Tender Details
Title

Germany – Joinery work – Telefonboxen / Neues Rathaus Langenhagen Place of performance: Germany,Region Hannover Main nature of the contract: Works Official name: Stadt Langenhagen Type of procedure: Open Germany – Joinery work – Telephone boxes / Neues Rathaus Langenhagen Place of performance: Germany,Region Hannover Main nature of the contract: Works Official name: Stadt Langenhagen Type of procedure: Open

Country
Language
German
Organization
Published Date
24.10.2024
Deadline Date
26.11.2024
Overview
648120-2024 - Competition Competition Germany: Joinery work Telefonboxen / Neues Rathaus Langenhagen Germany, Region Hannover (DE929) Langenhagen Type of procedure: Open Buyer Buyer: Stadt Langenhagen Email: ulrike.deimel@langenhagen.de Germany, Region Hannover (DE929), Langenhagen LOT-0001: Telefonboxen / Neues Rathaus Langenhagen Joinery work Germany, Region Hannover (DE929) Langenhagen Start date: 31/03/2025 Duration end date: 01/08/2025 Deadline for receipt of tenders: 26/11/2024 - 09:29:00 (UTC+1) 648120-2024 - Competition Germany – Joinery work – Telefonboxen / Neues Rathaus Langenhagen OJ S 208/2024 24/10/2024 Contract or concession notice – standard regime Works 1. Buyer 1.1. Buyer Official name: Stadt Langenhagen Email: ulrike.deimel@langenhagen.de Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Telefonboxen / Neues Rathaus Langenhagen Description: Das Projekt "Neues Rathaus Langenhagen" umfasst die Erweiterung und die Sanierung des bestehenden Rathauses in Langenhagen. Der Bestandsbau wird hinsichtlich seiner tragenden Struktur und der Fassade erhalten und im Innenraum an die neuen räumlichen Ansprüche angepasst. Der Bereich des bestehenden Ratssaals mit dazugehörigem Foyer, Sitzungssälen und Tiefgarage wird abgebrochen. Der 5-geschossige Erweiterungsneubau entsteht auf dem zum Bestandsgebäude angrenzenden Teilstück an der Konrad-Adenauer-Straße und schließt im Bereich des abzubrechenden Ratssaalfoyers über zwei Geschosse an den Bestandsbau an. Die neue Tiefgarage wird über zwei Zugänge (nord- und südseitig) an den Bestandskeller angebunden. Die maximale geplante Gebäudehöhe des Neubaus beträgt 18,55 m. Somit ist das Bauvorhaben ein Sonderbau in der Gebäudeklasse 5. Für das Bauvorhaben werden 153 Stellplätze errichtet. 28 Stellplätze davon befinden sich auf dem Parkplatz des östlichen Vorplatzes, 125 Stellplätze werden in der Tiefgarage untergebracht. Das Bauvorhaben wird in zwei Bauabschnitten realisiert: In einem ersten Bauabschnitt wird der Neubauteil errichtet. Nach Fertigstellung und Bezug des Anbaus wird anschließend das Bestandsgebäude saniert. Procedure identifier: db129426-c180-4ded-88a1-d74e68dd65ee Internal identifier: VE 383.01 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45421000 Joinery work Additional classification (cpv): 45421150 Non-metal joinery installation work, 45421150 Non-metal joinery installation work, 45421150 Non-metal joinery installation work, 45421141 Installation of partitioning, 45441000 Glazing work 2.1.2. Place of performance Postal address: Marktplatz 1 Town: Langenhagen Postcode: 30853 Country subdivision (NUTS): Region Hannover (DE929) Country: Germany 2.1.4. General information Additional information: Bekanntmachungs-ID: CXP4YJWH27Z Legal basis: Directive 2014/24/EU vob-a-eu - 2.1.6. Grounds for exclusion Purely national exclusion grounds: Analogous situation like bankruptcy under national law: Corruption: Participation in a criminal organisation: Agreements with other economic operators aimed at distorting competition: Breaching of obligations in the fields of environmental law: Money laundering or terrorist financing: Fraud: Child labour and other forms of trafficking in human beings: Insolvency: Breaching of obligations in the fields of labour law: Assets being administered by liquidator: Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Conflict of interest due to its participation in the procurement procedure: Direct or indirect involvement in the preparation of this procurement procedure: Guilty of grave professional misconduct: Early termination, damages or other comparable sanctions: Breaching of obligations in the fields of social law: Payment of social security contributions: Business activities are suspended: Payment of taxes: Terrorist offences or offences linked to terrorist activities: 5. Lot 5.1. Lot: LOT-0001 Title: Telefonboxen / Neues Rathaus Langenhagen Description: - 8-eckige Telefonboxen mit Grundrissabmessung ca. 220 x 220 cm, 18 St. Internal identifier: VE 383.01 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45421000 Joinery work Additional classification (cpv): 45421150 Non-metal joinery installation work, 45421150 Non-metal joinery installation work, 45421150 