Multi-atmosphere furnace for sintering and heat treatments of metal and ceramic alloys

The object of the tender process is Multi-atmosphere High-temperature furnace for Debinding, Sintering and Heat treatment of metal and ceramic materials. The object of the tender process is Multi-atmosphere High-temperature furnace for Debinding, Sintering and Heat treatment of metal and ceramic materials.

CPV: 42300000 Industrie- oder Laboratoriumsbrennöfen, Veraschungsöfen und Öfen
Frist:
2. Juni 2025 05:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Multi-atmosphere furnace for sintering and heat treatments of metal and ceramic alloys
Vergabestelle:
VTT Technical Research Centre of Finland Ltd
Vergabenummer:
22/206/2025

1. Buyer

1.1 Buyer

Official name : VTT Technical Research Centre of Finland Ltd
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Multi-atmosphere furnace for sintering and heat treatments of metal and ceramic alloys
Description : The object of the tender process is Multi-atmosphere High-temperature furnace for Debinding, Sintering and Heat treatment of metal and ceramic materials.
Procedure identifier : c6347777-20cd-43da-b120-cefe3eadac9e
Internal identifier : 22/206/2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The tender process is based on the open procedure applicable to contracts that exceed the EU procurement threshold.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42300000 Industrial or laboratory furnaces, incinerators and ovens

2.1.2 Place of performance

Postal address : Hermiankatu 8
Town : TAMPERE
Postcode : 33720
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland

2.1.4 General information

Additional information : The object of the tender process is described in more detail in the invitation to tender documents.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Multi-atmosphere furnace for sintering and heat treatments of metal and ceramic alloys
Description : The object of the tender process is Multi-atmosphere High-temperature furnace for Debinding, Sintering and Heat treatment of metal and ceramic materials.
Internal identifier : 22/206/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42300000 Industrial or laboratory furnaces, incinerators and ovens

5.1.2 Place of performance

Postal address : Hermiankatu 8
Town : TAMPERE
Postcode : 33720
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

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 : The object of the tender process is described in more detail in the invitation to tender documents.

