District Heating Battery - Kokkola

Kokkolan Energia Oy ("The Contracting Entity") is implementing an electric boiler and district heating accumulator project ("Project"). The Project includes, according to the Contracting Entity's preliminary estimate: - procurement of two electrode steam boilers, - district heating battery (accumulator), - electrical connections, - main transformers, - boiler building, and - …

CPV: 44600000 Citernes, réservoirs, conteneurs; radiateurs et chaudières de chauffage central, 44610000 Citernes, réservoirs, conteneurs et cuves sous pression, 45223220 Travaux de gros œuvre, 45222000 Travaux de construction d'ouvrages de génie civil, excepté ponts, tunnels, puits et passages souterrains, 45320000 Travaux d'isolation
Délai:
15 juillet 2025 16:00
Type de délai:
Soumission d'offres
Lieu d'exécution:
District Heating Battery - Kokkola
Service d'adjudication:
Kokkolan Energia Oy
Numéro d'adjudication:
2024-018247-LOT-0001

1. Buyer

1.1 Buyer

Official name : Kokkolan Energia Oy
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Economic affairs
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : District Heating Battery - Kokkola
Description : Kokkolan Energia Oy ("The Contracting Entity") is implementing an electric boiler and district heating accumulator project ("Project"). The Project includes, according to the Contracting Entity's preliminary estimate: - procurement of two electrode steam boilers, - district heating battery (accumulator), - electrical connections, - main transformers, - boiler building, and - infrastructure which is necessary for the overall implementation of the Project (e.g. pipelines and heat exchangers). Each procurement is procured separately within the delivery limits, delivery scope, and time schedule determined by the Contracting Entity. The scope of this procurement is district heating battery (accumulator) construction/installation. The scope of the contract is described in the appendices of the Call for Tenders. District heating battery will be constructed/installed at the following address: Kokkolan Energia Oy, Voima-power plant, Voimalantie 17, 67900 Kokkola.
Procedure identifier : 9167bd3a-4dec-437e-9c40-1b0df253864d
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement procedure shall be carried out with open procedure in accordance with the Section 36 of the Act on public contracts and concessions of entities operating in the water, energy, transport and postal services sectors (1398/2016, "Procurement Act for Special Sectors"). The Procurement Act for Special Sectors shall be applied to the procurement.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44610000 Tanks, reservoirs, containers and pressure vessels
Additional classification ( cpv ): 45222000 Construction work for engineering works except bridges, tunnels, shafts and subways
Additional classification ( cpv ): 45223220 Structural shell work
Additional classification ( cpv ): 45320000 Insulation work

