Caruna AMM 2.0 Meters and Metering service

The contracting authority in this procurement, which is accomplished according to the Act on Public Contracts in the Fields of Defence and Security, is Caruna Oy (Business ID 1618314-7), hereinafter referred to as "Caruna" or Buyer. Caruna´s current electricity meters are close to the end of their technical lifecycle. New …

CPV: 65500000 Servicio de lectura de contadores
Lugar de ejecución:
Caruna AMM 2.0 Meters and Metering service
Organismo adjudicador:
Caruna Oy
Número de premio:
508240

1. Buyer

1.1 Buyer

Official name : Caruna Oy

2. Procedure

2.1 Procedure

Title : Caruna AMM 2.0 Meters and Metering service
Description : The contracting authority in this procurement, which is accomplished according to the Act on Public Contracts in the Fields of Defence and Security, is Caruna Oy (Business ID 1618314-7), hereinafter referred to as "Caruna" or Buyer. Caruna´s current electricity meters are close to the end of their technical lifecycle. New metering acts and sunset of 2G network drive us to renew the meter and infrastructure around it. With the new meters, customers have access to real-time meter data through the new physical interface. The scope of this procurement includes 2nd generation new smart meters for Caruna customers, metering service and telecommunications. Scope also includes meters for fault repair and for new construction projects. Meters in scope of this procurement includes direct single-phase or three-phase electricity meters, as well as current transformer-connected and current and voltage transformer-connected electricity meters. The installation of the smart meters will be tendered separately in 2025 in the separate tendering process. The aim of the procurement is to select a single supplier to produce services that are described in the Annex 1 Service Description. The description of the service is preliminary and subject to change during the negotiations.
Procedure identifier : fa206bdf-36df-4057-a21d-347953044b02
Internal identifier : 508240
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 : The procurement will take place in compliance with Finnish legislation on procurement for contract authorities operating in Fields of Defence and Security (Finnish Statute Series No 1531/2011, hereinafter Act on Public Contracts in the Fields of Defence and Security). Value of the contract exceeds the EU threshold. The competitive tendering will be carried out through negotiated procedure, as defined in section 5 on Act on Public Contracts in the Fields of Defence and Security. An entity responding to the Invitation to participate is called a Candidate. An entity participating in negotiated procedure and responding to the competitive tender is called a Tenderer. On the first stage of the procurement procedure candidates are asked for a Request (Application) to participate in the negotiated procedure. In the negotiations there will be at least three (3) and a maximum of six (6) chosen Candidates (Tenderers), unless there are fewer eligible candidates. If there are more suitable candidates than it is decided to select to participate in the negotiated procedure, the tenderers will be selected in accordance with selection criteria set in paragraph Criteria for procurement object in this Invitation to participate. Evaluation and comparison of the Requests (applications) to participate will be accomplished in three (3) phases: 1) evaluation of the Candidates eligibility 2) verifying that the Requests (applications) to participate meet the terms set in the Invitation to participate 3) comparison of the Requests to participate The procurement procedure is initially planned to proceed according to the following steps. Schedule will be updated during the procedure: - Submitting the Requests to participate by September 26, 2024 12:00 (UTC +3) - Selection of tenderers in the negotiated procedure in October, 2024 - Beginning of actual negotiations in October 9, 2024 13.00-15.00 (UTC +3) , for the joint negotiation kick-off meeting via teams. - RFQ to be published in November, 2024 - Contract award decision in January, 2025 - The contract may be signed only after expiration of 14 days from the date the tenderers have been informed of the contract award decision. Prior to beginning of the negotiations, the selected tenderers will be in receipt of an Invitation to negotiate and estimated schedule. The aim of the negotiations is, inter alia: - To negotiate the scope of contents of the procurement, quality of services, pricing models, principles of pricing and compensations - To ensure the comparability of the tenders Invitation to participate with its annexes as well as Invitation to tender documents are available in English language.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 65500000 Meter reading service

2.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information : Åland is not included in the place of service provisioning

2.1.3 Value

Estimated value excluding VAT : 110 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2009/81/EC

