Subsea Inspection

Lot 1: Periodic Subsea Inspections - Offshore Wind Farms in the Baltic Sea Lot 1 covers the periodic subsea inspections for the Offshore Wind Farms Baltic 1 (B1) and Baltic 2 (B2). The scope includes visual and functional inspections of underwater support structures of the wind turbine generators (WTG) and …

CPV: 63726620 Kaugjuhitavate sukelaparaatide teenused, 71730000 Tööstuse ülevaatusteenused, 79961320 Allveefotograafia teenused, 76521000 Merel asuvate seadmete teenused
Täitmise koht:
Subsea Inspection
Auhindade andmise asutus:
EnBW Energie Baden-Württemberg AG
Auhinna number:
EnBW-2025-0051

1. Buyer

1.1 Buyer

Official name : EnBW Energie Baden-Württemberg AG
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Subsea Inspection
Description : Lot 1: Periodic Subsea Inspections - Offshore Wind Farms in the Baltic Sea Lot 1 covers the periodic subsea inspections for the Offshore Wind Farms Baltic 1 (B1) and Baltic 2 (B2). The scope includes visual and functional inspections of underwater support structures of the wind turbine generators (WTG) and offshore substations (OSS). All inspections shall be performed in accordance with the applicable standards of the Bundesamt für Seeschifffahrt und Hydrographie (BSH) and the respective wind farm-specific inspection plans. In B1, all 21 WTGs and the OSS shall be inspected every four years. The next scheduled campaign is planned for 2027. In B2, 20 WTGs shall be inspected annually (25% scope), with both jacket and monopile foundations to be covered. The OSS in B2 is subject to a four-year inspection cycle. The inspections may involve either full visual and functional checks or reduced general visual inspections (GVI). Bidders shall submit fixed lump sum prices for both options. The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as remotely operated vehicles (ROV). All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections. A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes. Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works. In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs. Lot 2: Periodic Subsea Inspections - Offshore Wind Farms in the North Sea Lot 2 covers the periodic subsea inspections for the offshore wind farms Hohe See (HS), Albatros (ALB), and He Dreiht (HD). The scope includes visual and functional inspections of underwater support structures of WTGs and OSSs. All inspections shall be performed in accordance with the applicable standards of the BSH and the respective wind farm-specific inspection plans. In HS and ALB, 21 to 22 WTGs shall be inspected annually (25% scope). The OSS in each wind farm is subject to a four-year inspection cycle. In HD, which is currently under construction, 16 WTGs shall be inspected annually (25% scope). The inspection scope is based on applicable standards and is expected to be updated as the project progresses. The inspections may involve either full visual and functional checks or reduced GVI. Bidders shall submit fixed lump sum prices for both options. The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as ROVs. All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections. A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes. Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works. In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs.
Procedure identifier : 200d1a58-15fb-4586-b8f4-011311d77f0b
Internal identifier : EnBW-2025-0051
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 ): 63726620 ROV services
Additional classification ( cpv ): 71730000 Industrial inspection services
Additional classification ( cpv ): 79961320 Underwater photography services
Additional classification ( cpv ): 76521000 Offshore installation services

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Maximum value of the framework agreement : 6 000 000 Euro

2.1.4 General information

Additional information : All information on the eligibility criteria required in this tendering procedure can be found at the following direct link: https://www.tender24.de/NetServer/SelectionCriteria/54321-Tender-1983243017d-36ea93bb8fb39cdc
Legal basis :
Directive 2014/25/EU
sektvo -

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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 including other forms of trafficking in human beings :
Insolvency :
Breaching of obligations in the fields of labour law :
Assets being administered by liquidator :
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 :
Grave professional misconduct :
Early termination, damages, or other comparable sanctions :
Breaching of obligations in the fields of social law :
Breaching obligation relating to payment of social security contributions :
Business activities are suspended :
Breaching obligation relating to payment of taxes :
Terrorist offences or offences linked to terrorist activities :

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Periodic Subsea Inspections - Offshore Wind Farms in the Baltic Sea
Description : Lot 1: Periodic Subsea Inspections - Offshore Wind Farms in the Baltic Sea Lot 1 covers the periodic subsea inspections for the Offshore Wind Farms Baltic 1 (B1) and Baltic 2 (B2). The scope includes visual and functional inspections of underwater support structures of the wind turbine generators (WTG) and offshore substations (OSS). All inspections shall be performed in accordance with the applicable standards of the Bundesamt für Seeschifffahrt und Hydrographie (BSH) and the respective wind farm-specific inspection plans. In B1, all 21 WTGs and the OSS shall be inspected every four years. The next scheduled campaign is planned for 2027. In B2, 20 WTGs shall be inspected annually (25% scope), with both jacket and monopile foundations to be covered. The OSS in B2 is subject to a four-year inspection cycle. The inspections may involve either full visual and functional checks or reduced general visual inspections (GVI). Bidders shall submit fixed lump sum prices for both options. The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as remotely operated vehicles (ROV). All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections. A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes. Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works. In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs.
Internal identifier : LOT-0001

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63726620 ROV services
Additional classification ( cpv ): 71730000 Industrial inspection services
Additional classification ( cpv ): 79961320 Underwater photography services
Additional classification ( cpv ): 76521000 Offshore installation services
Options :
Description of the options : The contracting entity reserves the right to unilaterally extend the contract three times, each time for 12 months.