2.1.4 General information

Additional information : The Contracting Entity has the right to suspend the procurement procedure for a real and legitimate reason (Section 116 of the Procurement Act for Special Sectors).
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Participation in a criminal organisation : The tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein 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.
Corruption : The tenderer 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, 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 tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein 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.
Terrorist offences or offences linked to terrorist activities : The tenderer 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.
Money laundering or terrorist financing : The tenderer 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.
Child labour and other forms of trafficking in human beings : The tenderer 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
Payment of taxes : The tenderer has breached its obligations to pay taxes in the country of its establishment or in the country of the buyer.
Payment of social security contributions : The tenderer has breached its obligations to pay social security contributions in the country of its establishment or in the country of the buyer.
Purely national exclusion grounds : The tenderer has breached the following obligations defined in the Finnish criminal code: violation of the right to organise, work hour offence, extortionate work discrimination, work discrimination, work safety offence or the use of unauthorised foreign labour.
Breaching of obligations in the fields of environmental law : The tenderer has breached its obligations in the field of environmental law.
Breaching of obligations in the fields of social law : The tenderer has breached its obligations in the field of social law.
Breaching of obligations in the fields of labour law : The tenderer has breached its obligations in the field of labour law.
Conflict of interest due to its participation in the procurement procedure : The participation of the tenderer in the procurement procedure gives rise to conflicts of interest.
Direct or indirect involvement in the preparation of this procurement procedure : The tenderer, or any undertaking related to it, has advised the buyer or otherwise been involved in the preparation of the procurement procedure.
Early termination, damages or other comparable sanctions : The tenderer's previous contracts or concessions have been terminated prematurely or damages or other similar penalties have been claimed in connection with the contracts in question.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The tenderer is in one of the following situations. a) It has misrepresented information in relation to the exclusion or selection criteria, b) It has withheld such information, c) It has delayed to submit the supporting information required by a buyer, or d) It has tried to influence the decision making process of the buyer, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award.
Bankruptcy : The tenderer is bankrupt.
Insolvency : The tenderer is subject of insolvency or winding-up.
Arrangement with creditors : The tenderer is in arrangement with creditors.
Analogous situation like bankruptcy under national law : The tenderer is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Assets being administered by liquidator : The assets of the tenderer are being administered by a liquidator or by the court.
Business activities are suspended : The business activities of the tenderer are suspended.
Guilty of grave professional misconduct : The tenderer is guilty of grave professional misconduct.
Agreements with other economic operators aimed at distorting competition : The tenderer has entered into agreements aimed at distorting competition.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : District Heating Battery - Kokkola
Description : Kokkolan Energia Oy ("The Contracting Entity") is implementing an electric boiler and district heating accumulator project ("Project"). The Project includes, according to the Contracting Entity's preliminary estimate: - procurement of two electrode steam boilers, - district heating battery (accumulator), - electrical connections, - main transformers, - boiler building, and - infrastructure which is necessary for the overall implementation of the Project (e.g. pipelines and heat exchangers). Each procurement is procured separately within the delivery limits, delivery scope, and time schedule determined by the Contracting Entity. The scope of this procurement is district heating battery (accumulator) construction/installation. The scope of the contract is described in the appendices of the Call for Tenders. District heating battery will be constructed/installed at the following address: Kokkolan Energia Oy, Voima-power plant, Voimalantie 17, 67900 Kokkola.
Internal identifier : 2024-018247-LOT-0001

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44610000 Tanks, reservoirs, containers and pressure vessels
Additional classification ( cpv ): 45222000 Construction work for engineering works except bridges, tunnels, shafts and subways
Additional classification ( cpv ): 45223220 Structural shell work
Additional classification ( cpv ): 45320000 Insulation work
Options :
Description of the options : This procurement does not include options.

5.1.2 Place of performance

Postal address : Voimalantie 17
Town : Kokkola
Postcode : 67900
Country subdivision (NUTS) : Keski-Pohjanmaa ( FI1D5 )
Country : Finland
Additional information : District heating battery will be constructed/installed at the following address: Kokkolan Energia Oy, Voima-power plant, Voimalantie 17, 67900 Kokkola FINLAND.

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0
Other information about renewals : This procurement does not include option periods.

