SMART Joint Services (Jointing) on offshore AC-Systems

The client has had a universal seawater repair joint (SMART Joint) developed and built. In order to be able to use this for repairs in the event of a cable fault in an AC submarine cable, the client still needs qualified persons who can install it. For this purpose, a …

CPV: 50800000 Miscellaneous repair and maintenance services, 65300000 Electricity distribution and related services
Place of execution:
SMART Joint Services (Jointing) on offshore AC-Systems
Awarding body:
TenneT Offshore GmbH
Award number:
092c26c4-222d-4d77-9749-a04b94c9062d

1. Buyer

1.1 Buyer

Official name : TenneT Offshore GmbH
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : SMART Joint Services (Jointing) on offshore AC-Systems
Description : The client has had a universal seawater repair joint (SMART Joint) developed and built. In order to be able to use this for repairs in the event of a cable fault in an AC submarine cable, the client still needs qualified persons who can install it. For this purpose, a company with experience in this field is sought that can provide service personnel with appropriate jointing skills at defined response times at the request of the client. The contractor's jointing personnel will be trained in a two-week course to install the SMART Joint in accordance with the manufacturer's instructions in the event of a cable fault. For this reason, the participants in the tender are expected to have the appropriate knowledge and skills. AC cable systems — rated voltages up to 155 kV, — up to 80 km length Further detailed information on the services to be provided can be found in the specifications.  A non-disclosure agreement is to be concluded to protect the confidentiality of information provided by the client in the tender documents. For this purpose, please use the document "Annex 09 - NDA - SLA - SMART Joint Services" (Non Disclosure Agreement) provided for download and send the signed copy to the following e-mail address: carsten.heinrich@tennet.eu Applicants are permitted to send signed NDAs to the client at any time during the application process. Following a plausibility check, the contracting authority will grant the applicant access to the tender documents by sending the applicant an invitation email generated from Mercell for the aforementioned tender. The applicant also requires access to the tendering platform https://s2c.mercell.com , which is available via free registration on the platform.  The applicant cannot yet infer from the invitation to participate in the competition that the contracting authority certifies the applicant's suitability for further participation in the tender procedure. In this respect, the contracting authority will send separate invitations to tender to the bidders authorised for the tender procedure after the deadline for submitting requests to participate has expired.  The request to participate must be submitted in good time and at the latest by the participation request deadline of:                                               27. Okt. 2025 (Mo.), 12:00 GMT+01:00              must be received via the Mercell e-tendering platform. Individual deadline extensions will not be granted.  Notes on the submission of requests to participate: - Submission of the request to participate by post, e-mail or fax is not permitted. Failure to comply with this requirement may result in the exclusion of the request to participate. - Information or documents that are not in German or English must be accompanied by a qualified translation of the originals. - The awarding authority considers signatures for the call for tenders in digital form (e-signature or scan) and without a stamp or in text form in accordance with § 126 b BGB (German Civil Code) to be sufficient. - Please note all documents and information provided on Mercell as well as all information in the Procedure Guidelines.
Procedure identifier : eec1020c-b1e6-46fa-8868-cd5ba37eb154
Internal identifier : 092c26c4-222d-4d77-9749-a04b94c9062d
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 65300000 Electricity distribution and related services

2.1.2 Place of performance

Country : Germany
Anywhere in the given country
Additional information : North Sea - German Bight See documentation