Non-metal joinery installation work, 45421141 Installation of partitioning, 45441000 Glazing work 5.1.2. Place of performance Postal address: Marktplatz 1 Town: Langenhagen Postcode: 30853 Country subdivision (NUTS): Region Hannover (DE929) Country: Germany 5.1.3. Estimated duration Start date: 31/03/2025 Duration end date: 01/08/2025 5.1.6. General information The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no 5.1.7. Strategic procurement Aim of strategic procurement: No strategic procurement 5.1.9. Selection criteria Criterion: Type: Suitability to pursue the professional activity Name: Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Description: Bieter, deren Angebote in die engere Wahl kommen, haben auf gesonderte Aufforderung der Vergabestelle die Gewerbeanmeldung, die Eintragung in die Handwerksrolle bzw. die Mitgliedschaft bei der Industrie- und Handelskammer nachzuweisen. Sofern es sich bei dem Bieter um eine juristischen Person, eine oHG oder KG handelt, ist außerdem ein aktueller Auszug aus dem Handelsregister oder vergleichbaren Registers des Herkunftslandes des Bieters vorzulegen. Criterion: Type: Economic and financial standing Description: Auflistung und kurze Beschreibung der Eignungskriterien: Der Bieter hat zum Nachweis seiner Eignung nach § 6a EU VOB/A folgende Anforderungen zu erfüllen: - Nachweis einer Betriebshaftpflichtversicherung über jeweils mindestens 5 Mio. EUR für Personen- und Sachschäden. Die Ersatzleistung der Versicherung muss mindestens das Zweifache der Deckungssumme pro Jahr betragen. Eine projektbezogene Aufstockung bestehender Versicherungen des Bieters im Auftragsfall wird akzeptiert, ist jedoch mittels schriftlicher Versicherungsbestätigung mit dem Angebot nachzuweisen. - Angaben zu Insolvenzverfahren und Liquidation - Umsatzzahlen der letzten drei abgeschlossenen Geschäftsjahre (Eigenerklärung) - Unbedenklichkeitsbescheinigung der tariflichen Sozialkasse - Unbedenklichkeitsbescheinigung des Finanzamtes - Unbedenklichkeitsbescheinigungen der Sozialversicherungsträger - Freistellungsbescheinigung nach § 48b - Unbedenklichkeitsbescheinigung der Berufsgenossenschaft - Erklärung NTVergG (§ 4 Abs. 1 NTVergG) Der Eignungsnachweis kann entsprechend der gesetzlichen Vorgaben in Form von Eigenerklärungen (Präqualifikationsverzeichnis, Vorlage von Einzelnachweisen in Form von Eigenerklärungen) erbracht werden. Der Auftraggeber akzeptiert die Vorlage einer Einheitlichen Europäischen Eigenerklärung (EEE). Wenn dies zur angemessenen Durchführung des Verfahrens erforderlich ist, kann der Auftraggeber Bieter, die eine Eigenerklärung abgegeben haben jederzeit während des Vergabeverfahrens auffordern, sämtliche oder einen Teil der Nachweise beizubringen. Der Auftraggeber fordert in jedem Fall vor Zuschlagserteilung den Bieter, an den der Auftrag erteilt werden soll und der bislang nur eine Eigenerklärung als vorläufigen Nachweis vorgelegt hat, auf, die einschlägigen Nachweise unverzüglich beizubringen. Criterion: Type: Technical and professional ability Description: Der Bieter hat zum Nachweis seiner Eignung nach § 6a EU VOB/A folgende Anforderungen zu erfüllen: - Durchschnittliche Mitarbeiterzahlen der letzten drei abgeschlossenen Geschäftsjahre (Eigenerklärung), - Referenzen der letzten fünf abgeschlossenen Geschäftsjahre, die mit der zu vergebenden Leistung vergleichbar sind (Eigenerklärung). Der Eignungsnachweis kann entsprechend der gesetzlichen Vorgaben in Form von Eigenerklärungen (Präqualifikationsverzeichnis, Vorlage von Einzelnachweisen in Form von Eigenerklärungen) erbracht werden. Der Auftraggeber akzeptiert die Vorlage einer Einheitlichen Europäischen Eigenerklärung (EEE). Wenn dies zur angemessenen Durchführung des Verfahrens erforderlich ist, kann der Auftraggeber Bieter, die eine Eigenerklärung abgegeben haben jederzeit während des Vergabeverfahrens auffordern, sämtliche oder einen Teil der Nachweise beizubringen. Der Auftraggeber fordert in jedem Fall vor Zuschlagserteilung den Bieter, an den der Auftrag erteilt werden soll und der bislang nur eine Eigenerklärung als vorläufigen Nachweis vorgelegt hat, auf, die einschlägigen Nachweise unverzüglich beizubringen. Auf die Möglichkeit der Eignungsleihe gemäß § 6d EU VOB/A - auch bei Bietergemeinschaften - wird hingewiesen. Bietergemeinschaften sind zugelassen. Bietergemeinschaften haben mit dem Angebot die Erklärung über die Bildung einer Bieter-/Arbeitsgemeinschaft vorzulegen (VHB-Formular 234). 