Helen Ltd´s Nuclear energy program - procurement of technical support services

THIS IS A POST AWARD NOTIFICATION OF A PURCHASE THAT HAS BEEN MADE. Helen Ltd has initiated a Nuclear energy program with the aim of incorporating nuclear energy into Helen's energy system producing carbon-free district heat and potentially electricity as well. The first phase of the multi-year program evaluates various …

CPV: 71300000 Technicko-inženýrské služby
Místo provedení:
Helen Ltd´s Nuclear energy program - procurement of technical support services
Misto zadání:
Helen Ltd
Číslo zakázky:
524446

1. Buyer

1.1 Buyer

Official name : Helen Ltd
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Helen Ltd´s Nuclear energy program - procurement of technical support services
Description : THIS IS A POST AWARD NOTIFICATION OF A PURCHASE THAT HAS BEEN MADE. Helen Ltd has initiated a Nuclear energy program with the aim of incorporating nuclear energy into Helen's energy system producing carbon-free district heat and potentially electricity as well. The first phase of the multi-year program evaluates various nuclear plant technologies and suppliers as well as screens potential plant locations. The first phase of the program is scheduled to be completed in 2026. Based on the results of the first phase Helen will proceed with the program by detailing the design solutions with preferred plant supplier on a dedicated site(s). To achieve the goals of the program, Helen is looking for experienced and solution oriented partners to support the project in making technical evaluations and specifications and proactively resolving any technical issues in a cooperative and constructive manner. Helen expects from partners capability to lead the works of given assignments and draw holistic conclusions on wide cross disciplinary questions. Technical evaluations and specifications cover e.g. The partner shall have in-depth knowledge of the Finnish nuclear legislation and ability to apply it. The procurement is divided into Parts 1 and 2: Part 1 – Nuclear & radiation safety and licensing : • Evaluation of nuclear and radiation safety aspects in design o compatibility of design solutions with the Finnish regulations and guidelines o compatibility of design solutions with international regulations, guidelines and standards • Review of safety related licensing and design documentation, e.g. PSAR and FSAR • Execution of deterministic safety analyses • Probabilistic safety assessments Part 2 – Plant technology, production and construction: • Evaluation of plant alternatives production capabilities and operational aspects • Evaluation of the technical characteristics of the plant alternatives, (technical disciplines) o compatibility of design solutions with international regulations and standards o compatibility of design solutions with Finnish regulations and guidelines o design processes and design management • Evaluation of the facility's operability, usability and life cycle management (maintenance, waste, etc.) • Evaluation of the facility's constructability and the cost-effectiveness of design solutions • Evaluation and characterization of the plant site alternatives and plant-site compatibility Tenderer can offer either Part 1 or Part 2 or both Parts. During execution of the technical support services, the technical evaluations and specifications will be conducted following Helen Oy's instructions using Helen Oy's structure and criteria set for evaluation. Partner shall have inhouse engineering capabilities to design facilities and conduct nuclear and radiation safety related analyzes. The contract period is two (2) years. The agreement includes an option to extend the contract twice for two (2) year each, making it valid for a maximum of six (6) years. The Client has the sole and exclusive right to decide on the implementation of each extension.
Procedure identifier : d289eeee-b54f-4857-abeb-8c19485bcca5
Previous notice : 26bdb14d-2eff-4670-8a24-507073c63866-01
Internal identifier : 524446
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement procedure is a negotiating procedure in accordance with Section 38 of the Act on Procurements and Concession Contracts of Entities Operating in the Water and Energy Supply, Transport and Postal Services Sector (1398/2016). In this procedure, the Contracting Entity publishes a procurement notice based on which candidates can submit a request to participate. The Contracting Entity selects the tenderers for the competition based on the requests to participate. Only the tenderers selected for the competition participate in the negotiations and can submit a tender. The Client will select the two (2) best-performing tenderers (those who received the highest scores) as suppliers for both Parts 1 and 2 for the Framework Agreement. A preliminary schedule (estimates, subject to changes) for this procurement: November, 2024 EU Procurement Notification November-December, 2024 Decision on selection of Tenderer Candidates for this competitive bidding December, 2024 Submission of Preliminary RFQ January, 2025 Negotiation round (oral or written) February, 2025 Submission of Final RFQ March, 2025 Comparison of tenders, selection of Suppliers and decision of procurement. The Framework Agreements will be signed as soon as it is possible taking into account laws and regulations. The Client reserves the right to carry out the negotiations without actual oral negotiations by asking in writing during the preliminary RFQ phase questions and specifying the answers in the final RFQ.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Maximum value of the framework agreement : 15 000 000 Euro

