Bekanntmachung
Project Delivery & Application Management in Energy Trading EnBW-2025-0008
Contracting party and service provider | |
Buyer | Official name: EnBW Energie Baden-Württemberg AG Identification number: DE812334050 Internet address (URL): https://www.enbw.com Postal address: Durlacher Allee 93 Postcode / Town: 76131 Karlsruhe NUTS code: DE122 Country: Deutschland E-mail: m.maenz@enbw.com Telephone: +49 71128983673 Activity of the contracting authority: Mit Strom zusammenhängende Tätigkeiten |
Group leader: Yes Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers: No Central purchasing body acquiring supplies and/or services intended for other buyers: No |
Procedure | |
Purpose | |
Legal basis | Directive 2014/24/EU |
Description | Internal identifier: EnBW-2025-0008 Title: Project Delivery & Application Management in Energy Trading Description: Project Delivery & Application Management in Energy Trading Nature of the contract: Dienstleistungen |
Scope of the procurement |
Maximum value of the framework agreement excluding VAT (in euros): 139.000.000,00 EUR |
Main classification (CPV code) | |
CPV Code Main Body: 72260000-5 | |
Information on the place of performance |
Postcode / Town: 76131 Karlsruhe NUTS code: DE122 Country: Deutschland |
Tendering terms | |
Exclusion grounds |
Reason: Proceedings comparable to insolvency Description: Reason: Corruptibility, granting of advantages and bribery Description: Reason: Participation in a criminal organisation Description: Reason: Restrictive agreements Description: Reason: Breaching of obligations in the fields of environmental law Description: Reason: Money laundering or terrorist financing Description: Reason: Fraud or subsidy fraud Description: Reason: Child labour and other forms of trafficking in human beings Description: Reason: Insolvency Description: Reason: Breaching of obligations in the fields of labour law Description: Reason: Bankruptcy Description: Reason: Deception or undue interference with the procurement procedure Description: Reason: Conflict of interest Description: Reason: Distortion of competition due to prior version Description: Reason: Grave misconduct Description: Reason: Poor performance of a previous public contract Description: Reason: Violations of social obligations Description: Reason: Violations of obligations to pay social security contributions Description: Reason: Business activities are suspended Description: Reason: Violations of obligations to pay taxes or dutie Description: Reason: Formation of terrorist organisations Description: Reason: Purely national reasons for exclusion Description: All reasons for exclusion specified in Sections 123 and 124 GWB apply. |
Cross-border legislation | |
Procedure | Type of procedure: Verhandlungsverfahren mit Teilnahmewettbewerb |
Offers required for all lots: No | |
Additional information | Additional information: Maximum number of participants for offering phase: Lot 1: 7 Lot 2: 8 Lot 3: 7 Lot 4: 5 |
Lot distribution | |
Maximum number of lots | Maximum number of lots for which one tenderer can submit tenders: 4 Maximum number of lots for which contracts can be awarded to one tenderer: 4 |
Procurement information (general) | |
Procurement procedure | |
Previous notice on this procedure (prior information, ...) | |
Conditions of the auction | An electronic auction is conducted: No |
Procurement procedures | Framework agreement: Rahmenvereinbarung mit erneutem Aufruf zum Wettbewerb |
Information on the dynamic procurement system: Kein dynamisches Beschaffungssystem | |
Tendering terms | |
Selection criteria | |
Suitability for professional practice Description: Please see direct link to document with eligibility criteria. The criteria are used to select the candidates to be invited to the second phase of the procedure: Yes Economic and financial capacity Description: Please see direct link to document with eligibility criteria. The criteria are used to select the candidates to be invited to the second phase of the procedure: Yes Technical and professional performance Description: Please see direct link to document with eligibility criteria. The criteria are used to select the candidates to be invited to the second phase of the procedure: Yes Other Direct link to document with suitability criteria (URL): https://www.tender24.de/NetServer/SelectionCriteria/54321-Tender-19504d91b3f-7cd69a76062960fd The criteria are used to select the candidates to be invited to the second phase of the procedure: Yes |
|
Procedure for selecting participants | The procedure is carried out in several consecutive phases, in each phase some participants may be excluded: Yes Maximum number of applicants to be invited to the second phase of the procedure: Minimum number of applicants to be invited to the second phase of the procedure: |