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2026
Duration end date : 31/03/2031

5.1.4 Renewal

Maximum renewals : 3

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
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) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Compliance to Contract
Description : Contract deviations
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : ROV Specification
Description : Suitability of proposed ROV(s): - Appropriate ROV type/classification - ROV weight (kg)/dimensions (m) - ROV thruster speed suitable for currents - ROV justified and demonstrates experience in executing similar work - ROV capable of performing in a variety of environmental conditions - Operational limits are reasonable (e.g. for L&R) - Max ROV payload suitable for carrying required tooling
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : ROV Routine Basic
Description : Suitability of proposed methods and tooling to perform scope of work: - General Visual Inspection (GVI) - Close Visual Inspection (CVI) - Ultrasonic Wall Thickness Measurement (UT) - Marine Growth (MG) Measurement - Cathodic Protection (CP) Potential Measurement - Reference-based Measurement of Cable Protection System (CPS) and Scour - MG Cleaning to CSWIP Grade SA 2½
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : ROV Routine Enhanced
Description : Capabilities beyond scheduled works: - Subject Matter Expert (e.g. CP) - Continuous improvement of inspection execution - Additional inspection methods (e.g. 3D anode scanning) - Custom inspection solutions to address unexpected requirements
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : ROV Personnel
Description : Review of provided personnel qualifications: - Organigrams, CVs and competency matrices for key roles - Verification of personnel information (e.g. required qualifications and training records)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : ROV Project Management
Description : Review of provided project management qualifications: - Document management system - Monitoring of progress during mobilisation and execution - Post-execution quality and reporting - Strong evidence of experience through submission of supporting documentation (e.g. RAMS or inspection reports) - Suitable management system in place for provision of any critical tooling, equipment and materials - Robust back-office team to support offshore delivery team - Where subcontracted, clear selection process for subcontractors - Where subcontracted, clear management process for subcontractors
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Preis
Description : Total Cost of Ownership
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Address for submission : https://www.tender24.de
Languages in which tenders or requests to participate may be submitted : English, German
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 04/09/2025 15:00 +02:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : The contracting entity reserves the right to request additional documents at any stage of the tendering procedure to the extent permitted by law.
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 work must be carried out in accordance with EnBW's Supplier Code of Conduct. - The company and its representatives must not be listed on any sanctions or terrorism lists maintained by the EU, the UK, the US, or Canada. - The contractor must register in the client's purchasing system and process orders (ordering, communication, etc.) via this infrastructure.
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : 30 days net

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vergabekammer Baden-Württemberg
Information about review deadlines : (1) The public procurement tribunal shall initiate review proceedings only upon application. (2) Every undertaking that has an interest in the public contract or the concession and claims that its rights under Section 97(6) have been violated by non-compliance with the provisions governing the awarding of public contracts has the right to file an application. In doing so, the undertaking must show that it has been or risks being harmed by the alleged violation of public procurement provisions. (3) The application is inadmissible if 1. the applicant became aware of the claimed violation of public procurement provisions before filing the application for review, but did not complain to the contracting authority within a time limit of 10 calendar days; the expiry of the time limit under Section 134(2) remains unaffected, 2. violations of public procurement provisions which become apparent from the tender notice are not notified to the contracting authority by the end of the time limit for the application or the submission of a tender specified in the notice, 3. violations of public procurement provisions which only become apparent from the procurement documents are not notified to the contracting authority by the end of the time limit for the application or the submission of a tender specified in the notice, 4. more than 15 calendar days have expired since receipt of notification from the contracting entity that it is unwilling to redress the objection.
Organisation providing additional information about the procurement procedure : EnBW Energie Baden-Württemberg AG
Organisation receiving requests to participate : EnBW Energie Baden-Württemberg AG

5.1 Lot technical ID : LOT-0002

Title : Periodic Subsea Inspections - Offshore Wind Farms in the North Sea
Description : Lot 2: Periodic Subsea Inspections - Offshore Wind Farms in the North Sea Lot 2 covers the periodic subsea inspections for the offshore wind farms Hohe See (HS), Albatros (ALB), and He Dreiht (HD). The scope includes visual and functional inspections of underwater support structures of WTGs and OSSs. All inspections shall be performed in accordance with the applicable standards of the BSH and the respective wind farm-specific inspection plans. In HS and ALB, 21 to 22 WTGs shall be inspected annually (25% scope). The OSS in each wind farm is subject to a four-year inspection cycle. In HD, which is currently under construction, 16 WTGs shall be inspected annually (25% scope). The inspection scope is based on applicable standards and is expected to be updated as the project progresses. The inspections may involve either full visual and functional checks or reduced GVI. Bidders shall submit fixed lump sum prices for both options. The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as ROVs. All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections. A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes. Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works. In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs.
Internal identifier : LOT-0002

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71730000 Industrial inspection services
Additional classification ( cpv ): 63726620 ROV services
Additional classification ( cpv ): 79961320 Underwater photography services
Additional classification ( cpv ): 76521000 Offshore installation services
Additional classification ( cpv ): 71730000 Industrial inspection services
Options :
Description of the options : The contracting entity reserves the right to unilaterally extend the contract three times, each time for 12 months.

