FERROUS SULPHATE (FeSO4*7H2O) 2025 - 2030 FRAMEWORK AGREEMENT, TP 22/25

Helsingin Seudun Ympäristöpalvelut (HSY) (Helsinki Region Environmental Services Authority (HSY); Jyväskylän Seudun Puhdistamo Oy, (Jyväskylä Region Waste Water Treatment Plant Ltd); Aqua Palvelu Oy (Aqua Palvelu Ltd), Kymen Vesi Oy (Kymen Vesi Ltd), Porvoon Vesi (Porvoo Water); and Turun seudun puhdistamo Oy (Turku Region Waste Water Treatment Plant Ltd) are …

CPV: 24313125 Iron sulphate
Deadline:
Aug. 14, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
FERROUS SULPHATE (FeSO4*7H2O) 2025 - 2030 FRAMEWORK AGREEMENT, TP 22/25
Awarding body:
Markkinaoikeus
Award number:
223/05.050.501.5011/2025

1. Buyer

1.1 Buyer

Official name : Markkinaoikeus
Activity of the contracting entity : Water-related activities

1.1 Buyer

Official name : HSY Helsingin seudun ympäristöpalvelut -kuntayhtymä
Legal type of the buyer : Local authority
Activity of the contracting authority : Environmental protection
Activity of the contracting entity : Water-related activities

1.1 Buyer

Official name : Jyväskylän Seudun Puhdistamo Oy
Legal type of the buyer : Local authority
Activity of the contracting authority : Environmental protection
Activity of the contracting entity : Water-related activities

1.1 Buyer

Official name : Aqua Palvelu Oy
Legal type of the buyer : Local authority
Activity of the contracting authority : Environmental protection
Activity of the contracting entity : Water-related activities

1.1 Buyer

Official name : Turun seudun puhdistamo Oy
Legal type of the buyer : Local authority
Activity of the contracting authority : Environmental protection
Activity of the contracting entity : Water-related activities

1.1 Buyer

Official name : Kymen Vesi Oy
Legal type of the buyer : Local authority
Activity of the contracting authority : Environmental protection
Activity of the contracting entity : Water-related activities

1.1 Buyer

Official name : Porvoon vesi
Legal type of the buyer : Local authority
Activity of the contracting authority : Environmental protection
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : FERROUS SULPHATE (FeSO4*7H2O) 2025 - 2030 FRAMEWORK AGREEMENT, TP 22/25
Description : Helsingin Seudun Ympäristöpalvelut (HSY) (Helsinki Region Environmental Services Authority (HSY); Jyväskylän Seudun Puhdistamo Oy, (Jyväskylä Region Waste Water Treatment Plant Ltd); Aqua Palvelu Oy (Aqua Palvelu Ltd), Kymen Vesi Oy (Kymen Vesi Ltd), Porvoon Vesi (Porvoo Water); and Turun seudun puhdistamo Oy (Turku Region Waste Water Treatment Plant Ltd) are engaged in a joint procurement project to purchase ferrous sulphate (FeSO4*7H2O). To ensure security of supply and enhance competition, a specific framework agreement within the meaning of section 45 of the Act on Public Contracts and Concessions of Entities Operating in the Water, Energy, Transport and Postal Services Sectors (1398/2016) is to be put in place for the period from 1 September 2025 to 31 December 2030. The amount of ferrous sulphate required annually is approximately 22,000 - 25,000 tonnes (non-subscriber-binding assessment).
Procedure identifier : 7817a690-d4fc-4d97-b673-02d539c531f1
Internal identifier : 223/05.050.501.5011/2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement foresees a supply contract that exceeds the threshold value specified by the EU for specialised sectors (1398/2016) and will be put out to open tender. As a result of competitive tendering, a framework agreement within the meaning of section 45 of the the Act on Public Contracts and Concessions of Entities Operating in the Water, Energy, Transport and Postal Services Sectors will be put in place. The parties to the framework agreement will be the procurement units identified in the call for tenders (hereinafter the contracting entity) and the suppliers to which contracts are awarded. The procurement involves the establishment of a framework agreement (1.9.2025 - 31.12.2030). The supply contracts covered by the framework agreement will be made between the selected suppliers and the contracting entity.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24313125 Iron sulphate