Further conditions for qualification | Subsequent demand for documents: Eine Nachforderung von Unterlagen nach Fristablauf ist nicht ausgeschlossen. Additional information: The contracting authority reserves the right to request documents at any stage of the award procedure within the framework of the legally permissible regulations. The bidding consortium that wins the contract must have a specific legal form: No Legal form to be adopted by a consortium of bidders awarded the contract: |
Reserved contract award | Participation is reserved to organisations that act in the performance of public service tasks and comply with other relevant provisions of the legislation: Nein Participation is reserved for protected workshops and economic operators aiming at the social and professional integration of people with disabilities or disadvantaged persons: Nein |
Variants | Variants are permitted: No |
Regularly recurring services | |
Order for regularly recurring services: No Tenderers may submit more than one tender: No |
|
Requirements for the execution of the contract | |
Reserved contract execution | The execution of the contract is reserved to certain contractors: Nein |
Terms of service | Conditions for the execution of the contract: - The execution must be in accordance with EnBW’s Supplier Code of Conduct. - Compliance with the Tariff Compliance and Minimum Wage Act of the state of Baden-Württemberg (LTMG) - The company and its representatives are not listed on any EU, UK, US, Canadian or Australian sanctions or terrorism lists. - Obligation for the contractor to register in the client's purchasing system and for the order processing (order, communication,...) to run via this infrastructure. |
Electronic invoicing | Electronic invoicing: Ja |
Requirements | The names and professional qualifications of the staff assigned to perform the contract must be given: Nicht erforderlich |
Post award process | Electronic ordering will be used: Yes Electronic payment will be used: Yes |
Provisions on financing | Provisions on financing: According to framework agreement. |
Organisation receiving tenders | to the abovementioned address |
Information on the submission | |
Deadlines I | |
Estimated date of dispatch of the invitations to submit tenders: 30.05.2025 Deadline for receipt of requests to participate: 05.05.2025 15:00 Uhr |
|
Binding period | |
Submission language | Languages in which tenders or requests to participate may be submitted: ENG |
Opening of offers | |
-ENTFÄLLT- | |
Information on security claims | Guarantee required: Yes Description of the guarantee: According to framework agreement. |
Submission method | Electronic submission: Yes Address for submission (URL): https://www.tender24.de |
Procurement documents | The order documents are available free of charge for unrestricted and complete direct access at (URL): https://www.tender24.de/NetServer/TenderingProcedureDetails?function=_Details&TenderOID=54321-Tender-19504d91b3f-7cd69a76062960fd
Binding language version of the tender documents: ENG |
Ad hoc Communication channel | |
Organisation providing additional information | the abovementioned address |
Review | |
Deadlines for review procedures | Information about review deadlines: It should be noted that an application for review is inadmissible if 1. the applicant has recognized the alleged breach of procurement regulations before submitting the application for review and has not notified the contracting authority of this within a period of ten calendar days; the expiry of the period pursuant to Section 134 (2) remains unaffected, 2. infringements of procurement regulations which are recognizable on the basis of the contract notice are not notified to the contracting authority at the latest by the expiry of the deadline for application or submission of tenders specified in the contract notice, 3. violations of procurement regulations that are only recognizable in the tender documents are not notified to the contracting authority by the expiry of the deadline for application or submission of tenders at the latest, 4. more than 15 calendar days have elapsed since receipt of the contracting authority's notification that it does not intend to remedy a complaint. |
Office for Appeal/Review Procedures | Official name: Vergabekammer Baden-Württemberg Identification number: t:07219268730 Postal address: Durlacher Allee 100 Postcode / Town: 76137 Karlsruhe NUTS code: DE122 Country: Deutschland$%string_is_not_empty_end$ E-mail: vergabekammer@rpk.bwl.de Telephone: +49 7219268730 Fax: +49 7219263985 |
Organisation providing verification information |
Country: $%string_is_not_empty_end$ |
Mediation organisation |
Country: $%string_is_not_empty_end$ |
Procurement information (Lot 1) | |
Procurement procedure | |
Description of the lot | Title: Risk Analysis in Energy Trading Description: EnBW Energie Baden-Württemberg AG intends to outsource application management services (AMS) for the business-critical application Beacon of the trading department to external service providers. The AMS include the following for each application - Software development for the purpose of further developing the applications, - Corrective maintenance to eliminate the causes of errors, - IT service management services, including incident management and problem management in relation to the applications Beacon is used for portfolio and risk management in trading. |