5.1.10. Award criteria Criterion: Type: Price Name: Niedrigster Preis Description: Niedrigster Preis Description of the method to be used if weighting cannot be expressed by criteria: Niedrigster Preis 5.1.11. Procurement documents Languages in which the procurement documents are officially available: German Deadline for requesting additional information: 19/11/2024 00:00:00 (UTC+1) Address of the procurement documents: https://www.dtvp.de/Satellite/notice/CXP4YJWH27Z/documents Ad hoc communication channel: URL: https://www.dtvp.de/Satellite/notice/CXP4YJWH27Z 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.dtvp.de/Satellite/notice/CXP4YJWH27Z Languages in which tenders or requests to participate may be submitted: German Electronic catalogue: Not allowed Variants: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 26/11/2024 09:29:00 (UTC+1) Deadline until which the tender must remain valid: 2 Months Information that can be supplemented after the submission deadline: At the discretion of the buyer, some missing tenderer-related documents may be submitted later. Additional information: Fehlende Unterlagen, deren Vorlage mit dem Angebot gefordert war, werden nachgefordert. Information about public opening: Opening date: 26/11/2024 09:30:00 (UTC+1) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: Es gilt das NTVergG Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no Information about review deadlines: Dazu wird auf die Vorschriften der §§ 160 ff. GWB verwiesen. Hierbei gilt nach § 160 Abs. 3 S.1 Nr. 4 GWB insbesondere: Der Antrag ist unzulässig, soweit: 1. Der Antragsteller den geltend gemachten Verstoß gegen Vergabevorschriften vor Einreichen des Nachprüfungsantrags erkannt und gegenüber dem Auftraggeber nicht innerhalb einer Frist von zehn Kalendertagen gerügt hat; der Ablauf der Frist nach § 134 Absatz 2 bleibt unberührt, 2. Verstöße gegen Vergabevorschriften, die aufgrund der Bekanntmachung erkennbar sind, nicht spätestens bis zum Ablauf der in der Bekanntmachung benannten Frist zur Bewerbung oder Angebotsabgabe gegenüber dem Auftraggeber gerügt werden, 3. Verstöße gegen Vergabevorschriften, die erst in den Vergabeunterlagen erkennbar sind, nicht spätestens bis zum Ablauf der Frist zur Bewerbung oder zur Angebotsabgabe gegenüber dem Auftraggeber gerügt werden, 4. mehr als 15 Kalendertage nach Eingang der Mitteilung des Auftraggebers, einer Rüge nicht abhelfen zu wollen, vergangen sind. Satz 1 gilt nicht bei einem Antrag auf Feststellung der Unwirksamkeit des Vertrags nach§ 135 Absatz 1 Nummer 2. § 134 Absatz 1 Satz 2 bleibt unberührt. 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Vergabekammer Niedersachsen beim Nds. Ministerium für Wirtschaft, Arbeit, Verkehr und Digitalisierung Organisation providing additional information about the procurement procedure: CONSTRATA Ingenieur-Gesellschaft mbH Organisation providing more information on the review procedures: Vergabekammer Niedersachsen beim Nds. Ministerium für Wirtschaft, Arbeit, Verkehr und Digitalisierung TED eSender: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI) 8. Organisations 8.1. ORG-0001 Official name: Stadt Langenhagen Registration number: 032410010010-0-90 Postal address: Marktplatz 1 Town: Langenhagen Postcode: 30853 Country subdivision (NUTS): Region Hannover (DE929) Country: Germany Contact point: Frau Ulrike Deimel Email: ulrike.deimel@langenhagen.de Telephone: +49 511-73076517 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: CONSTRATA Ingenieur-Gesellschaft mbH Registration number: DE 124 007 452 Postal address: Beckheide 1 Town: Bielefeld Postcode: 33689 Country subdivision (NUTS): Bielefeld, Kreisfreie Stadt (DEA41) Country: Germany Contact point: Frau Alexandra Sandow Email: info@constrata.de Telephone: +49 5205-87955-13 Roles of this organisation: Organisation providing additional information about the procurement procedure 8.1. ORG-0003 Official name: Vergabekammer Niedersachsen beim Nds. Ministerium für Wirtschaft, Arbeit, Verkehr und Digitalisierung Registration number: t:04131153308 Postal address: Auf der Hude 2 Town: Lüneburg Postcode: 21339 Country subdivision (NUTS): Lüneburg, Landkreis (DE935) Country: Germany Email: vergabekammer@mw.niedersachsen.de Telephone: +49 4131-152943 Roles of this organisation: Review organisation Organisation providing more information on the review procedures 8.1. ORG-0004 Official name: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI) Registration number: 0204:994-DOEVD-83 Town: Bonn Postcode: 53119 Country subdivision (NUTS): Bonn, Kreisfreie Stadt (DEA22) Country: Germany Email: noreply.esender_hub@bescha.bund.de Telephone: +49228996100 Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: e89157f0-619b-499d-80d0-127976f36b73 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 22/10/2024 15:27:37 (UTC+2) Languages in which this notice is officially available: German 11.2. Publication information Notice publication number: 648120-2024 OJ S issue number: 208/2024 Publication date: 24/10/2024 Czech document