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Statement of Financial and Other Operational Competence
Description : Tenderer must be able to carry out the contract according to the invitation to tender. On VTT’s request, the tenderer commits to provide a statement of financial and other operational competence, taking into account the subject of the invitation to tender and other basic competences. The tenderer must be able to demonstrate ability to carry out the contract according to the invitation to tender.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Creditworthiness
Description : Tenderer must provide information about the company’s creditworthiness. Tenderer’s Rating Alfa must be at least on A -level or the accounting data must be on the corresponding level. Rating Alfa shows the company’s creditworthiness on an international seven-step letter classification AAA-C
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The tenderer must have valid liability insurance latest in the beginning of the contract period. The liability insurance must be relevant to the risks associated with the contract.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Contractor’s obligations and liability when work is contracted out
Description : The tenderer commits to provide VTT the information specified in the Act on the Contractor’s Obligations and Liability when Work is Contracted Out (1233/2006) 5§, in case the tenderer wins the competitive bidding process: 1) Information on whether the enterprise is entered in the Prepayment Register and Employment Register, and registered as VAT liable in the Value Added Tax Register; 2) Extract from the trade register or equivalent information otherwise obtained from the trade register; 3) Report on the contracting partner’s tax payment status; 4) Certificates of pension insurance taken out and of pension insurance premiums paid, or an account that a payment agreement on outstanding pension insurance premiums has been made; 5) Account of the collective agreement or principal terms of employment applicable to the work; 6) Account of the organization of occupational health care services; and 7) Certificates of statutory employment accident insurance taken out (in association with construction contracts) Similar information is required from a foreign tenderer (non-Finnish).
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental issues and corporate social responsibility (CSR)
Description : The supplier undertakes to comply with the business principles set by VTT (Annex 5 “Suppliers Code of Conduct” to the invitation to tender) in order to be a supplier of services to VTT
Use of this criterion : Used
Criterion :
Type : Other
Name : Sanctions
Description : 1) Finland, The EU, the UN, the USA (OFAC) or the United Kingdom (HMT) have imposed and may in the future impose sanctions in their legislation and / or by decisions of their institutions. The tenderer declares that: (a) the sanctions referred to above have not been imposed - to the tenderer, - members of the tenderer's administrative, management or supervisory body or persons exercising powers of representation, decision-making or supervision, - the direct or indirect owners of the tenderer, - subcontractors involved in the supply of products or services under contract awarded, - the members of the administrative, management or supervisory body of the subcontractors concerned or control, representation, decision-making or supervisory power over those subcontractors, nor - the direct or indirect owners of the subcontractors concerned or other beneficiary, b) as referred to in Article 5 k of Regulation (EU) 833/2014, the tenderer is not i. a Russian citizen or a natural person or legal entity, entity or body established in Russia, ii. legal entity, entity or body, of which the entity referred to in point b) i. above directly or indirectly owns more than 50 percent, nor iii. a natural person, legal entity, entity or body acting on behalf of or under the direction of the entity referred to in point b) i. or b) ii c) The tenderer's subcontractor, supplier or resource unit, whose share is more than 10 percent of the value of the procurement contract, is not in points b) i.-iii. intended entity d) The tenderer shall immediately notify VTT if sanctions are imposed to any of the parties referred to in point (a); and e) Activities under this invitation to tender or products or services produced by the tenderer and its subcontractors does not violate the above sanctions. Upon request, the tenderer shall immediately provide VTT with information on its direct or indirect owners, subcontractors or other beneficiaries. In addition, the tenderer undertakes to notify VTT without delay if a performance related to the procurement may, directly or indirectly, end up to a sanctioned party. 2) If (a) Finland, the EU, the UN, the US (OFAC) or the United Kingdom (HMT) impose sanctions on the tenderer, or the entities referred to in point 1 (a) above; or (b) the performance/-s of the contract, directly or indirectly, may end up to a sanctioned party; VTT may terminate the awarded contract immediately as a result of this tendering process, either in full or in respect of the products or services to which the sanctions relate. 3) If these warranties have been breached, the tenderer is obliged to compensate VTT for all damages caused to it, without the limitations of liability. More about the sanctions: EU Best Practices for the effective implementation of the restrictive measures https://data.consilium.europa.eu/doc/document/ST-8519-2018-INIT/en/pdf.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in the relevant trade registers kept in the Member State of its establishment: It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience (Company references)
Description : The suitability requirements are to ensure tenderer’s ability to fulfill and perform the procurement. A reference is a previous contract with a reference client carried out by the tenderer, based on which VTT is able to evaluate the ability of the tenderer to fulfill the procurement discussed in this invitation to tender. The tenderer must supply no less than three (3) references of contracts similar to the one discussed in the invitation to tender. The references must be from the last three (3) years. The Tenderer gives the references in Annex 2 “Experience (Company references)” and appends the annex to the tender. The tenderer gives the references in Annex 2 “Experience (Company references)” and appends the Annex to the tender. All references must include information about the client and contact persons as well as a brief description of the project. The description must clearly indicate the fulfillment of the minimum requirements.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality management system
Description : Tenderer's current basic quality management system has an accredited certification to ISO9001. The Tenderer appends the annex ISO9001 certification to the tender
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : The evaluation of the tenders is described in section 'Grounds for decision' Points for price shall be calculated as follows: weighting (100) x the lowest price/the tenderer’s price.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 15/05/2025 12:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 02/06/2025 05:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 02/06/2025 05:05 +00:00
Place : [Espoo] Tarjousten avaamisen ajankohta on alustava. Tarjousten avaustilaisuus ei ole julkinen.
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 : A binding contract between the parties concerning the subject of the procurement shall not enter into force until both parties have signed the contract. The contact shall be drawn up in English. VTT reserves the right to enter into contract negotiations with the next successful tenderer if, after a reasonable period of time, mutually acceptable agreement is not achieved through the negotiations with the successful tenderer.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus -
Organisation providing additional information about the procurement procedure : VTT Technical Research Centre of Finland Ltd -
Organisation receiving requests to participate : VTT Technical Research Centre of Finland Ltd -
Organisation processing tenders : VTT Technical Research Centre of Finland Ltd -

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 : VTT Technical Research Centre of Finland Ltd
Registration number : 2647375-4
Postal address : P.O. Box 1000, VTT
Town : Espoo
Postcode : 02044
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : VTT Technical Research Centre of Finland Ltd
Telephone : +358 20722111
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0003

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
Notice information
Notice identifier/version : 02b82a9d-772c-4491-9b3e-8a607561f53e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/04/2025 11:13 +00:00
Notice dispatch date (eSender) : 30/04/2025 11:14 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00283870-2025
OJ S issue number : 85/2025
Publication date : 02/05/2025