Electric boiler plant 60 MW - Hyvinkää

Hyvinkään Lämpövoima Oy ("The Contracting Entity") is preparing an investment in non-combustible heat production for its district heating network. The Contracting Entity’s plan is to procure an Electrode Boiler plant alongside the Contracting Entity’s existing heat production equipment ("Project"). According to the Contracting Entity's preliminary estimate, the Project includes the …

CPV: 42000000 Máquinas industriais, 42160000 Instalações para caldeiras, 42162000 Caldeiras para produção de vapor, 51100000 Serviços de instalação de equipamento eléctrico e mecânico
Prazo:
15 de Agosto de 2025 às 12:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Electric boiler plant 60 MW - Hyvinkää
Local de premiação:
Hyvinkään Lämpövoima Oy
Número do prémio:
2025-026798-LOT-0001

1. Buyer

1.1 Buyer

Official name : Hyvinkään Lämpövoima Oy
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Electric boiler plant 60 MW - Hyvinkää
Description : Hyvinkään Lämpövoima Oy ("The Contracting Entity") is preparing an investment in non-combustible heat production for its district heating network. The Contracting Entity’s plan is to procure an Electrode Boiler plant alongside the Contracting Entity’s existing heat production equipment ("Project"). According to the Contracting Entity's preliminary estimate, the Project includes the following separate procurements: - Electrode boiler plant 60 MW (this procurement) - Building for the Electrode Boiler (will be procured separately, not in the scope of this procurement), - Main transformer (will be procured separately, not in the scope of this procurement), - Building for the main transformer (will be procured separately, not in the scope of this procurement), and - All the necessary infrastructure which is necessary for the overall implementation of the Project (e.g. pipelines etc.). The scope of this procurement is the supply of one (1) complete Electrode Boiler (60 MW) to the Site. This procurement covers the Electrode Boiler with its equipment, internal piping, primary circuits, heat exchanger, electrical and automation systems, controls, fully commissioned and ready for use and operation and subject to official inspections. The scope of the procurement is described in more detail in the Call for tenders and its appendices. The Contracting Entity will eventually award one (1) Tenderer the Contract.
Procedure identifier : ef15d7c1-f5c7-4aaf-9b43-f44006be30e6
Type of procedure : Open
The procedure is accelerated : no
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 ): 42000000 Industrial machinery
Additional classification ( cpv ): 42160000 Boiler installations
Additional classification ( cpv ): 42162000 Steam-generating boilers
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment

2.1.2 Place of performance

Postal address : Syrjäntie 3
Town : Hyvinkää
Postcode : 05800
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information : Please see Appendices of the Call for Tenders.

2.1.4 General information

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 characteristics of the tendered Electrode Boiler. The maximum points the Tenderer can get from the total comparison is 100 points (price 70 points + quality 30 points (5+10+15)). 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 (Electrode Boiler and related machinery, equipment and other similar products) representing more than 50 % of the total value of the products included in the tender. The Tenderer shall indicate in the Appendix "Product Catalog" the most significant products, 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 the 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 Organization (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. SUSPENSION OF THE PROCUREMENT PROCEDURE: The Contracting Entity has the right to suspend the procurement procedure for a real and justified reason (e.g., if an investment decision cannot be made or there are no grounds for it). 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 starting week 31 (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 25.7.2025 at 16.00 (GMT +3) at the latest: hankinnat@hlv.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 Contract.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice, European Single Procurement Document (ESPD)
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 including 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
Breaching obligation relating to 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.
Breaching obligation relating to 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.
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, insolvency or arrangement with creditors 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.
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.
Breaching of obligations set under 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Electric boiler plant 60 MW - Hyvinkää
Description : Hyvinkään Lämpövoima Oy ("The Contracting Entity") is preparing an investment in non-combustible heat production for its district heating network. The Contracting Entity’s plan is to procure an Electrode Boiler plant alongside the Contracting Entity’s existing heat production equipment ("Project"). According to the Contracting Entity's preliminary estimate, the Project includes the following separate procurements: - Electrode boiler plant 60 MW (this procurement) - Building for the Electrode Boiler (will be procured separately, not in the scope of this procurement), - Main transformer (will be procured separately, not in the scope of this procurement), - Building for the main transformer (will be procured separately, not in the scope of this procurement), and - All the necessary infrastructure which is necessary for the overall implementation of the Project (e.g. pipelines etc.). The scope of this procurement is the supply of one (1) complete Electrode Boiler (60 MW) to the Site. This procurement covers the Electrode Boiler with its equipment, internal piping, primary circuits, heat exchanger, electrical and automation systems, controls, fully commissioned and ready for use and operation and subject to official inspections. The scope of the procurement is described in more detail in the Call for tenders and its appendices. The Contracting Entity will eventually award one (1) Tenderer the Contract.
Internal identifier : 2025-026798-LOT-0001

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42160000 Boiler installations
Additional classification ( cpv ): 42162000 Steam-generating boilers
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Options :
Description of the options : This procurement does not include options.

5.1.2 Place of performance

Postal address : Syrjäntie 3
Town : Hyvinkää
Postcode : 05800
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information : Please see Appendices of the Call for Tenders.

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
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 : COMPETITIVE TENDERING: Final Comparison Points (Price+ Quality) 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 characteristics of the tendered Electrode Boiler (Quality criteria 1-3). The maximum points the Tenderer can get from the total comparison is 100 points (price 70 points + quality 30 points (5+10+15)). The Tenderer who gets the highest total comparison points will be awarded the Contract. Example: Tenderer A has received 70.00 price points and 15 quality points. Tenderer B has received 58.33 price points and 5 quality points. Tenderer C has received 50.00 price points and 10 quality points. Tenderer C will be selected as the Contractor as it has received the highest overall score (70.00 price points + 15 quality points = 85.00 points). In the event of an equal comparison points, the Tenderer committed to higher price points will be chosen. In the event of an equal comparison and price points, then the winner of the competitive tendering is the Tenderer which annual turnover is higher.

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

Sources of selection criteria : Notice, European Single Procurement Document (ESPD)
Criterion : Enrolment in a trade register
Description : Enrolment in a Trade Register Suitability to pursue the professional activity.
Criterion : General yearly turnover
Description : Yearly Turnover The Tenderer's turnover must be at least three million (3.000.000) euros for the previous financial year audited (12-month accounting period). The Tenderer may use the resources of the consortium members or resource units to meet the suitability requirements.
Criterion : Other economic or financial requirements
Description : Economic and Financial Standing The financial situation of the Tenderer (including all members of the consortium) must be at least A+ (satisfactory+) in Suomen Asiakastieto Oy's Rating Alfa rating or is at a corresponding level based on financial statements or other similar reports (e.g., Dun & Bradstreet report).
Criterion : References on specified deliveries
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 (consortium), 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.
Criterion : 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). The Tenderer may use the resources of the consortium members or resource units to meet the suitability requirements.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price (weighting 70 %) The Tenderer who has given the lowest tender price (VAT 0 %) for the delivery of the scope of the Works, will get 70 comparison points. Comparison points of other Tenderers are determined by the following formula: (lowest comparison price ÷ Tenderer's price) × 70 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 70 points because its price is the lowest Tenderer B receives 58.33 points [(EUR 100,000 ÷ EUR 120,000) × 70 points] Tenderer C receives 50.00 points [EUR 100,000 ÷ EUR 140,000) × 70 points]
Criterion :
Type : Quality
Name : Quality Criteria 1 (weighting 5 %)
Description : The Tenderer will be awarded quality points based on its commitment for the availability of the tendered Electrode Boiler and the entire Plant as defined in the Contract as follows: ≥ 98,00 (1 comparison point) ≥ 98,25 (1,625 comparison points) ≥ 98,50 (2,25 comparison points) ≥ 98,75 (2,875 comparison points) ≥ 99 (3,5 comparison points) ≥ 99,25 (4,25 comparison points) ≥ 99,5 (5 comparison points) For clarity, the minimum requirement for the availability is 97,5 %. The Tenderer will be excluded from the procurement procedure if the Tenderer commits to a lower availability-% than 97,5.
