400 kV and 220 kV busbar vibration dampers

Fingrid Oyj, the Finnish national transmission system operator, is initiating a procurement process for 400 kV and 220 kV substation busbar vibration dampers with the intended delivery during 2025 for central warehouse located in Finland. With this invitation to participate Fingrid is looking for capable and interested suppliers of vibration …

CPV: 31000000 Elektrische Maschinen, Geräte, Ausstattung und Verbrauchsartikel; Beleuchtung
Ausführungsort:
400 kV and 220 kV busbar vibration dampers
Vergabestelle:
Fingrid Oyj
Vergabenummer:
551099

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : 400 kV and 220 kV busbar vibration dampers
Description : Fingrid Oyj, the Finnish national transmission system operator, is initiating a procurement process for 400 kV and 220 kV substation busbar vibration dampers with the intended delivery during 2025 for central warehouse located in Finland. With this invitation to participate Fingrid is looking for capable and interested suppliers of vibration dampers. In our operating model, the network of service and goods suppliers and good co-operation with suppliers are especially important. We require all our contractual partners who supply us with services or goods to be aware of Fingrid’s significant social duty and to commit to responsibility for the economic, social and environmental effects of their operations. Delivery consists of 700 pieces of 400 kV and 180 pieces of 220 kV busbar vibration dampers. Vibration dampers are used to prevent busbar aeolian vibration which is caused by vortex shedding at the first and second natural frequencies of the busbar. PRELIMINARY PROCUREMENT SCHEDULE 1. Request to participate week 10 2. Deadline for applications week 13 3. Selection of candidates intended to be made week 13. 4. Negotiations with participants during week 13/14. The tentative dates for the negotiations are March 28th from 13:00 to 14:00 and March 31st from 13:00 to 14:00, Finnish time (The attached draft contract serves as the basis for negotiations.) 5. Final call for tender week 14 6. Deadline for final offer week 16 7. Procurement decision week 17 8. Contract can be signed when the mandatory exclusion criteria (incl. criminal records) have been checked and 14 day waiting period has ended (appr. week 20)
Procedure identifier : 11fb4eb4-6197-4b83-83f9-912e7edc3c1b
Internal identifier : 551099
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Candidates willing to participate in the procurement process, must fill in and provide the application through the procurement system Cloudia within the deadline set. The applications must include all the information mentioned in this document so that Fingrid is able to select the candidates to the negotiated procedure. Questions in English must be sent through the procurement system Cloudia. Fingrid cannot answer questions raised in other ways to ensure equal treatment of companies. Questions and answers will be published through the procurement system Cloudia. No company name is published on the questions. The answers will not include answers to matters that may endanger Fingrid’s IT security. The candidate is obligated to take into account the questions and answers given to them and to use any information that may be specified when leaving the application for participation.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting

2.1.2 Place of performance

Country : Finland
Anywhere in the given country

2.1.4 General information

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 : 400 kV and 220 kV busbar vibration dampers
Description : Fingrid Oyj, the Finnish national transmission system operator, is initiating a procurement process for 400 kV and 220 kV substation busbar vibration dampers with the intended delivery during 2025 for central warehouse located in Finland. With this invitation to participate Fingrid is looking for capable and interested suppliers of vibration dampers. In our operating model, the network of service and goods suppliers and good co-operation with suppliers are especially important. We require all our contractual partners who supply us with services or goods to be aware of Fingrid’s significant social duty and to commit to responsibility for the economic, social and environmental effects of their operations. Delivery consists of 700 pieces of 400 kV and 180 pieces of 220 kV busbar vibration dampers. Vibration dampers are used to prevent busbar aeolian vibration which is caused by vortex shedding at the first and second natural frequencies of the busbar. PRELIMINARY PROCUREMENT SCHEDULE 1. Request to participate week 10 2. Deadline for applications week 13 3. Selection of candidates intended to be made week 13. 4. Negotiations with participants during week 13/14. The tentative dates for the negotiations are March 28th from 13:00 to 14:00 and March 31st from 13:00 to 14:00, Finnish time (The attached draft contract serves as the basis for negotiations.) 5. Final call for tender week 14 6. Deadline for final offer week 16 7. Procurement decision week 17 8. Contract can be signed when the mandatory exclusion criteria (incl. criminal records) have been checked and 14 day waiting period has ended (appr. week 20)
Internal identifier : 551099

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2025
Duration end date : 31/12/2025

5.1.4 Renewal

Maximum renewals : 0

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

5.1.7 Strategic procurement

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Taloudellinen tila
Description : Kuten tarjouspyynnössä kohdassa 3 kuvattu
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Referenssit
Description : Kuten tarjouspyynnössä kohdassa 4 kuvattu
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tekniset vaatimukset
Description : Kuten tarjouspyynnössä kohdassa 4 kuvattu
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Kaikkien tuotteiden yhteenlaskettu hinta
Criterion :
Type : Quality
Name :
Description : Laatu tullaan alustavasti painottamaan
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 : 14/03/2025 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 : Allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 10:00 +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 : Täsmennetään sopimuksessa
Financial arrangement : Ei muita kuin tarjouspyynnössä kuvattuja. Täsmennetään tarvittaessa sopimuksessa

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 -
Organisation providing additional information about the procurement procedure : Fingrid Oyj -

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) : Kanta-Häme ( FI1C2 )
Country : Finland
Contact point : Johannes Koski
Telephone : +358 503595655
Internet address : http://www.fingrid.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

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
Notice information
Notice identifier/version : 7857797b-4dcf-4a2f-b326-8e824d7cb575 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/03/2025 10:45 +00:00
Notice dispatch date (eSender) : 06/03/2025 10:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00149734-2025
OJ S issue number : 47/2025
Publication date : 07/03/2025