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2026
Duration end date : 31/03/2031

5.1.4 Renewal

Maximum renewals : 3

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
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) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Compliance to Contract
Description : Contract deviations
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : ROV Specifications
Description : Suitability of proposed ROV(s): - Appropriate ROV type/classification - ROV weight (kg)/dimensions (m) - ROV thruster speed suitable for currents - ROV justified and demonstrates experience in executing similar work - ROV capable of performing in a variety of environmental conditions - Operational limits are reasonable (e.g. for L&R) - Max ROV payload suitable for carrying required tooling
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : ROV Routine Basic
Description : Suitability of proposed methods and tooling to perform scope of work: - General Visual Inspection (GVI) - Close Visual Inspection (CVI) - Ultrasonic Wall Thickness Measurement (UT) - Marine Growth (MG) Measurement - Cathodic Protection (CP) Potential Measurement - Reference-based Measurement of Cable Protection System (CPS) and Scour - MG Cleaning to CSWIP Grade SA 2½
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : ROV Routine Enhanced
Description : Capabilities beyond scheduled works: - Subject Matter Expert (e.g. CP) - Continuous improvement of inspection execution - Additional inspection methods (e.g. 3D anode scanning) - Custom inspection solutions to address unexpected requirements
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : ROV Personnel
Description : Review of provided personnel qualifications: - Organigrams, CVs and competency matrices for key roles - Verification of personnel information (e.g. required qualifications and training records)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : ROV Project Management
Description : Review of provided project management qualifications: - Document management system - Monitoring of progress during mobilisation and execution - Post-execution quality and reporting - Strong evidence of experience through submission of supporting documentation (e.g. RAMS or inspection reports) - Suitable management system in place for provision of any critical tooling, equipment and materials - Robust back-office team to support offshore delivery team - Where subcontracted, clear selection process for subcontractors - Where subcontracted, clear management process for subcontractors
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Preis
Description : Total Cost of Ownership
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Address for submission : https://www.tender24.de
Languages in which tenders or requests to participate may be submitted : English, German
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 04/09/2025 15:00 +02:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : The contracting entity reserves the right to request additional documents at any stage of the tendering procedure to the extent permitted by law.
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 work must be carried out in accordance with EnBW's Supplier Code of Conduct. - The company and its representatives must not be listed on any sanctions or terrorism lists maintained by the EU, the UK, the US, or Canada. - The contractor must register in the client's purchasing system and process orders (ordering, communication, etc.) via this infrastructure.
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : 30 days net

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vergabekammer Baden-Württemberg
Information about review deadlines : (1) The public procurement tribunal shall initiate review proceedings only upon application. (2) Every undertaking that has an interest in the public contract or the concession and claims that its rights under Section 97(6) have been violated by non-compliance with the provisions governing the awarding of public contracts has the right to file an application. In doing so, the undertaking must show that it has been or risks being harmed by the alleged violation of public procurement provisions. (3) The application is inadmissible if 1. the applicant became aware of the claimed violation of public procurement provisions before filing the application for review, but did not complain to the contracting authority within a time limit of 10 calendar days; the expiry of the time limit under Section 134(2) remains unaffected, 2. violations of public procurement provisions which become apparent from the tender notice are not notified to the contracting authority by the end of the time limit for the application or the submission of a tender specified in the notice, 3. violations of public procurement provisions which only become apparent from the procurement documents are not notified to the contracting authority by the end of the time limit for the application or the submission of a tender specified in the notice, 4. more than 15 calendar days have expired since receipt of notification from the contracting entity that it is unwilling to redress the objection.
Organisation providing additional information about the procurement procedure : EnBW Energie Baden-Württemberg AG
Organisation receiving requests to participate : EnBW Energie Baden-Württemberg AG

8. Organisations

8.1 ORG-7001

Official name : EnBW Energie Baden-Württemberg AG
Registration number : DE812334050
Postal address : Durlacher Allee 93
Town : Karlsruhe
Postcode : 76131
Country subdivision (NUTS) : Karlsruhe, Stadtkreis ( DE122 )
Country : Germany
Telephone : 000
Internet address : https://www.enbw.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

8.1 ORG-7004

Official name : Vergabekammer Baden-Württemberg
Registration number : t:07219268730
Postal address : Durlacher Allee 100
Town : Karlsruhe
Postcode : 76137
Country subdivision (NUTS) : Karlsruhe, Stadtkreis ( DE122 )
Country : Germany
Telephone : +49 7219268730
Fax : +49 7219263985
Roles of this organisation :
Review organisation

8.1 ORG-7005

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 : 187aa30f-6489-4d68-a20f-b3f456f14332 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/08/2025 18:12 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00513548-2025
OJ S issue number : 149/2025
Publication date : 06/08/2025