Criterion :
Type : Quality
Name : Quality Criteria 2 (weighting 10 %)
Description : The Tenderer will be awarded 10 quality points if the tendered Electrode Boiler and the entire Plant as defined in the Contract has characteristics which enable it to participate in the FCR-D Reserve Markets. The Tenderer will be awarded 0 quality points if the tendered Electrode Boiler and the entire Plant as defined in the Contract does not have characteristics which enable it to participate in the FCR-D Reserve Markets. For clarity, the Tenderer will not be excluded from the procurement procedure if the Electrode Boiler and the entire Plant as defined in the Contract does not have characteristics which does not enable it to participate in the FCR-D Reserve Markets. If the Tenderer has informed in its tender that the Electrode Boiler and the entire Plant as defined in the Contract has characteristics to participate in the FCR-D Reserve Markets, such commitment will be transferred to an absolute guarantee (minimum requirement) in the Contract if the Tenderer is awarded the Contract.
Criterion :
Type : Quality
Name : Quality Criteria 3 (weighting 15 %)
Description : The Tenderer will be awarded quality points based on the tendered Electrode Boiler's (and the entire Plant's) electrical power in the FCR-N, aFRR and mFRR Reserve Markets as follows: FCR-N ≥ 20 MW (1 comparison point) ≥ 30 MW (2 comparison points) ≥ 40 MW (3 comparison points) ≥ 50 MW (4 comparison points) ≥ 60 MW (5 comparison points) aFRR ≥ 20 MW (1 comparison point) ≥ 30 MW (2 comparison points) ≥ 40 MW (3 comparison points) ≥ 50 MW (4 comparison points) ≥ 60 MW (5 comparison points) mFRR ≥ 20 MW (1 comparison point) ≥ 30 MW (2 comparison points) ≥ 40 MW (3 comparison points) ≥ 50 MW (4 comparison points) ≥ 60 MW (5 comparison points) For clarity, the Tenderer's commitments will be transferred to an absolute guarantees (minimum requirements) in the Contract if the Tenderer is awarded the Contract.

5.1.11 Procurement documents

Deadline for requesting additional information : 07/08/2025 12:00 +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 : 15/08/2025 12:00 +03:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 15/08/2025 12:15 +03:00
Place : Tenders will be opened in the Hilma-service. The tender opening event 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 : In accordance with the Appendix (Supply Agreement), (hereinafter "the Contract"). The conclusion of the Contract is subject to approval by the Contracting Entity's board of directors.
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : In accordance with 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 of the tenderer receiving notification of the procurement decision and the instructions for appeal. An appeal to the Market Court must be lodged within six (6) months of the procurement decision being made if the tenderer has been informed of the procurement decision and the instructions for appeal and the procurement decision or the instructions for appeal have been substantially deficient.
Organisation providing additional information about the procurement procedure : Hyvinkään Lämpövoima Oy
Organisation providing more information on the review procedures : Hyvinkään Lämpövoima Oy
Organisation receiving requests to participate : Hyvinkään Lämpövoima Oy
Organisation processing tenders : Hyvinkään Lämpövoima Oy

8. Organisations

8.1 ORG-0001

Official name : Hyvinkään Lämpövoima Oy
Registration number : 0125645-4
Postal address : PL 240
Town : Hyvinkää
Postcode : 05801
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 19 45801
Internet address : https://hlv.fi/
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 : 68216413-4b94-458f-8338-a0a17a77f060 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/07/2025 12:06 +03:00
Languages in which this notice is officially available : English
Notice publication number : 00456138-2025
OJ S issue number : 132/2025
Publication date : 14/07/2025