2.1.2 Place of performance

Country : Finland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 0 Euro

2.1.4 General information

Additional information : A framework agreement within the meaning of section 45 of the Act on Public Contracts and Concessions of Entities Operating in the Water, Energy, Transport and Postal Services Sectors will be put in place. Competitive tendering will be organised using the open procedure to select a maximum of five (5) framework agreement suppliers (hereinafter suppliers). Insofar as all the terms of a given delivery batch, such as prices and quantities, have not been confirmed or when so required under the transparency and non-discrimination criteria, the contracting entity will request a written tender for each delivery batch from those suppliers with sufficient resources to effect the delivery (hereinafter mini-competition). For a justified reason, the subscriber can order a batch of below EU-Threshold of the Act on Public Contracts and Concessions of Entities Operating in the Water, Energy, Transport and Postal Services Sectors from a supplier they consider more suitable. The objective is that the volume of purchases during the term of the framework agreement, which will be divided among the award-winning suppliers, will account for approximately 90 % of the total volumes to be purchased under the framework agreement. The purchases to be made following the mini-competition will be divided as follows: 60–70 % of the deliveries foreseen in the mini-competition will be made by the supplier submitting the most economically advantageous tender; and 30–40 % by the supplier submitting the second most economically advantageous tender. However, the contracting entity may, during the framework agreement, derogate from said ratio up to 100 % in favour of the most economically advantageous tender, if the benchmark price of the supplier submitting the second most economically advantageous tender exceeds that of the most economically advantageous tender by more than 25 %. A derogation from the order of precedence may also be made in favour of suppliers lower in the ranking order, if the preferred supplier fails to deliver a product that meets the requirements of the contracting entity/procurement unit. However, the contracting entity shall not commit itself to any fixed quotas or volumes because changes in the operating conditions, in alia, may affect the quantities specified in the call for tenders. The contracting entity is not obligated to purchase any of the product under the framework agreement. Additionally, the framework agreement shall not give any exclusive right to the selected suppliers; instead, the contracting entity may, under a specific procurement procedure, purchase the product from other sources, if there are affordable batches available on the spot as well as order batches from any minority supplier. Such a separate competition may account for about 10 % of the total procurement volume to be purchased during the term of the framework agreement. The intervals at which mini-competitions are held during the framework agreement may vary and even partly coincide. During the framework agreement, the contracting entity/procurement unit is free to purchase, and use in its processes for similar purposes, products other than those specified in the call for tenders. A procurement unit (party placing the order) forming part of the contracting entity shall be solely responsible for the procurement processes it initiates in its own name on its own behalf, such as any mini-competitions under the framework agreement. While each of the procurement units within the contracting entity make their own decisions on suppliers, all joint written contracts with the suppliers are signed collectively as a contracting entity.
Legal basis :
Directive 2014/25/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 : FERROUS SULPHATE (FeSO4*7H2O) 2025 - 2030 FRAMEWORK AGREEMENT, TP 22/25
Description : Helsingin Seudun Ympäristöpalvelut (HSY) (Helsinki Region Environmental Services Authority (HSY); Jyväskylän Seudun Puhdistamo Oy, (Jyväskylä Region Waste Water Treatment Plant Ltd); Aqua Palvelu Oy (Aqua Palvelu Ltd), Kymen Vesi Oy (Kymen Vesi Ltd), Porvoon Vesi (Porvoo Water); and Turun seudun puhdistamo Oy (Turku Region Waste Water Treatment Plant Ltd) are engaged in a joint procurement project to purchase ferrous sulphate (FeSO4*7H2O). To ensure security of supply and enhance competition, a specific framework agreement within the meaning of section 45 of the Act on Public Contracts and Concessions of Entities Operating in the Water, Energy, Transport and Postal Services Sectors (1398/2016) is to be put in place for the period from 1 September 2025 to 31 December 2030. The amount of ferrous sulphate required annually is approximately 22,000 - 25,000 tonnes (non-subscriber-binding assessment).
Internal identifier : 223/05.050.501.5011/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24313125 Iron sulphate

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Maximum value of the framework agreement : 0 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no
Additional information : A framework agreement within the meaning of section 45 of the Act on Public Contracts and Concessions of Entities Operating in the Water, Energy, Transport and Postal Services Sectors will be put in place. Competitive tendering will be organised using the open procedure to select a maximum of five (5) framework agreement suppliers (hereinafter suppliers). Insofar as all the terms of a given delivery batch, such as prices and quantities, have not been confirmed or when so required under the transparency and non-discrimination criteria, the contracting entity will request a written tender for each delivery batch from those suppliers with sufficient resources to effect the delivery (hereinafter mini-competition). For a justified reason, the subscriber can order a batch of below EU-Threshold of the Act on Public Contracts and Concessions of Entities Operating in the Water, Energy, Transport and Postal Services Sectors from a supplier they consider more suitable. The objective is that the volume of purchases during the term of the framework agreement, which will be divided among the award-winning suppliers, will account for approximately 90 % of the total volumes to be purchased under the framework agreement. The purchases to be made following the mini-competition will be divided as follows: 60–70 % of the deliveries foreseen in the mini-competition will be made by the supplier submitting the most economically advantageous tender; and 30–40 % by the supplier submitting the second most economically advantageous tender. However, the contracting entity may, during the framework agreement, derogate from said ratio up to 100 % in favour of the most economically advantageous tender, if the benchmark price of the supplier submitting the second most economically advantageous tender exceeds that of the most economically advantageous tender by more than 25 %. A derogation from the order of precedence may also be made in favour of suppliers lower in the ranking order, if the preferred supplier fails to deliver a product that meets the requirements of the contracting entity/procurement unit. However, the contracting entity shall not commit itself to any fixed quotas or volumes because changes in the operating conditions, in alia, may affect the quantities specified in the call for tenders. The contracting entity is not obligated to purchase any of the product under the framework agreement. Additionally, the framework agreement shall not give any exclusive right to the selected suppliers; instead, the contracting entity may, under a specific procurement procedure, purchase the product from other sources, if there are affordable batches available on the spot as well as order batches from any minority supplier. Such a separate competition may account for about 10 % of the total procurement volume to be purchased during the term of the framework agreement. The intervals at which mini-competitions are held during the framework agreement may vary and even partly coincide. During the framework agreement, the contracting entity/procurement unit is free to purchase, and use in its processes for similar purposes, products other than those specified in the call for tenders. A procurement unit (party placing the order) forming part of the contracting entity shall be solely responsible for the procurement processes it initiates in its own name on its own behalf, such as any mini-competitions under the framework agreement. While each of the procurement units within the contracting entity make their own decisions on suppliers, all joint written contracts with the suppliers are signed collectively as a contracting entity.