download: https://ted.europa.eu/cs/notice/648120-2024/pdf Danish document download: https://ted.europa.eu/da/notice/648120-2024/pdf German document download: https://ted.europa.eu/de/notice/648120-2024/pdf Greek document download: https://ted.europa.eu/el/notice/648120-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/648120-2024/pdf English document download: https://ted.europa.eu/en/notice/648120-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/648120-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/648120-2024/pdf French document download: https://ted.europa.eu/fr/notice/648120-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/648120-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/648120-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/648120-2024/pdf Italian document download: https://ted.europa.eu/it/notice/648120-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/648120-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/648120-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/648120-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/648120-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/648120-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/648120-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/648120-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/648120-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/648120-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/648120-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/648120-2024/pdf 648120-2024 - Competition Competition Germany: Joinery work Telefonboxen / Neues Rathaus Langenhagen Germany, Region Hannover (DE929) Langenhagen Type of procedure: Open Buyer Buyer: Stadt Langenhagen Email: ulrike.deimel@langenhagen.de Germany, Region Hannover (DE929), Langenhagen LOT-0001: Telefonboxen / Neues Rathaus Langenhagen Joinery work Germany, Region Hannover (DE929) Langenhagen Start date: 31/03/2025 Duration end date: 01/08/2025 Deadline for receipt of tenders: 26/11/2024 - 09:29:00 (UTC+1) 648120-2024 - Competition Germany – Joinery work – Telefonboxen / Neues Rathaus Langenhagen OJ S 208/2024 24/10/2024 Contract or concession notice – standard regime Works 1. Buyer 1.1. Buyer Official name: Stadt Langenhagen Email: ulrike.deimel@langenhagen.de Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Telephone boxes / New Town Hall Langenhagen Description: The "New Town Hall Langenhagen" project includes the extension and renovation of the existing town hall in Langenhagen. The existing building will be retained in terms of its load-bearing structure and façade, and the interior will be adapted to the new spatial requirements. The area of ​​the existing council chamber with its foyer, meeting rooms and underground car park will be demolished. The 5-storey new extension will be built on the section adjacent to the existing building on Konrad-Adenauer-Strasse and will connect to the existing building over two floors in the area of ​​the council chamber foyer that is to be demolished. The new underground car park will be connected to the existing basement via two entrances (on the north and south sides). The maximum planned building height of the new building is 18.55 m. This makes the construction project a special building in building class 5. 153 parking spaces will be created for the construction project. 28 of these parking spaces are in the car park on the eastern forecourt, and 125 parking spaces will be in the underground car park. The construction project will be implemented in two construction phases: In a first construction phase, the new part will be constructed. After completion and occupancy of the extension, the existing building will then be renovated. Procedure identifier: db129426-c180-4ded-88a1-d74e68dd65ee Internal identifier: VE 383.01 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45421000 Joinery work Additional classification (cpv): 45421150 Non-metal joinery installation work, 45421150 Non-metal joinery installation work, 45421150 Non-metal joinery installation work, 45421141 Installation of partitioning, 45441000 Glazing work 2.1.2. Place of performance Postal address: Marktplatz 1 Town: Langenhagen Postcode: 30853 Country subdivision (NUTS): Region Hannover (DE929) Country: Germany 2.1.4. General information Additional information: Announcement ID: CXP4YJWH27Z Legal basis: Directive 2014/24/EU vob-a-eu - 2.1.6.Grounds for exclusion Purely national exclusion grounds: Analogous situation like bankruptcy under national law: Corruption: Participation in a criminal organization: Agreements with other economic operators aimed at distorting competition: Breaching of obligations in the fields of environmental law: Money laundering or terrorist