland-Pfalz beim Ministerium für Wirtschaft, Verkehr, Landwirtschaft und Weinbau Rheinland-Pfalz
Postal address: Stiftstraße 9
Town: Mainz
Postal code: 55116
Country: Germany
E-mail: vergabekammer.rlp@mwvlw.rlp.de
Telephone: +49 6131162234
Fax: +49 6131162113
VI.4.3.
Review procedure
Precise information on deadline(s) for review procedures:
Von Bietern erkannte Verstöße der vergebenden Stelle gegen das geltende Vergaberecht hat der Bieter bei der vergebenden Stelle gemäß den Fristen des § 160 Abs. 3 GWB elektronisch in Textform über die Vergabeplattform zu rügen. Erklärt die vergebende Stelle, dass sie einer Rüge nicht abhelfen will, hat der Bieter binnen einer Frist von 15 Tagen bei der unter VI. 4.1) genannten Stelle einen Nachprüfungsantrag zustellen.
VI.4.4.
Service from which information about the review procedure may be obtained
Official name: Vergabekammer Rheinland-Pfalz beim Ministerium für Wirtschaft, Verkehr, Landwirtschaft und Weinbau Rheinland-Pfalz
Postal address: Stiftstraße 9
Town: Mainz
Postal code: 55116
Country: Germany
E-mail: vergabekammer.rlp@mwvlw.rlp.de
Telephone: +49 6131162234
Fax: +49 6131162113
VI.5.
Date of dispatch of this notice
06/08/2021