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
Information about previous notices :
Identifier of the previous notice : 760277-2024
Additional information : COMPETITIVE TENDERING: The Tenderer's total score (price point + quality points) will be added together. The Contract will be awarded to the Tenderer who has submitted a tender in accordance with the terms and requirements of the Call for Tenders and whose tender is the most economically advantageous. The tender with the best price-quality ratio will be considered as the most economically advantageous tender. The winner of the competitive tendering is selected by comparing fixed price and tendered delivery time commitment. The maximum points the Tenderer can get from the total comparison is 100 points (price 88 points + delivery time 12 points). The Tenderer who gets the highest total comparison points will be awarded the Contract. TENDERS CONTAINING PRODUCTS FROM THIRD COUNTRIES: According to Section 97 of the Act on Procurements and Concession Contracts of Entities Operating in the Water and Energy Supply, Transport and Postal Services Sector (1398/2016) (“Act”), any tender submitted for the award of a supply contract may be rejected where the proportion of the products originating in third countries, as determined in accordance with Regulation (EU) No 952/2013 of the European Parliament and of the Council (Regulation (EU) No 952/2013 of the European Parliament and of the Council of 9 October 2013 laying down the Union Customs Code), exceeds 50 % of the total value of the products constituting the tender. The above shall not apply to tenders containing products originating in third countries with which the European Union has concluded, whether multilaterally or bilaterally, an agreement ensuring comparable and effective access for Union undertakings to the markets of those third countries. For this procurement, the Contracting Entity will make use of the possibility of rejecting a tender in accordance with Section 97 of the Act if the tender includes products from the above-mentioned third countries (District Heating Accumulator and related machinery, equipment and other similar products, such as steel plate products) representing more than 50 % of the total value of the products included in the tender. The Tenderer shall indicate its tender price for all the products described in the Appendix “Unit Price Form” to the Call for Tenders, as well as the country of origin/place of manufacture of these products. The Contracting Entity will evaluate and decide on the proportion of the total value of the tender relating to products originating in third countries and related to the procurement. If necessary, the Contracting Entity may ask the Tenderer to provide additional information if, upon examination of the tenders, it is not possible to determine unambiguously which of the products covered by the contract originate from third countries. Third countries in this context are those countries outside the European Union (EU) and the European Economic Area (EEA) which are not party to the World Trade Organisation (WTO) Government Procurement Agreement (GPA) and with which the European Union (EU) has not concluded a bilateral agreement to open up public procurement. Examples of such third countries include mainland China and India. SITE VISITS: The Contracting Entity reserves all interested Tenderers the opportunity to visit the installation/construction site before submitting a tender. The time of the site visit will be agreed individually with each Tenderer. The site visits will take place in weeks 25-26 (2025). Each Tenderer will be reserved a two (2) hour slot for the site visit. In case of overlapping scheduling of the visits, the visits will be reserved in order of preference for the Tenderers, with priority given to the Tenderer who booked earlier. The Contracting Entity may decide to combine the site visits in such a way that two (2) or more Tenderers interested in the procurement participate in one visit at the same time. The Tenderer may propose the site visit via email by 25.6.2025 at the latest: hankinnat@kokkolanenergia.fi The site visit is not a prerequisite for submitting a tender. However, failure to attend the site visit shall in no way diminish the Tenderer's obligations and liabilities under the procurement procedure or Contract.

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 : Suitability to pursue the professional activity
Name : Suitability to pursue the professional activity - Enrolment in a trade register
Description : The Tenderer is registered in the trade register or a similar register. The Tenderer undertakes, upon request, to provide a proof of registration.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability - References
Description : The Tenderer shall meet the requirements set out in the Appendix “References”. The Tenderer must fill in the Appendix “References” and attach it to its tender. If the tender is submitted as a group, the members of the group may meet the requirements together. If the Tenderer uses the resources of other units (resource units) to meet the requirements, the Tenderer, together with its resource units, may meet the requirements. If the Tenderer relies on the resources of the resource unit to fulfil the suitability requirements set out in this section, the resources of the resource unit must be available for providing the works under the Contract.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : The Tenderer's economic standing and financial solvency are sufficiently stable to provide the Contracting Entity with the works and supplies that are the subject matter of the Contract. The Tenderer's economical standing and financial solvency is primarily evaluated based on European Business credit reports in the service provided by Suomen Asiakastieto Oy, which must indicate a risk rating score of 1 to 3 (Suomen Asiakastieto Oy). If the Tenderer's information is not stated in the service provided by Suomen Asiakastieto Oy, the economical standing and financial solvency of the Tenderer will be evaluated based on financial statements and/or other similar information (e.g. rating report from Dun & Bradstreet or similar entity) that the Contracting Entity considers to demonstrate an equivalent risk level corresponding to Suomen Asiakastieto Oy's risk rating of 1 to 3 (1: very low risk, 2: low risk, 3: moderate risk). The Tenderer whose risk rating is 4 or 5, or whose economical standing and financial solvency are evaluated based on financial statements and/or other information to be on a similar basis, will be excluded from the procurement procedure.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates by independent bodies about quality assurance standards
Description : The Tenderer has a valid quality management system certified by an independent body (e.g. ISO 9001 or equivalent).
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Weighting of the comparison price is 88 % (points). The comparison price of the tenders is based on the fixed contract price tendered by the Tenderer. The Tenderer with the lowest price will receive 88 points. The price points of the other Tenderers are calculated using the following formula: (lowest tender price ÷ tender price of tenderer) × 88 points. Example: Price of tenderer A is EUR 100.000 Price of tenderer B is EUR 120.000 Price of tenderer C is EUR 140.000 Tenderer A receives 88 points because its price is the lowest Tenderer B receives 73,33 points [(EUR 100,000 ÷ EUR 120,000) × 88 points] Tenderer C receives 62,86 points [EUR 100,000 ÷ EUR 140,000) × 88 points]
Criterion :
Type : Quality
Name : Delivery time
Description : The Tenderer's quality points are determined by the commitment given by the Tenderer regarding the milestone (f) defined in the Contract: 0 points: the Tenderer undertakes that the pressure test has been approved, and the Plant is insulated and ready for commissioning within 17 months from the signing of the Contract. 2 points: the Tenderer undertakes that the pressure test has been approved, and the Plant is insulated and ready for commissioning within 16 months from the signing of the Contract. 4 points: the Tenderer undertakes that the pressure test has been approved, and the Plant is insulated and ready for commissioning within 15 months from the signing of the Contract. 6 points: the Tenderer undertakes that the pressure test has been approved, and the Plant is insulated and ready for commissioning within 14 months from the signing of the Contract. 8 points: the Tenderer undertakes that the pressure test has been approved, and the Plant is insulated and ready for commissioning within 13 months from the signing of the Contract. 10 points: the Tenderer undertakes that the pressure test has been approved, and the Plant is insulated and ready for commissioning within 12 months from the signing of the Contract. 12 points: the Tenderer undertakes that the pressure test has been approved, and the Plant is insulated and ready for commissioning within 11 months from the signing of the Contract. By submitting the tender, the Tenderer must commit to a delivery of the milestone (f) within 17 months from the signing of the Contract. This is a minimum requirement which the Tenderer must meet. The Tenderer who does not commit to the minimum requirement will be excluded from the procurement procedure. Please see Clause 9.2(f) of the Contract. The quality points of the Tenderer are not compared to the quality points obtained by the other Tenderers (cf. price points).
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 : 18/06/2025 14:00 +03:00

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 : 15/07/2025 16:00 +03:00
Deadline until which the tender must remain valid : 35 Day
Information about public opening :
Place : Tenders will be opened in the HILMA-service. The opening of tenders is not public.
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 : Please see the Contract.
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : Please see the Contract.

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 : The Market Court -
Information about review deadlines : The appeal must be made in writing within 14 days after the tenderer has received notification about the decision regarding the procurement with the appeal instructions. The appeal period begins on the day following the date of notification. The date of service is therefore not included in the appeal period. An appeal to the Finnish market court must be filed no later than six (6) months after the procurement decision was made in the event that the tenderer has received information about the procurement decision with the notice of appeal and the procurement decision or notice of appeal has been substantially incomplete.
Organisation providing additional information about the procurement procedure : Kokkolan Energia Oy -
Organisation providing more information on the review procedures : Kokkolan Energia Oy -
Organisation receiving requests to participate : Kokkolan Energia Oy -
Organisation processing tenders : Kokkolan Energia Oy -

8. Organisations

8.1 ORG-0001

Official name : Kokkolan Energia Oy
Registration number : 2276581-3
Town : Kokkola
Postcode : 67100
Country subdivision (NUTS) : Keski-Pohjanmaa ( FI1D5 )
Country : Finland
Telephone : +358 68233993
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1 A
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295563630
Roles of this organisation :
TED eSender

8.1 ORG-0003

Official name : The Market Court
Registration number : FI30061576
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
Notice information
Notice identifier/version : 6ca1a11f-4251-4510-9bb9-b088b485780e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/06/2025 22:02 +03:00
Languages in which this notice is officially available : English
Notice publication number : 00374608-2025
OJ S issue number : 110/2025
Publication date : 11/06/2025