financing: Fraud: Child labor and other forms of trafficking in human beings: Insolvency: Breaching of obligations in the fields of labor law: Assets being administered by liquidator: Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Conflict of interest due to its participation in the procurement procedure: Direct or indirect involvement in the preparation of this procurement procedure: Guilty of grave professional misconduct: Early termination, damages or other comparable sanctions: Breaching of obligations in the fields of social law: Payment of social security contributions: Business activities are suspended: Payment of taxes: Terrorist offenses or offenses linked to terrorist activities: 5. Lot 5.1. Lot: LOT-0001 Title: Telephone boxes / New Town Hall Langenhagen Description: - Octagonal telephone boxes with floor plan dimensions approx. 220 x 220 cm, 18 pieces. Internal identifier: VE 383.01 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45421000 Joinery work Additional classification (cpv): 45421150 Non-metal joinery installation work, 45421150 Non-metal joinery installation work, 45421150 Non-metal joinery installation work, 45421141 Installation of partitioning, 45441000 Glazing work 5.1.2. Place of performance Postal address: Marktplatz 1 Town: Langenhagen Postcode: 30853 Country subdivision (NUTS): Region Hannover (DE929) Country: Germany 5.1.3. Estimated duration Start date: 31/03/2025 Duration end date: 01/08/2025 5.1.6. General information The names and professional qualifications of the staff assigned to perform the contract must be given: Not required Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no 5.1.7. Strategic procurement Aim of strategic procurement: No strategic procurement 5.1.9. Selection criteria Criterion: Type: Suitability to pursue the professional activity Name: Befähigung zur Professional practice including requirements regarding registration in a professional or commercial register Description: Bidders whose offers are shortlisted must, upon separate request from the awarding authority, provide evidence of business registration, entry in the trade register or membership of the Chamber of Commerce and Industry. If the bidder is a legal entity, a general partnership or a limited partnership, a current extract from the commercial register or comparable register of the bidder's country of origin must also be submitted. Criterion: Type: Economic and financial standing Description:List and brief description of the eligibility criteria: The bidder must meet the following requirements to prove his suitability in accordance with Section 6a EU VOB/A: - Proof of business liability insurance for at least EUR 5 million each for personal injury and property damage. The insurance compensation must be at least twice the amount covered per year. A project-related increase in the bidder's existing insurance in the event of a contract being awarded is acceptable, but must be proven by means of a written confirmation of insurance with the offer. - Information on insolvency proceedings and liquidation - Sales figures for the last three completed financial years (self-declaration) - Certificate of clearance from the collective social security fund - Certificate of clearance from the tax office - Certificates of clearance from the social insurance providers - Exemption certificate according to Section 48b - Certificate of clearance from the professional association - NTVergG declaration (Section 4 Paragraph 1 NTVergG) Proof of suitability can be provided in accordance with the legal requirements in the form of self-declarations (prequalification list, submission of individual evidence in the form of self-declarations). The client accepts the submission of a Single European Self-Declaration (SEDE). If this is necessary for the appropriate implementation of the procedure, the client can request bidders who have submitted a self-declaration to provide all or part of the evidence at any time during the award procedure. In any case, before the contract is awarded, the client shall request the tenderer to whom the contract is to be awarded and who has so far only submitted a self-declaration as provisional evidence, to provide the relevant evidence immediately. Criterion: Type: Technical and professional ability Description: To prove his suitability in accordance with Section 6a EU VOB/A, the tenderer must meet the following requirements: - Average number of employees over the last three completed financial years (self-declaration), - References from the last five completed financial years that are comparable to the service to be awarded (self-declaration). Proof of suitability can be provided in the form of self-declarations (prequalification directory, submission