5.1.7 Strategic procurement

Approach to reducing environmental impacts : The transition to a circular economy, The protection and restoration of biodiversity and ecosystems
Social objective promoted : Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The candidate's financial situation
Description : The candidate’s financial situation has to be solid. The candidate's financial situation must be such that it is at least A in the rating of Suomen Asiakastieto Oy. If for some reason the candidate does not receive Suomen Asiakastieto Oy's alpha-rating rating report, it must prove that the financial situation is solid. Candidate must provide a certificate of a candidate credit rating or a reliable account of his or her financial situation. The candidate ratings Score have to indicates that there is a low level risk of bankruptcy for the company. The rating score used must be widely used, generally available and prepared by a third party. The candidate must report the rating and the rating agency that has made the rating.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Yearly turnover
Description : The candidates’s turnover must exceed 700 000 €/year in each of the last three (3) years.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : References
Description : The bidder must have at least two (2) delivery contracts for a minimum of 4000 tonnes of FERROUS SULPHATE (FeSO4*7H2O) lot within the last 24 months
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Point
Description : Points earned
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 25
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

Deadline for requesting additional information : 31/07/2025 10:00 +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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 14/08/2025 10:15 +00:00
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 : Accordin to agreement.
A non-disclosure agreement is required : no
Financial arrangement : No

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus -
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Markkinaoikeus -
Organisation providing additional information about the procurement procedure : HSY Helsingin seudun ympäristöpalvelut -kuntayhtymä -

8. Organisations

8.1 ORG-0001

Official name : Markkinaoikeus
Registration number : 3006157-6
Department : Markkinaoikeus
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Buyer
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0002

Official name : HSY Helsingin seudun ympäristöpalvelut -kuntayhtymä
Registration number : 2274241-9
Postal address : PL 300
Town : HSY
Postcode : 00066
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Hannu Toivonen
Telephone : +358 504372011
Internet address : http://www.hsy.fi
Roles of this organisation :
Buyer
Group leader
Central purchasing body acquiring supplies and/or services intended for other buyers
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing additional information about the procurement procedure

8.1 ORG-0003

Official name : Jyväskylän Seudun Puhdistamo Oy
Registration number : 0174407-9
Town : JYVÄSKYLÄ
Postcode : 40520
Country subdivision (NUTS) : Kymenlaakso ( FI1C4 )
Country : Finland
Contact point : Petri Tuominen
Telephone : +358 504372011
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Aqua Palvelu Oy
Registration number : 2159921-9
Town : LAHTI
Postcode : 15141
Country subdivision (NUTS) : Päijät-Häme ( FI1C3 )
Country : Finland
Contact point : Hannu Mustonen
Telephone : +358 38515952
Internet address : http://www.lahtiaqua.fi/
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Turun seudun puhdistamo Oy
Registration number : 1774713-5
Town : TURKU
Postcode : 20100
Country subdivision (NUTS) : Varsinais-Suomi ( FI1C1 )
Country : Finland
Contact point : Mirva Levomäki
Telephone : +358 407126241
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Kymen Vesi Oy
Registration number : 2081160-1
Town : Kotka
Postcode : 08600
Country subdivision (NUTS) : Kymenlaakso ( FI1C4 )
Country : Finland
Contact point : Jani Väkevä
Telephone : +358 0400242162
Internet address : https://kymenvesi.fi/
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Porvoon vesi
Registration number : 1061512-1
Town : Porvoo
Postcode : 06150
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Elina Antila
Telephone : +358 404899593
Roles of this organisation :
Buyer

8.1 ORG-0008

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 : 424acdb9-3e66-4d25-9e16-eec7b3758ecf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/06/2025 07:07 +00:00
Notice dispatch date (eSender) : 19/06/2025 07:08 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00399649-2025
OJ S issue number : 117/2025
Publication date : 20/06/2025