Scope of the procurement | This type of procurement is particularly suitable for very small, small and medium-sized enterprises (SMEs): No |
Main classification (CPV code) | CPV code main body: 72260000-5 Other CPV code main parts: 72266000-7 Other CPV code main parts: 72267000-4 |
Type of contract award | Type of strategic procurement: |
Information on the place of performance |
Postcode / Town: 76137 Karlsruhe NUTS code: DE122 Country: Deutschland |
Estimated duration | Duration in months: 36 |
Extensions and options | Description of the options: 2 x 12 months optional term; Optional service: Transition Extensions - maximum number: 2 |
Government Procurement Agreement | The procurement is covered by the Government Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Information on the framework agreement | Maximum number of participants: 5 Maximum value of the framework agreement excluding VAT (in euros): 30.000.000,00 EUR |
Additional information | Additional information: Evaluation method - award criteria: - The evaluation of the offers and the during the negotiation phase improved offers, is carried out using the simple reference value method. The award decision is made after the final round of negotiations on the basis of the last offer, using the simple reference value method (for the simple reference value method, see document for tendering and evaluation of IT services, version of April 2018, Federal Ministry of the Interior). - With the simple reference value method, the ratio of price (PR) and performance (PE) of an offer is calculated as a quotient to a key figure Z for each Lot separately: - Calculation of the key figure Z as part of the tender evaluation: Z = PE (Performance) / PR (Price) - The formula parameters are defined as follows: Z: Key figure for the price-performance ratio of an offer PE: Performance score of an offer PR: Price of an offer - In the event that several tenderers achieve the same Z-value for the last contract to be awarded per lot, a contract may be awarded to all of these tenderers. - The performance-related award criteria can be found in the tender documents. - The following exclusion criteria also exist: > The tenderer achieves at least 25% of the points in criterion Competence management concept for Beacon (SoW AMS Annex 01.05, Clause 5) |
Tendering terms | |
Award criteria | Quality criterion Performance, Description: Performance, Weighting: 50,00 Price, Description: Price, Weighting: 50,00 |
Electronic catalog | Electronic catalog: No |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |
Procurement information (Lot 2) | |
Procurement procedure | |
Description of the lot | Title: Post-Trading Services Description: EnBW Energie Baden-Württemberg AG intends to outsource application management services (AMS) for the business-critical applications TPE and Endur of the trading department to external service providers. The AMS include the following for each application - Software development for the purpose of further developing the applications, - Corrective maintenance to eliminate the causes of errors, - IT service management services, including incident management and problem management in relation to the applications Trade Processing Engine (TPE) is a trader front end application used to ingest, enrich and book deals across various trading venues. Endur is the leading ETRM system within EnBW. It is responsible for trade lifecycle management after the point of trade execution. |
Scope of the procurement | This type of procurement is particularly suitable for very small, small and medium-sized enterprises (SMEs): No |
Main classification (CPV code) | CPV code main body: 72260000-5 Other CPV code main parts: 72266000-7 Other CPV code main parts: 72267000-4 |
Type of contract award | Type of strategic procurement: |
Information on the place of performance |
Postcode / Town: 76137 Karlsruhe NUTS code: DE122 Country: Deutschland |
Estimated duration | Duration in months: 36 |
Extensions and options | Description of the options: 2 x 12 months optional term; Optional service: Transition Extensions - maximum number: 2 |
Government Procurement Agreement | The procurement is covered by the Government Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Information on the framework agreement | Maximum number of participants: 6 Maximum value of the framework agreement excluding VAT (in euros): 45.000.000,00 EUR |
Additional information | Additional information: Evaluation method - award criteria: - The evaluation of the offers and the during the negotiation phase improved offers, is carried out using the simple reference value method. The award decision is made after the final round of negotiations on the basis of the last offer, using the simple reference value method (for the simple reference value method, see document for tendering and evaluation of IT services, version of April 2018, Federal Ministry of the Interior). - With the simple reference value method, the ratio of price (PR) and performance (PE) of an offer is calculated as a quotient to a key figure Z for each Lot separately: - Calculation of the key figure Z as part of the tender evaluation: Z = PE (Performance) / PR (Price) - The formula parameters are defined as follows: Z: Key figure for the price-performance ratio of an offer PE: Performance score of an offer PR: Price of an offer - In the event that several tenderers achieve the same Z-value for the last contract to be awarded per lot, a contract may be awarded to all of these tenderers. - The performance-related award criteria can be found in the tender documents. - The following exclusion criteria also exist: > The tenderer achieves at least 25% of the points in criterion Competence management concept for Endur (SoW AMS Annex 01.05, Clause 5). > The tenderer achieves at least 25% of the points in criterion Competence management concept for TPE (SoW AMS Annex 01.05, Clause 6). |
Tendering terms | |
Award criteria | Quality criterion Performance, Description: Performance, Weighting: 50,00 Price, Description: Price, Weighting: 50,00 |
Electronic catalog | Electronic catalog: No |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |
Procurement information (Lot 3) | |
Procurement procedure | |
Description of the lot | Title: Front Office Power Trading Description: EnBW Energie Baden-Württemberg AG intends to outsource application development (AD) services for power plant scheduling and optimization Project (AOP-Project) as well as application management services (AMS) for the business-critical applications, Asset Optimization Platform (AOP), Short-Term-Service (STS), Asset Planning Component (APC) and Renewables Platform of the trading department to external service providers. The AMS include the following for each application - Software development for the purpose of further developing the applications, - Corrective maintenance to eliminate the causes of errors, - IT service management services, including incident management and problem management in relation to the applications Asset Optimization Platform (AOP) is a completely cloud-based application that is used for the financial and physical optimization of EnBW power plants and complex power plant-like contracts. AMS services are being tendered for the parts of the AOP already in operation (referred to as the Asset Optimization Platform - AOP). Application development services are tendered for the parts still to be developed (referred to as AOP-Project). Within the AOP-Project a new Asset Optimization Platform (AOP) is to be developed for the short-term planning and optimization of power plant deployment. The Asset Planning Component (APC) provides the backbone for the Asset portfolio - Dispatchers, Asset Planers and Traders can rely on the system for their accurate asset position and optimize all generation types in Europe. The Short Term Service (STS) is a comprehensive umbrella term for, among other things, near shoring tier 1, 2 and 3 24/7 on-call support provided for a variety of applications. The IT Trading organizational unit supports and optimizes trading business processes with suitable and innovative IT solutions. In this way, it makes a strategic contribution to achieving the trading targets and bears overall responsibility for all IT services of EnBW's energy trading. The IT Renewables IT platform is one of these solutions. |
Scope of the procurement | This type of procurement is particularly suitable for very small, small and medium-sized enterprises (SMEs): No |
Main classification (CPV code) | CPV code main body: 72260000-5 Other CPV code main parts: 72266000-7 Other CPV code main parts: 72267000-4 Other CPV code main parts: 72262000-9 |
Type of contract award | Type of strategic procurement: |
Information on the place of performance |
Postcode / Town: 76137 Karlsruhe NUTS code: DE122 Country: Deutschland |
Estimated duration | Duration in months: 36 |
Extensions and options | Description of the options: 2 x 12 months optional term; Optional service: Transition Extensions - maximum number: 2 |
Government Procurement Agreement | The procurement is covered by the Government Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Information on the framework agreement | Maximum number of participants: 5 Maximum value of the framework agreement excluding VAT (in euros): 50.000.000,00 EUR |