of individual evidence in the form of self-declarations) in accordance with the statutory requirements. The client accepts the submission of a Single European Self-Declaration (SEDE). If this is necessary for the appropriate implementation of the procedure, the client can request tenderers who have submitted a self-declaration to provide all or part of the evidence at any time during the award procedure. In any case, before awarding the contract, the contracting authority shall request the tenderer to whom the contract is to be awarded and who has so far only submitted a self-declaration as provisional proof,the relevant evidence must be provided immediately. Attention is drawn to the possibility of a loan of suitability in accordance with Section 6d EU VOB/A - also for bidding consortiums. Bidding consortiums are permitted. Bidding consortiums must submit a declaration of the formation of a bidding/working consortium with their tender (VHB Form 234). 5.1.10. Award criteria Criterion: Type: Price Name: Lowest price Description: Lowest price Description of the method to be used if weighting cannot be expressed by criteria: Lowest price 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: German Deadline for requesting additional information: 19/11/2024 00:00:00 (UTC+1) Address of the procurement documents: https://www.dtvp.de/Satellite/notice/CXP4YJWH27Z/documents Ad hoc communication channel: URL: https://www.dtvp.de/Satellite/notice/CXP4YJWH27Z 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.dtvp.de/Satellite/notice/CXP4YJWH27Z Languages ​​in which tenders or requests to participate may be submitted: German Electronic catalog: Not allowed Variants: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 26/11/2024 09:29:00 (UTC+1) Deadline until which tender must remain valid: 2 Months Information that can be supplemented after the submission deadline: At the discretion of the buyer, some missing tenderer-related documents may be submitted later. Additional information: Missing documents that were required to be submitted with the offer will be requested later. Information about public opening: Opening date: 11/26/2024 9:30:00 (UTC+1) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: The NTVergG applies Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no Information about review deadlines: Reference is made to the provisions of Sections 160 ff. GWB. The following applies in particular according to Section 160 Paragraph 3 Sentence 1 No. 4 GWB: The application is inadmissible if: 1. The applicant recognized the alleged violation of procurement regulations before submitting the application for review and did not complain to the client within a period of ten calendar days; the expiry of the time limit pursuant to Section 134(2) remains unaffected, 2. violations of procurement regulations which are identifiable on the basis of the notice are not reported to the contracting authority by the expiry of the deadline for applications or tenders specified in the notice, 3. violations of procurement regulations which are only identifiable in the tender documents are not reported to the contracting authority by the expiry of the deadline for applications or tenders, 4.more than 15 calendar days have passed since receipt of the client’s notification that they do not wish to remedy a complaint. Sentence 1 does not apply to an application for a declaration that the contract is invalid in accordance with Section 135 Paragraph 1 Number 2. Section 134 Paragraph 1 Sentence 2 remains unaffected. 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Vergabekammer Niedersachsen beim Nds.ministerium für Wirtschaft, Arbeit, Verkehr und Digitalisierung Organisation providing additional information about the procurement procedure: CONSTRATA Ingenieur-Gesellschaft mbH Organisation providing more information on the review procedures: Vergabekammer Niedersachsen beim Nds.ministerium für Wirtschaft, Arbeit, Verkehr und Digitalisierung TED eSender: Datenservice Öffentlicher Einkauf (under the responsibility of the Procurement Office of the BMI) 8. Organisations 8.1. ORG-0001 Official name: Stadt Langenhagen Registration number: 032410010010-0-90 Postal address: Marktplatz 1 Town: Langenhagen Postcode: 30853 Country subdivision (NUTS): Region Hannover (DE929) Country: Germany Contact point: Frau Ulrike Deimel Email: ulrike.deimel@langenhagen.de Telephone: +49 511-73076517 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: CONSTRATA Ingenieur-Gesellschaft mbH Registration number: DE 124 007 452 Postal address: Beckheide 1 Town: Bielefeld Postcode: 33689 Country subdivision (NUTS): Bielefeld, Kreisfreie Stadt (DEA41) Country: Germany Contact point: Ms. Alexandra Sandow Email: info@constrata.de