2.1.4 General information

Additional information : The Client will select the two (2) best-performing tenderers (those who received the highest scores) as suppliers for both Parts 1 and 2 for the Framework Agreement. The Frame Agreement does not include a minimum purchase obligation, and the Client is not committed to ordering the services specified in the Frame Agreement from the Supplier.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Part 1 – Nuclear & radiation safety and licensing
Description : • Evaluation of nuclear and radiation safety aspects in design: o compatibility of design solutions with the Finnish regulations and guidelines o compatibility of design solutions with international regulations, guidelines and standards • Review of safety related licensing and design documentation, e.g. PSAR and FSAR • Execution of deterministic safety analyses • Probabilistic safety assessments
Internal identifier : 1.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information :

5.1.6 General information

The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

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

Review organisation : Markkinaoikeus -
Organisation providing additional information about the procurement procedure : Helen Ltd -

5.1 Lot technical ID : LOT-0002

Title : Part 2 – Plant technology, production and construction
Description : • Evaluation of plant alternatives production capabilities and operational aspects • Evaluation of the technical characteristics of the plant alternatives, (technical disciplines): o compatibility of design solutions with international regulations and standards o compatibility of design solutions with Finnish regulations and guidelines o design processes and design management • Evaluation of the facility's operability, usability and life cycle management (maintenance, waste, etc.) • Evaluation of the facility's constructability and the cost-effectiveness of design solutions • Evaluation and characterization of the plant site alternatives and plant-site compatibility
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information :

5.1.6 General information

The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

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

Review organisation : Markkinaoikeus -
Organisation providing additional information about the procurement procedure : Helen Ltd -

6. Results

Value of all contracts awarded in this notice : 15 000 000 Euro
Maximum value of the framework agreements in this notice : 15 000 000 Euro
Approximate value of the framework agreements : 15 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 7 500 000 Euro
Re-estimated value of the framework agreement : 7 500 000 Euro

6.1.2 Information about winners

Winner :
Official name : Platom Oy
Tender :
Tender identifier : 546862-1 P
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 546862-1 Platom Oy
Date on which the winner was chosen : 01/04/2025
Date of the conclusion of the contract : 19/04/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 675824-2024
Winner :
Official name : Fortum Power and Heat Oy
Tender :
Tender identifier : 546862-2 F
Identifier of lot or group of lots : LOT-0001
Subcontracting : Yes
Contract information :
Identifier of the contract : 546862-2 Fortum Power and Heat Oy
Date on which the winner was chosen : 01/04/2025
Date of the conclusion of the contract : 25/04/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 675824-2024

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 9

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 7 500 000 Euro
Re-estimated value of the framework agreement : 7 500 000 Euro

6.1.2 Information about winners

Winner :
Official name : Rejlers Finland Oy
Tender :
Tender identifier : 546862-1 R
Identifier of lot or group of lots : LOT-0002
Subcontracting : Yes
Contract information :
Identifier of the contract : 546862 Rejlers Finland Oy
Date on which the winner was chosen : 01/04/2025
Date of the conclusion of the contract : 29/04/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 675824-2024
Winner :
Official name : Elomatic Consulting and Engineering Oy Finland
Tender :
Tender identifier : 546862-2 E
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 546862 Elomatic Consulting and Engineering Oy
Date on which the winner was chosen : 01/04/2025
Date of the conclusion of the contract : 19/04/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 675824-2024

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 12

8. Organisations

8.1 ORG-0001

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0002

Official name : Helen Ltd
Registration number : 2630573-4
Postal address : Kampinkuja 2
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Helen, Procurement
Telephone : +358 96171
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0003

Official name : Platom Oy
Registration number : 1502381-1
Postal address : Jääkärinkatu 33
Town : Mikkeli
Postcode : 50130
Country subdivision (NUTS) : Etelä-Savo ( FI1D1 )
Country : Finland
Telephone : +358445504300
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : Fortum Power and Heat Oy
Registration number : 0109160-2
Postal address : PL 100 (Keilaniementie 1)
Town : FORTUM
Postcode : 00048
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +35820019000
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Rejlers Finland Oy
Registration number : 0765069-8
Postal address : Graanintie 5
Town : Mikkeli
Postcode : 50190
Country subdivision (NUTS) : Etelä-Savo ( FI1D1 )
Country : Finland
Telephone : +358207520700
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0006

Official name : Elomatic Consulting and Engineering Oy Finland
Registration number : FI19360671
Postal address : Itäinen Rantakatu 72
Town : Turku
Postcode : 20810
Country subdivision (NUTS) : Varsinais-Suomi ( FI1C1 )
Country : Finland
Telephone : +358103957000
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0007

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 73d42f78-35fb-4395-854c-34f013408940 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 29/04/2025 11:53 +00:00
Notice dispatch date (eSender) : 29/04/2025 11:55 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00280427-2025
OJ S issue number : 84/2025
Publication date : 30/04/2025