2.1.3 Value

Estimated value excluding VAT : 1 Euro

2.1.4 General information

Additional information : The maximum quantity to be specified for these framework agreements (ECJ, judgment of 17 June 2021 – Case C-23/20 – ‘Simonsen & Weel’) is limited to eight (8) cable faults within the entire contract period, including the two (2) extension options. The client points out that the maximum quantity to be specified is a maximum value with regard to faults/malfunctions in the corresponding cables, the occurrence and frequency of which the client has no influence over. The contractor has no claim to the utilisation of the respective maximum quantities. *** The relevant contract language is German. All contractual notes must be entered in the German version of the contract. The German version of the service description is also binding. Both the English version of the contract and the English version of the service description are included in the tender documents for information purposes only. *** In the case of bidding groups/working groups/consortia, all members of the bidding group/working group/consortium must submit the information listed under ‘Participation’. The consortium leader must be clearly identified. *** The client reserves the right to negotiate with a maximum of four bidders. The selection of applicants who will be invited to negotiations after submission of bids will be based on the award criteria. *** The client is entitled to transfer all rights and obligations relating to the subject matter of the contract to a project company (special purpose vehicle/NewCo), regardless of whether third parties are already shareholders in this project company or will only become shareholders after the transfer of this contract. *** Detailed information on the deadlines for lodging appeals: Applicants/bidders must report violations of procurement regulations in accordance with the provisions of Section 160 (3) GWB. An application for review is inadmissible under Section 160(3) GWB if 1. the applicant recognised the alleged violation of procurement regulations before submitting the application for review and did not report it to the contracting authority within a period of ten calendar days; the expiry of the period under Section 134(2) GWB remains unaffected, 2. violations of procurement regulations that are apparent from the announcement are not reported to the contracting authority by the deadline for applications or submission of tenders specified in the announcement at the latest, 3. violations of procurement regulations that are only apparent in the procurement documents are not reported to the client by the deadline for applications or submission of bids at the latest, 4. more than 15 calendar days have passed since receipt of the client's notification that it does not intend to remedy a complaint. *** The award of the contract is subject to changes in the legal and/or regulatory framework, regulations and provisions applicable at the time of publication of this announcement. *** The framework agreement is concluded without minimum purchase quantities. The client is entitled to terminate the award procedure at any time in accordance with Section 57 of the German Sectoral Public Procurement Regulation (SektVO). Express reference is made to the deadline specified in Section 160(3)(4) of the German Act against Restraints of Competition (GWB). *** Within the scope of this tender, the client reserves the right, in the event of the initial successful bidder defaulting due to insolvency, to conclude the contract with the next highest bidder in the tendering process on the terms and conditions specified in the tender. This option was provided for in the tender documents and is based on Section 132(2)(1) and (4)(a) of the German Act against Restraints of Competition (GWB). ***
Legal basis :
Directive 2014/25/EU
sektvo -

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Fraud : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Money laundering or terrorist financing : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Child labour and including other forms of trafficking in human beings : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Participation in a criminal organisation : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Terrorist offences or offences linked to terrorist activities : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Breaching of obligations in the fields of environmental law : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Breaching of obligations in the fields of labour law : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Breaching of obligations in the fields of social law : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Agreements with other economic operators aimed at distorting competition : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Grave professional misconduct : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Conflict of interest due to its participation in the procurement procedure : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Direct or indirect involvement in the preparation of this procurement procedure : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Early termination, damages, or other comparable sanctions : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Breaching of obligations set under purely national exclusion grounds : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Breaching obligation relating to payment of social security contributions : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Breaching obligation relating to payment of taxes : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Business activities are suspended : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Insolvency : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Assets being administered by liquidator : Sections 123 and 124 of the Act against Restraints of Competition (GWB)
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Sections 123 and 124 of the Act against Restraints of Competition (GWB)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : SMART Joint Services (Jointing) on offshore AC-Systems
Description : The client has had a universal seawater repair joint (SMART Joint) developed and built. In order to be able to use this for repairs in the event of a cable fault in an AC submarine cable, the client still needs qualified persons who can install it. For this purpose, a company with experience in this field is sought that can provide service personnel with appropriate jointing skills at defined response times at the request of the client. The contractor's jointing personnel will be trained in a two-week course to install the SMART Joint in accordance with the manufacturer's instructions in the event of a cable fault. For this reason, the participants in the tender are expected to have the appropriate knowledge and skills. AC cable systems — rated voltages up to 155 kV, — up to 80 km length Further detailed information on the services to be provided can be found in the specifications.  A non-disclosure agreement is to be concluded to protect the confidentiality of information provided by the client in the tender documents. For this purpose, please use the document "Annex 09 - NDA - SLA - SMART Joint Services" (Non Disclosure Agreement) provided for download and send the signed copy to the following e-mail address: carsten.heinrich@tennet.eu Applicants are permitted to send signed NDAs to the client at any time during the application process. Following a plausibility check, the contracting authority will grant the applicant access to the tender documents by sending the applicant an invitation email generated from Mercell for the aforementioned tender. The applicant also requires access to the tendering platform https://s2c.mercell.com , which is available via free registration on the platform.  The applicant cannot yet infer from the invitation to participate in the competition that the contracting authority certifies the applicant's suitability for further participation in the tender procedure. In this respect, the contracting authority will send separate invitations to tender to the bidders authorised for the tender procedure after the deadline for submitting requests to participate has expired.  The request to participate must be submitted in good time and at the latest by the participation request deadline of:                                               27. Okt. 2025 (Mo.), 12:00 GMT+01:00              must be received via the Mercell e-tendering platform. Individual deadline extensions will not be granted.  Notes on the submission of requests to participate: - Submission of the request to participate by post, e-mail or fax is not permitted. Failure to comply with this requirement may result in the exclusion of the request to participate. - Information or documents that are not in German or English must be accompanied by a qualified translation of the originals. - The awarding authority considers signatures for the call for tenders in digital form (e-signature or scan) and without a stamp or in text form in accordance with § 126 b BGB (German Civil Code) to be sufficient. - Please note all documents and information provided on Mercell as well as all information in the Procedure Guidelines.
Internal identifier : 6bece11f-9f28-4263-9cb7-e1a7c83e39a4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 65300000 Electricity distribution and related services