Telephone: +49 5205-87955-13 Roles of this organisation: Organisation providing additional information about the procurement procedure 8.1. ORG-0003 Official name: Vergabekammer Niedersachsen beim Nds. Ministry of Economic Affairs, Labour, Transport and Digitalisation Registration number: t:04131153308 Postal address: Auf der Hude 2 Town: Lüneburg Postcode: 21339 Country subdivision (NUTS): Lüneburg, Landkreis (DE935) Country: Germany Email: vergabekammer@mw.niedersachsen.de Telephone: +49 4131-152943 Roles of this organisation: Review organisation Organisation providing more information on the review procedures 8.1. ORG-0004 Official name: Data Service Public Purchasing (in responsibility of the Procurement Office of the BMI) Registration number: 0204:994-DOEVD-83 Town: Bonn Postcode: 53119 Country subdivision (NUTS): Bonn, Kreisfreie Stadt (DEA22) Country: Germany Email: noreply.esender_hub@bescha.bund.de Telephone: +49228996100 Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: e89157f0-619b-499d-80d0-127976f36b73 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 22/10/2024 15:27:37 (UTC+2) Languages ​​in which this notice is officially available: German 11.2.Publication information Notice publication number: 648120-2024 OJ S issue number: 208/2024 Publication date: 24/10/2024 Czech document download: https://ted.europa.eu/cs/notice/648120-2024/pdf Danish document download: https://ted.europa.eu/da/notice/648120-2024/pdf German document download: https://ted.europa.eu/de/notice/648120-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/648120-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/648120-2024/pdf English document download: https://ted. europa.eu/en/notice/648120-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/648120-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/648120-2024/pdf French document download: https:// ted.europa.eu/fr/notice/648120-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/648120-2024/pdf Croatian document download: https://ted.europa. eu/hr/notice/648120-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/648120-2024/pdf Italian document download: https://ted.europa.eu/it/ notice/648120-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/648120-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/648120-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/648120-2024/pdf Dutch document download: https:// ted.europa.eu/nl/notice/648120-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/648120-2024/pdf Portuguese document download: https://ted.europa. eu/pt/notice/648120-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/648120-2024/pdf Slovak document download: https://ted.europa.eu/sk/ notice/648120-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/648120-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/648120-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/648120-2024/pdfhttps://ted.europa.eu/lt/notice/648120-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/648120-2024/pdf Maltese document download: https:// ted.europa.eu/mt/notice/648120-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/648120-2024/pdf Polska document download: https://ted.europa. eu/pl/notice/648120-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/648120-2024/pdf Romanian document download: https://ted.europa.eu/ro/ notice/648120-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/648120-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/648120-2024/pdf Swedish document download: https:// ted.europa.eu/sv/notice/648120-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/648120-2024/pdfhttps://ted.europa.eu/lt/notice/648120-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/648120-2024/pdf Maltese document download: https:// ted.europa.eu/mt/notice/648120-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/648120-2024/pdf Polska document download: https://ted.europa. eu/pl/notice/648120-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/648120-2024/pdf Romanian document download: https://ted.europa.eu/ro/ notice/648120-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/648120-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/648120-2024/pdf Swedish document download: https:// ted.europa.eu/sv/notice/648120-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/648120-2024/pdf
NAICS
Business InformationT Showcase
CPVS
Works for complete or part construction and civil engineering work System, storage and content management software package System, storage and content management software development services
UNSPSC
Agents affecting water and electrolytes Economics Typesetting Parking lot
Regions
Europe Western Europe
Sectors
Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert