12 Long-period magnetotelluric stations

A tender is requested for 12 Long-Period Magnetotelluric (LMT) stations. The stations must be complete systems, including all necessary components (excluding batteries and electrodes) ready for field operations. A tender for electrodes is asked a s an option. Shipping costs to Espoo, Finland must be included. Each unit must include: …

CPV: 38200000 Przyrządy geologiczne i geofizyczne
Termin:
29 sierpnia 2025 13:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
12 Long-period magnetotelluric stations
Miejsce udzielenia zamówienia:
Geological Survey of Finland GTK
Numer nagrody:
GTK/188/03.01/2024

1. Buyer

1.1 Buyer

Official name : Geological Survey of Finland GTK
Legal type of the buyer : Body governed by public law, controlled by a regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 12 Long-period magnetotelluric stations
Description : A tender is requested for 12 Long-Period Magnetotelluric (LMT) stations. The stations must be complete systems, including all necessary components (excluding batteries and electrodes) ready for field operations. A tender for electrodes is asked a s an option. Shipping costs to Espoo, Finland must be included. Each unit must include: -A full 5 channel long-period magnetotelluric (LMT) system (excluding batteries and electrodes) capable of recording at least three magnetic channels and two electric channels. -All necessary cables required for instrument operation. Technical Requirements: -Magnetic field sensors must be fluxgate magnetometers covering a wide frequency range of at least (100,000 seconds to 30 seconds) or wider. -Data acquisition must be automatic and GPS-synchronized. -Power consumption must be sufficiently low to enable proper long-period magnetotelluric measurements. -The equipment must be lightweight and portable while maintaining a rugged, waterproof design with a wide operating temperature range suitable for Finnish weather conditions. -The offer must include all necessary software (including licenses) for instrument operation, as well as comprehensive operation manuals. -The supplier must ensure the availability of spare parts and provide repair services. -A minimum warranty period of 12 months is required. -The tenderer must assume full responsibility for the complete functionality of the delivered instruments. Following support is to be included to the contract: Remote support for initial installation when testing the devices (four weeks period after delivery). Schedule of delivery The Tenderer is expected to give expected delivery time. If the delivery time for the entire order is more than three months, the Tenderer is encouraged to offer delivery in several batches according to production times.
Procedure identifier : 6254efb6-1ea7-423f-958e-330dd7c1f4bc
Internal identifier : GTK/188/03.01/2024
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : An open procedure is a procurement procedure in which the contracting authority publishes a contract notice and makes the invitation to tender available, and in which all interested suppliers may submit a tender.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38200000 Geological and geophysical instruments

2.1.2 Place of performance

Postal address : Vuorimiehentie 5
Town : Espoo
Postcode : 02151
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland

2.1.4 General information

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 : 12 Long-period magnetotelluric stations
Description : A tender is requested for 12 Long-Period Magnetotelluric (LMT) stations. The stations must be complete systems, including all necessary components (excluding batteries and electrodes) ready for field operations. A tender for electrodes is asked a s an option. Shipping costs to Espoo, Finland must be included. Each unit must include: -A full 5 channel long-period magnetotelluric (LMT) system (excluding batteries and electrodes) capable of recording at least three magnetic channels and two electric channels. -All necessary cables required for instrument operation. Technical Requirements: -Magnetic field sensors must be fluxgate magnetometers covering a wide frequency range of at least (100,000 seconds to 30 seconds) or wider. -Data acquisition must be automatic and GPS-synchronized. -Power consumption must be sufficiently low to enable proper long-period magnetotelluric measurements. -The equipment must be lightweight and portable while maintaining a rugged, waterproof design with a wide operating temperature range suitable for Finnish weather conditions. -The offer must include all necessary software (including licenses) for instrument operation, as well as comprehensive operation manuals. -The supplier must ensure the availability of spare parts and provide repair services. -A minimum warranty period of 12 months is required. -The tenderer must assume full responsibility for the complete functionality of the delivered instruments. Following support is to be included to the contract: Remote support for initial installation when testing the devices (four weeks period after delivery). Schedule of delivery The Tenderer is expected to give expected delivery time. If the delivery time for the entire order is more than three months, the Tenderer is encouraged to offer delivery in several batches according to production times.
Internal identifier : GTK/188/03.01/2024

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38200000 Geological and geophysical instruments

5.1.2 Place of performance

Postal address : Vuorimiehentie 5
Town : Espoo
Postcode : 02151
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Echnical properties of devices
Description : Technical properties of the devices will be evaluated based on the following points: Highest upper limit of frequency band for magnetic sensor (HULF) Low Power consumption of the full LMT system Technical specifications of the equipment will be evaluated scoring 1=weak, 2=satisfactory, 3=good, 4=very good, and 5=outstanding. Scoring will be done based on the GTK expertise on the topic and justification will be given in the scoring document. The highest scoring of all is awarded a score equivalent to the weighting percentage and the rest are scored less points in proportion to the highest score with the following formula: weighting of the comparison criterion x tender score/highest score
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Delivery references
Description : Delivery references are evaluated based on their stated amount and on their appropriateness to the given Invitation to Tender. Only references from the previous 3 years (2022-2025), and deliveries of similar devices, are considered. The scoring will be: 1-2 references (1 point), 3-6references (2 points), more than 7 references (3 points). Similarity to the requirements of this tender (1 to 3 points), evaluated according to the GTK expertise on the topic and justification will be given in the scoring document. The total score for a tender is proportioned with the weighting and the highest score. The tender with the highest score is awarded a score equivalent to the weighting percentage and the rest are awarded less points calculated using the formula: weighting of the comparison criterion x tender score/highest score
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hinta
Description : Halvin hinta
Criterion :
Type : Quality
Name : Laatu

5.1.11 Procurement documents

Deadline for requesting additional information : 15/08/2025 13:00 +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 : Allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 29/08/2025 13:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/09/2025 09:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
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

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 : Geological Survey of Finland GTK
Registration number : 0244680-7
Postal address : Vuorimiehentie 5
Town : Espoo
Postcode : 02151
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Registry
Email : gtk@gtk.fi
Telephone : +358 295032105
Internet address : https://www.gtk.fi/
Roles of this organisation :
Buyer

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

10. Change

Version of the previous notice to be changed : 40b1913b-b9dd-45cd-9ff2-2deedec0f261-01
Main reason for change : Publisher correction
Description : Kirjoitusvirhe kohdassa: Power consumption must be sufficiently low to enable autonomous long-period magnetotelluric measurements for at least three weeks of measurements with a 12V 100Ah battery.

Notice information

Notice identifier/version : d17d85bb-9d1e-44b3-9e76-6c75328b82c9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/07/2025 12:39 +00:00
Notice dispatch date (eSender) : 11/07/2025 12:39 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00458671-2025
OJ S issue number : 132/2025
Publication date : 14/07/2025