Transmission System Operator Electricity Market Management IT System for Balancing

The procurement object is the Finnish Transmission System Operator Fingrid's Market Management System for Balancing. The system is used for managing several different electricity reserve market products as well as balancing and managing transfer capacity. Further details of the system to be procured can be found in the Procurement Object …

CPV: 48000000 Pacotes de software e sistemas de informação, 72200000 Serviços de consultoria e de programação de software
Local de execução:
Transmission System Operator Electricity Market Management IT System for Balancing
Local de premiação:
Fingrid Oyj
Número do prémio:
525787

1. Buyer

1.1 Buyer

Official name : Fingrid Oyj
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Transmission System Operator Electricity Market Management IT System for Balancing
Description : The procurement object is the Finnish Transmission System Operator Fingrid's Market Management System for Balancing. The system is used for managing several different electricity reserve market products as well as balancing and managing transfer capacity. Further details of the system to be procured can be found in the Procurement Object document attached. The product will operate the following markets: - Fast Frequency Reserve (FFR) - Frequency Containment Reserve for Disturbances (FCR-D) - Frequency Containment Reserve for Normal operation (FCR-N) - Automatic Frequency Restoration Reserve (aFRR) - manual Frequency Restoration Reserves (mFRR) Some of the markets are primarily operated in joint Nordic or European market places. For these, the procured system acts as a national fallback system. The system will handle standard market functionality such as bid submission, bid processing, bid selection and market clearing. Fingrid utilizes the products in the markets for balancing and transmission management activities. The procured system serves a significant portion of the Fingrid's balancing process functionality. This includes for example calculating the energy activation need as well as determining the required energy bid selections. Also determining the cross-zonal capacity for Day-ahead, Intraday and mFRR is a part of the system's functionality. Transmission management in the procured system consists mainly of control scheduling of the interconnector links as well as transmission line fault handling. It also includes transmission management within the price area for handling congestions. The system will be installed locally on Fingrid's IT premises. As it is a business critical solution, there will be heavy technical requirements for security and architecture.
Procedure identifier : cfa9e608-e8a2-476e-b4c0-9b502fe3c239
Previous notice : 30e0f938-d917-4fc1-a0b4-c55bb4f377cf-01
Internal identifier : 525787
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The procurement complies with the Act on the Procurement of Units in the Water, Energy, Transport and Postal Services Sectors and concessions (so-called Special Sector Procurement Act, 1398/2016). The procurement is carried out by using the negotiated procedure. In the first phase of the procurement procedure, candidates are invited to submit applications for participation in the negotiated procedure. It is not possible to invite all suppliers interested in the procurement to the negotiations, taking into account the limited resources available to the contracting entity in relation to those planned for negotiation. A large number of candidates would result in a disproportionately long and burdensome procedure for both the suppliers and the customer. In view of the above, a maximum of five (5) tenderers have been identified as the appropriate number of participants. This amount has been considered sufficient to create genuine competition at the tendering stage, but small enough to enable careful negotiation implementation by the project team of the contracting entity. The negotiation process involves negotiating with the candidates on the final terms and conditions, how the to be procured services will be carried out, the pricing model etc. At the end of the negotiations, the contracting entity shall request a binding tender from all the tenderers, based on the terms defined in the final call for tender. There will be two rounds of negotiations with separate topics to negotiate. Between the negotiation rounds there will be a demo session where the suppliers can demonstrate pre-determined use cases with their offered solution. No compensation shall be paid for the submission, presentation or other participation in the proceedings of a request to participate or a tender. Purchaser's procurement documents related to the procurement are available in English. If the company wants the tender documentation in another language, the translation and the resulting costs are borne by the company itself. PRELIMINARY TIME SCHEDULE 1. Invitation to participate 9/24 2. Evaluation of applications for participation and decision on selection of tenderers to the negotiated procedure 10/24 3. Preliminary call for tender 11/24 4. Deadline for preliminary tender 12/24 5. Negotiations 1/25-3/25 6. Demo 3/25 7. Publication of the final call for tender 3/25 8. Deadline for final tenders 4/25 9. Evaluation of the final tenders and procurement decision 5/25 10. Mandatory exclusion criteria checks before entering into the Agreement 6/25

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services

2.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : The solution will be hosted on Fingrid's on-prem IT sites.

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Transmission System Operator Electricity Market Management IT System for Balancing
Description : The procurement object is the Finnish Transmission System Operator Fingrid's Market Management System for Balancing. The system is used for managing several different electricity reserve market products as well as balancing and managing transfer capacity. Further details of the system to be procured can be found in the Procurement Object document attached. The product will operate the following markets: - Fast Frequency Reserve (FFR) - Frequency Containment Reserve for Disturbances (FCR-D) - Frequency Containment Reserve for Normal operation (FCR-N) - Automatic Frequency Restoration Reserve (aFRR) - manual Frequency Restoration Reserves (mFRR) Some of the markets are primarily operated in joint Nordic or European market places. For these, the procured system acts as a national fallback system. The system will handle standard market functionality such as bid submission, bid processing, bid selection and market clearing. Fingrid utilizes the products in the markets for balancing and transmission management activities. The procured system serves a significant portion of the Fingrid's balancing process functionality. This includes for example calculating the energy activation need as well as determining the required energy bid selections. Also determining the cross-zonal capacity for Day-ahead, Intraday and mFRR is a part of the system's functionality. Transmission management in the procured system consists mainly of control scheduling of the interconnector links as well as transmission line fault handling. It also includes transmission management within the price area for handling congestions. The system will be installed locally on Fingrid's IT premises. As it is a business critical solution, there will be heavy technical requirements for security and architecture.
Internal identifier : 525787

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : The solution will be hosted on Fingrid's on-prem IT sites.