5.1.2 Place of performance

Country : Germany
Anywhere in the given country
Additional information : North Sea - German Bight See documentation

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : After expiry of the above-agreed period of 3 years, the Client shall have the unilateral option to extend the framework agreement for a further 3 years (first extension option). In the event of a planned extension, the Client shall inform the Contractor of the planned extension at least 6 months before expiry of the agreement. In addition, the contract may be extended unilaterally by the Client for a further 2 years (second extension option). In the event of the planned use of the second extension option, the Client shall inform the Contractor of the planned extension at least 6 months before the expiry of the contract.

5.1.5 Value

Estimated value excluding VAT : 1 Euro
Maximum value of the framework agreement : 0 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : #Besonders auch geeignet für:selbst# *** The maximum quantity to be specified for these framework agreements (ECJ, judgment of 17 June 2021 – Case C-23/20 – ‘Simonsen & Weel’) is limited to eight (8) cable faults within the entire contract period, including the two (2) extension options. The client points out that the maximum quantity to be specified is a maximum value with regard to faults/malfunctions in the corresponding cables, the occurrence and frequency of which the client has no influence over. The contractor has no claim to the utilisation of the respective maximum quantities. *** The relevant contract language is German. All contractual notes must be entered in the German version of the contract. The German version of the service description is also binding. Both the English version of the contract and the English version of the service description are included in the tender documents for information purposes only. *** In the case of bidding groups/working groups/consortia, all members of the bidding group/working group/consortium must submit the information listed under ‘Participation’. The consortium leader must be clearly identified. *** The client reserves the right to negotiate with a maximum of four bidders. The selection of applicants who will be invited to negotiations after submission of bids will be based on the award criteria. *** The client is entitled to transfer all rights and obligations relating to the subject matter of the contract to a project company (special purpose vehicle/NewCo), regardless of whether third parties are already shareholders in this project company or will only become shareholders after the transfer of this contract. *** Detailed information on the deadlines for lodging appeals: Applicants/bidders must report violations of procurement regulations in accordance with the provisions of Section 160 (3) GWB. An application for review is inadmissible under Section 160(3) GWB if 1. the applicant recognised the alleged violation of procurement regulations before submitting the application for review and did not report it to the contracting authority within a period of ten calendar days; the expiry of the period under Section 134(2) GWB remains unaffected, 2. violations of procurement regulations that are apparent from the announcement are not reported to the contracting authority by the deadline for applications or submission of tenders specified in the announcement at the latest, 3. violations of procurement regulations that are only apparent in the procurement documents are not reported to the client by the deadline for applications or submission of bids at the latest, 4. more than 15 calendar days have passed since receipt of the client's notification that it does not intend to remedy a complaint. *** The award of the contract is subject to changes in the legal and/or regulatory framework, regulations and provisions applicable at the time of publication of this announcement. *** The framework agreement is concluded without minimum purchase quantities. The client is entitled to terminate the award procedure at any time in accordance with Section 57 of the German Sectoral Public Procurement Regulation (SektVO). Express reference is made to the deadline specified in Section 160(3)(4) of the German Act against Restraints of Competition (GWB). *** Within the scope of this tender, the client reserves the right, in the event of the initial successful bidder defaulting due to insolvency, to conclude the contract with the next highest bidder in the tendering process on the terms and conditions specified in the tender. This option was provided for in the tender documents and is based on Section 132(2)(1) and (4)(a) of the German Act against Restraints of Competition (GWB). ***