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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The economic operator can confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, 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.
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 : Caruna AMM 2.0 Meters and Metering service
Description : The contracting authority in this procurement, which is accomplished according to the Act on Public Contracts in the Fields of Defence and Security, is Caruna Oy (Business ID 1618314-7), hereinafter referred to as "Caruna" or Buyer. Caruna´s current electricity meters are close to the end of their technical lifecycle. New metering acts and sunset of 2G network drive us to renew the meter and infrastructure around it. With the new meters, customers have access to real-time meter data through the new physical interface. The scope of this procurement includes 2nd generation new smart meters for Caruna customers, metering service and telecommunications. Scope also includes meters for fault repair and for new construction projects. Meters in scope of this procurement includes direct single-phase or three-phase electricity meters, as well as current transformer-connected and current and voltage transformer-connected electricity meters. The installation of the smart meters will be tendered separately in 2025 in the separate tendering process. The aim of the procurement is to select a single supplier to produce services that are described in the Annex 1 Service Description. The description of the service is preliminary and subject to change during the negotiations.
Internal identifier : 725448

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 65500000 Meter reading service
Options :
Description of the options : After 8 (eight) years fixed contract period, contract is valid until terminated.

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information : Åland is not included in the place of service provisioning

5.1.3 Estimated duration

Duration : 96 Month

5.1.4 Renewal

Maximum renewals : 0
The buyer reserves the right for additional purchases from the contractor, as described here : After 8 (eight) years fixed contract period, contract is valid until terminated. The Tender estimated value is calculated for the fifteen years (15) contract period.

5.1.5 Value

Estimated value excluding VAT : 110 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.7 Strategic procurement

Approach to reducing environmental impacts : The transition to a circular economy
Approach to reducing environmental impacts : The protection and restoration of biodiversity and ecosystems
Social objective promoted : Human rights due diligence in global supply chains
Social objective promoted : Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The call for tender qualification criteria's
Description : The call for tender qualification criteria's are described in the Call for tender sheet.
Criterion :
Type : Other
Name : Other qualification criteria's
Description : All the call for tender qualification criteria's are described in the Call for tender sheet.
Criterion :
Type : Suitability to pursue the professional activity
Name : The call for tender qualification criteria's
Description : The call for tender qualification criteria's are described in the Call for tender sheet.
Criterion :
Type : Technical and professional ability
Name : The call for tender qualification criteria's
Description : The call for tender qualification criteria's are described in the Call for tender sheet.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 6

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Selection criteria 1
Description : Selection criteria has been provided in Appendix 4 Evaluation criteria
Weight (points, exact) : 10
Criterion :
Type : Quality
Name : Selection criteria 2
Description : Selection criteria has been provided in Appendix 4 Evaluation criteria
Weight (points, exact) : 20
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

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Deadline for requesting additional information : 16/09/2024 09:00 +00:00
Information about restricted documents is available at : https://tarjouspalvelu.fi/caruna?id=508240&tpk=a030f7a5-7eea-4e76-a904-1f60201ab949

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Finnish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 26/09/2024 09:00 +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 : The procurement contract can be signed no earlier than 14 days after notification of the procurement decision.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : A non-disclosure agreement attached to the request to participate and must submitted as a completed and signed attachment to the request to participate.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : A financing arrangement is not suitable for this procurement process
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Organisation providing additional information about the procurement procedure : Caruna Oy
Organisation providing offline access to the procurement documents : Caruna Oy
Organisation receiving requests to participate : Caruna Oy
Organisation processing tenders : Caruna Oy
TED eSender : Hansel Oy (Hilma)

8. Organisations

8.1 ORG-0001

Official name : Caruna Oy
Registration number : 1618314-7
Postal address : Upseerinkatu 2
Town : Espoo
Postcode : 02600
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Lasse Huusko
Telephone : +358 400699830
Internet address : http://www.caruna.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

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-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

11. Notice information

11.1 Notice information

Notice identifier/version : 6342f45a-f381-4ca2-b05e-49a06c1f65db - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/09/2024 12:10 +00:00
Notice dispatch date (eSender) : 05/09/2024 12:24 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00535775-2024
OJ S issue number : 174/2024
Publication date : 06/09/2024