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 01/09/2030

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The initial contract period is 5 years. After this, the contract can be extended until further notice.

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total evaluation price
Description : The total evaluation price consists of work and fees under the delivery project agreement as well as recurring fees under the 5 year contract period. The bidder with the lowest price is awarded with the maximum comparison points. Other bidders will be awarded a proportion of the maximum comparison points relative to the lowest price.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Non-mandatory requirements
Description : The evaluation of the non-mandatory requirements is based on the list of non-mandatory requirements in the tender where the bidder has indicated whether they will be included in the offer and how they will be fulfilled. The awarded comparison points are proportional to the accepted non-mandatory requirements compared to the total number of requested non-mandatory requirements. For evaluation purposes, requirements with priority 'important' will count as 4 requirement points, and requirements with priority 'nice-to-have' will count as 1 requirement point. The bidders who have included all the non-mandatory requirements in the offer will be awarded with the maximum comparison points. Other bidders will be awarded with a proportion of maximum comparison points relative to the amount of requirements they have included.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Standard functionality for functional and non-functional requirements
Description : The evaluation of the standard functionality is based on the list of functional and non-functional requirements in the tender where the bidder has indicated whether they will be included in the offer and how they will be fulfilled. Only the requirements where the bidder has indicated as standard functionality will be included. Standard functionality means that the functionality has been delivered and is in production with at least one other customer. The bidders who have indicated all functional and non-functional requirements as standard will be awarded with the maximum comparison points. Other bidders will be awarded with a proportion of maximum comparison points relative to the amount of requirements they have indicated as standard.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Demo
Description : The demo evaluation is based on the two-hour demo session together with the bidder and the procurer where the bidder can demonstrate their solution. During the demonstration, the bidder demonstrates the use cases described in the tender. No other demonstrations are reviewed outside of the designated time slot and the pre-defined use cases. The bidder is awarded comparison points for demonstrating successfully the flow of activities (steps) defined for each use case. Evaluation points will also be awarded for each use case for usability. The bidder who meets the defined requirements for successful execution of each use case step and meets the usability requirements will be awarded with maximum comparison points. Failure to meet the defined requirements will lead to point reductions as defined in the evaluation criteria.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20

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
Information about review deadlines : Instructions for rectification and appeal were delivered along with the procurement decision to all participants on 16.5.2025. A party must request rectification of procurement within 14 days of receiving notice of the decision of the contracting entity (together with instructions for appeal) or of some other resolution made in the procurement procedure. The claim must be submitted by the date when the time limit for submitting a request expires, within office hours. The day of notice is not included in the calculation of the time limit. If the last day for submitting a request is a bank holiday, Independence Day (6 December), the First of May, Christmas Eve, Midsummer Eve or a Saturday, the request for rectification may be submitted on the first weekday following that day, within office hours.
Organisation providing additional information about the procurement procedure : Fingrid Oyj
Organisation whose budget is used to pay for the contract : Fingrid Oyj
Organisation executing the payment : Fingrid Oyj
Organisation signing the contract : Fingrid Oyj

6. Results

Value of all contracts awarded in this notice : 5 166 896 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Unicorn Systems a.s.
Tender :
Tender identifier : 4214758
Identifier of lot or group of lots : LOT-0000
Value of the tender : 5 166 896 Euro
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 2025-S-466
Title : Frame Agreement - Mimosa
Date on which the winner was chosen : 16/05/2025
Date of the conclusion of the contract : 06/07/2025
Organisation signing the contract : Fingrid Oyj

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 4

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 : Fingrid Oyj
Registration number : 1072894-3
Postal address : Läkkisepäntie 21
Town : Helsinki
Postcode : 00620
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Ilkka Hulkko
Telephone : +358 303954286
Internet address : http://www.fingrid.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0003

Official name : Unicorn Systems a.s.
Size of the economic operator : Medium
Registration number : 602606606
Postal address : V Kapslovne 2797
Town : Prague
Postcode : 13000
Country subdivision (NUTS) : Hlavní město Praha ( CZ010 )
Country : Czechia
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

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 : 919b3fc7-86c4-45e8-bb98-177206df4cc2 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/08/2025 11:24 +00:00
Notice dispatch date (eSender) : 07/08/2025 11:25 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00521987-2025
OJ S issue number : 151/2025
Publication date : 08/08/2025