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Current extract from the commercial register or, in the case of foreign companies, comparable information (not older than 3 months from the date of submission of the application to participate). In the case of a consortium of applicants, each member must submit the relevant extract from the commercial register.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : General yearly turnover
Description : Proof of economic and financial performance must be provided by submitting the annual reports for the last 3 years. In particular, proof must be provided that the annual turnover was at least EUR 2,000,000.00 in each case.  In the case of a consortium, the aforementioned turnover refers to the cumulative turnover of the consortium partners, whereby the total turnover of the group applies to each individual bidder or consortium partner in the case of group integration, provided that the bidder or consortium partner is wholly owned by the group parent company.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Insurance Proof of a standard commercial general liability insurance policy with the following minimum cover: - to cover all possible third-party claims arising from legal and, as far as possible, contractual liability, with a minimum coverage of EUR 3,000,000.00 per claim, two times in the annual aggregate, for personal injury, property damage, and (consequential) financial loss. - Professional liability insurance with sufficient coverage, however, at least EUR 1,500,000.00 - Environmental liability/damage insurance with a minimum coverage of EUR 3,000,000.00 per claim
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : References Proof of experience in the field of the services to be awarded must be provided by the indication of at least 3 suitable reference orders within the last 3 years (2022 - today), which are comparable to the service to be awarded in terms of type and difficulty.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Technicians or technical bodies to carry out the work
Description : Please indicate the number of your permanent employed jointers. Definition: A permanent employed jointer has a permanent employment contract and has already completed any preliminary probationary period. The minimum number of permanent employees required to participate in this tender is 10.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Measures for ensuring quality
Description : Availability of an on-call service. Proof of an existing on-call service, including flow chart and alert plan.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Measures for ensuring quality
Description : Proof of qualification for splicing fibre optic cables.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The tender with the lowest tender price will be ranked 1.00. Any tender that exceeds 2 times the lowest tender price is ranked last, whereby this always corresponds to the number of tenders submitted and evaluated. The evaluation for the bid prices in between is carried out using linear interpolation with up to two decimal places.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Technical concept
Description : The results of the negotiations within the framework of the award procedure are evaluated with regard to the final concept submitted by the bidders in terms of the overall service design in all areas required by the client. The results of the negotiations will be evaluated comparatively.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Contract
Description : The results of negotiations within the framework of the award procedure are evaluated with regard to the final distribution of contractual risks to the detriment of the client in comparison to the client's draft. If there are no specifications from the client (in the case of contractual penalties, etc.), the results of the negotiations are evaluated comparatively.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : German
Deadline for requesting additional information : 20/10/2025 10:00 +00:00
Address of the procurement documents : https://s2c.mercell.com/today/131389

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : German, English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 27/10/2025 11:00 +00:00
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 : As stated in section 3.4 of the procedural guidelines, the contracting authority (TenneT Offshore GmbH ("TenneT")) may, in accordance with the principles of transparency and equal treatment, require applicants to submit, complete or correct missing, incomplete or incorrect business-related documents, in particular self-declarations, declarations, certificates or other evidence (Section 51(2) SektVO). At TenneT's request, the relevant documents must be submitted by the applicants within a (reasonable) period set by TenneT. The decision to request further information is at TenneT's sole discretion. Applications for participation that do not contain the required documents will be excluded from the tendering procedure.
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 : See tender documentation
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Signing a confidentiality agreement is a prerequisite for obtaining access to the tender documents (in accordance with Section 9(3) sentence 1 of the SektVO).
Financial arrangement : See tender documentation

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Vergabekammer Nordbayern
Review organisation : Vergabekammer Nordbayern
Organisation providing additional information about the procurement procedure : TenneT Offshore GmbH
Organisation providing more information on the review procedures : Vergabekammer Nordbayern

8. Organisations

8.1 ORG-0001

Official name : TenneT Offshore GmbH
Registration number : HRB 4516
Postal address : Bernecker Straße 70
Town : Bayreuth
Postcode : 95448
Country subdivision (NUTS) : Bayreuth, Kreisfreie Stadt ( DE242 )
Country : Germany
Contact point : Carsten Heinrich
Telephone : +4915158065294
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Vergabekammer Nordbayern
Registration number : DE 811 335 517
Postal address : Postfach 606
Town : Ansbach
Postcode : 91511
Country subdivision (NUTS) : Bayreuth, Kreisfreie Stadt ( DE242 )
Country : Germany
Telephone : +49 981531277
Fax : +49 981531837
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

8.1 ORG-0003

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
Telephone : +49228996100
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 700cae55-7d18-4e74-83f5-caa8ae558f8e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/09/2025 08:54 +00:00
Notice dispatch date (eSender) : 25/09/2025 15:19 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00636001-2025
OJ S issue number : 186/2025
Publication date : 29/09/2025