Additional information | Additional information: Evaluation method - award criteria: - The evaluation of the offers and the during the negotiation phase improved offers, is carried out using the simple reference value method. The award decision is made after the final round of negotiations on the basis of the last offer, using the simple reference value method (for the simple reference value method, see document for tendering and evaluation of IT services, version of April 2018, Federal Ministry of the Interior). - With the simple reference value method, the ratio of price (PR) and performance (PE) of an offer is calculated as a quotient to a key figure Z for each Lot separately: - Calculation of the key figure Z as part of the tender evaluation: Z = PE (Performance) / PR (Price) - The formula parameters are defined as follows: Z: Key figure for the price-performance ratio of an offer PE: Performance score of an offer PR: Price of an offer - In the event that several tenderers achieve the same Z-value for the last contract to be awarded per lot, a contract may be awarded to all of these tenderers. - The performance-related award criteria can be found in the tender documents. - The following exclusion criteria also exist: > The tenderer achieves at least 25% of the points in criterion Competence management concept AOP (SoW AD Annex 01.03, Clause 3). > The tenderer achieves at least 25% of the points in criterion Competence management concept for Asset Optimization (SoW AMS Annex 02.05, Clause 5). > The tenderer achieves at least 25% of the points in criterion Competence management concept for STS (SoW AMS Annex 02.05, Clause 6). > The tenderer achieves at least 25% of the points in criterion Competence management concept for APC (SoW AMS Annex 02.05, Clause 7). > The tenderer achieves at least 25% of the points in criterion Competence management concept for Renewables (SoW AMS Annex 02.05, Clause 8). |
Tendering terms | |
Award criteria | Quality criterion Performance, Description: Performance, Weighting: 50,00 Price, Description: Price, Weighting: 50,00 |
Electronic catalog | Electronic catalog: No |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |
Procurement information (Lot 4) | |
Procurement procedure | |
Description of the lot | Title: Front Office Gas Trading Description: EnBW Energie Baden-Württemberg AG intends to outsource application management services (AMS) for the business-critical application Gas Dashboard Platform of the trading department to external service providers. The AMS include the following for each application - Software development for the purpose of further developing the applications, - Corrective maintenance to eliminate the causes of errors, - IT service management services, including incident management and problem management in relation to the applications The Gas Dashboard is used in the Gas Proprietary Trading Desk and provides supply & demand models for gas trading. The Proprietary Gas Trading Desk is responsible for trading gas on the wholesale markets. |
Scope of the procurement | This type of procurement is particularly suitable for very small, small and medium-sized enterprises (SMEs): No |
Main classification (CPV code) | CPV code main body: 72260000-5 Other CPV code main parts: 72266000-7 Other CPV code main parts: 72267000-4 |
Type of contract award | Type of strategic procurement: |
Information on the place of performance |
Postcode / Town: 76137 Karlsruhe NUTS code: DE122 Country: Deutschland |
Estimated duration | Duration in months: 36 |
Extensions and options | Description of the options: 2 x 12 months optional term; Optional service: Transition Extensions - maximum number: 2 |
Government Procurement Agreement | The procurement is covered by the Government Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Information on the framework agreement | Maximum number of participants: 3 Maximum value of the framework agreement excluding VAT (in euros): 14.000.000,00 EUR |
Additional information | Additional information: Evaluation method - award criteria: - The evaluation of the offers and the during the negotiation phase improved offers, is carried out using the simple reference value method. The award decision is made after the final round of negotiations on the basis of the last offer, using the simple reference value method (for the simple reference value method, see document for tendering and evaluation of IT services, version of April 2018, Federal Ministry of the Interior). - With the simple reference value method, the ratio of price (PR) and performance (PE) of an offer is calculated as a quotient to a key figure Z for each Lot separately: - Calculation of the key figure Z as part of the tender evaluation: Z = PE (Performance) / PR (Price) - The formula parameters are defined as follows: Z: Key figure for the price-performance ratio of an offer PE: Performance score of an offer PR: Price of an offer - In the event that several tenderers achieve the same Z-value for the last contract to be awarded per lot, a contract may be awarded to all of these tenderers. - The performance-related award criteria can be found in the tender documents. - The following exclusion criteria also exist: > The tenderer achieves at least 25% of the points in criterion Competence management concept for Gas Dashboard (SoW AMS Annex 01.05, Clause 5). |
Tendering terms | |
Award criteria | Quality criterion Performance, Description: Performance, Weighting: 50,00 Price, Description: Price, Weighting: 50,00 |
Electronic catalog | Electronic catalog: No |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |