Ultrafiltration for water treatment plant, TP 25/25

For research and treatment process development purposes Helsinki Region Environmental Services (later also "client" or "HSY") is in the process of acquiring an ultrafiltration (UF) unit to be retrofitted in an existing sand filter for Pitkäkoski water treatment plant (WTP). Long-term goal for the ultrafiltration pilot is to evaluate ultrafiltration …

CPV: 42910000 Aparatura do destylacji, filtrowania lub rektyfikacji
Miejsce wykonania:
Ultrafiltration for water treatment plant, TP 25/25
Miejsce udzielenia zamówienia:
HSY Helsingin seudun ympäristöpalvelut -kuntayhtymä
Numer nagrody:
293/05.050.500.5001/2025

1. Buyer

1.1 Buyer

Official name : HSY Helsingin seudun ympäristöpalvelut -kuntayhtymä
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Ultrafiltration for water treatment plant, TP 25/25
Description : For research and treatment process development purposes Helsinki Region Environmental Services (later also "client" or "HSY") is in the process of acquiring an ultrafiltration (UF) unit to be retrofitted in an existing sand filter for Pitkäkoski water treatment plant (WTP). Long-term goal for the ultrafiltration pilot is to evaluate ultrafiltration paired with chemical precipitation as a primary natural organic matter (NOM) removal method when purifying cold surface water. Membrane performance and water quality is compared to that of a clarification and sand filtration. Purchased UF process will be preceded by a separate chemical dozing and flocculation unit to ensure effective NOM removal and membrane applicability in variable conditions. Different precipitation chemicals will be used, but the choice of chemicals and applied dose can be discussed with membrane supplier. In principle, the UF unit would be built in one of the existing sand filter pairs: one of the filters will be used for chemical dozing and flocculation, while the other one is reserved for UF units. The main targets in piloting are: - Adequate NOM removal - Act as an effective microbial barrier - Stable turbidity level in permeate from membrane filtration HSY have completed several laboratory scale tests for different UF processes, and the Client has decided to perform a full scale UF pilot based on ceramic submerged membrane filtration. Produced permeate from the ceramic UF unit will be further processed in Pitkäkoski WTP prior to distribution to customers. Pilot process lifetime is expected to be at least 50 years and membranes are assumed to be replaced during the piloting. The ceramic UF treatment could potentially be used in the future to further increase the capacity of Pitkäkoski WTP or as the primary treatment step in a new WTP in the Helsinki Metropolitan area. As the purchased membrane unit will replace part of the existing treatment process and membrane permeate is directed to further treatment, client will oblige actions from process supplier in case warranty clauses are not met.
Procedure identifier : d516ea5d-670b-416c-98bf-1ddc033fc497
Internal identifier : 293/05.050.500.5001/2025
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 entity will select from three (3) to five (5) candidates for negotiations. Only those candidates which fulfil the minimum requirements as informed in this invitation to participate will be qualified for the negotiations. The client negotiates with the qualified candidates for awarding the contract. The client qualifies three (3) to five (5) candidates to the negotiations who fulfill the minimum requirements best. If there are less than three candidates who fulfill the minimum criteria, negotiations will be held with those candidates. The evaluation and qualification is based on the information which is submitted by the candidates in their applications. If there are more than five candidates, the candidates will be selected for the negotiation using quality points. The scoring takes place in accordance with A.14. (See the "Common criteria/information" section of the invitation for participation). Proceeding and the preliminary schedule of the procurement process is as follows (negotiated procedure): 1. Publication of the procurement announcement (Invitation to participate). 2. The candidates submit their a request to participate for prequalification at latest 4 April 2025. (Without any commitment from the client). 3. The client evaluates the requests to participates. Only those candidates which fulfil the minimum requirements will be qualified for the negotiations. . 4. Publication for the preliminary invitation for tenders 5. The candidates submit their preliminary tenders at the latest 17 April 2025. (Without any commitment from the client). 6. Negotiations are estimated to be started at calendar week 17/2025. (Without any commitment from the client). The client reserves the right to have more than one negotiation rounds, if necessary. 7. Publication for the final invitation for tender 8. Submitting the final tenders to the client: Estimated time span is in April 2025. (Without any commitment from the client). 9. The procurement decision (award of contract): Estimated time span for is in May 2025. (Without any commitment from the client). As result of the negotiations the final tender request might be revised from the preliminary tender request and differ from the preliminary tender request. The Client reserves the right to revise the preliminary schedule of procurement process during the procurement. All written information is considered not binding by any party until the final tender and signing of the contract agreement. The main purpose of the negotiations is to specify the details of the contents of the project so that the needs of the client are taken into account as well as possible. Negotiations concern among other things the scope of the contract, the technical content, the quality of the technical solutions, commercial items and project management.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42910000 Distilling, filtering or rectifying apparatus

2.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland

2.1.4 General information

Additional information : The documents of the invitation to tender are not directly available from the Tarjouspalvelu.fi portal due to the confidential information they contain for the client and therefore the documents will only be sent to the NEGOTIATIONS CHOOSED candidates on request against the completed confidentiality commitment for the submission of the preliminary offer.
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 : Ultrafiltration for water treatment plant, TP 25/25
Description : For research and treatment process development purposes Helsinki Region Environmental Services (later also "client" or "HSY") is in the process of acquiring an ultrafiltration (UF) unit to be retrofitted in an existing sand filter for Pitkäkoski water treatment plant (WTP). Long-term goal for the ultrafiltration pilot is to evaluate ultrafiltration paired with chemical precipitation as a primary natural organic matter (NOM) removal method when purifying cold surface water. Membrane performance and water quality is compared to that of a clarification and sand filtration. Purchased UF process will be preceded by a separate chemical dozing and flocculation unit to ensure effective NOM removal and membrane applicability in variable conditions. Different precipitation chemicals will be used, but the choice of chemicals and applied dose can be discussed with membrane supplier. In principle, the UF unit would be built in one of the existing sand filter pairs: one of the filters will be used for chemical dozing and flocculation, while the other one is reserved for UF units. The main targets in piloting are: - Adequate NOM removal - Act as an effective microbial barrier - Stable turbidity level in permeate from membrane filtration HSY have completed several laboratory scale tests for different UF processes, and the Client has decided to perform a full scale UF pilot based on ceramic submerged membrane filtration. Produced permeate from the ceramic UF unit will be further processed in Pitkäkoski WTP prior to distribution to customers. Pilot process lifetime is expected to be at least 50 years and membranes are assumed to be replaced during the piloting. The ceramic UF treatment could potentially be used in the future to further increase the capacity of Pitkäkoski WTP or as the primary treatment step in a new WTP in the Helsinki Metropolitan area. As the purchased membrane unit will replace part of the existing treatment process and membrane permeate is directed to further treatment, client will oblige actions from process supplier in case warranty clauses are not met.
Internal identifier : 293/05.050.500.5001/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42910000 Distilling, filtering or rectifying apparatus

5.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information :

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 procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no
Additional information : The documents of the invitation to tender are not directly available from the Tarjouspalvelu.fi portal due to the confidential information they contain for the client and therefore the documents will only be sent to the NEGOTIATIONS CHOOSED candidates on request against the completed confidentiality commitment for the submission of the preliminary offer.

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

Criterion :
Type : Economic and financial standing
Name : The candidate's financial situation
Description : The candidate’s financial situation has to be solid. The candidate's financial situation must be such that it is at least A in the rating of Suomen Asiakastieto Oy. If for some reason the candidate does not receive Suomen Asiakastieto Oy's alpha-rating rating report, it must prove that the financial situation is solid. Candidate must provide a certificate of a candidate credit rating or a reliable account of his or her financial situation. The candidate ratings Score have to indicates that there is a low level risk of bankruptcy for the company. The rating score used must be widely used, generally available and prepared by a third party. The candidate must report the rating and the rating agency that has made the rating.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Selection points
Description : Selection points
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Description : At least three references from drinking water treatment utilities where ceramic flat sheet membranes have been installed. References may not be older than three years, calculated from the beginning of 2022. The total value of each reference item must be at least €400’000.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price
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 : Intellectual property right issues
Deadline for requesting additional information : 27/03/2025 11:00 +00:00
Information about restricted documents is available at : https://tarjouspalvelu.fi/hsy?id=549850&tpk=7028c165-76b8-4246-b226-2cdf50ae35f6

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 04/04/2025 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 : Accordin to agreement.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Confidentiality Agreements needed.
Financial arrangement : No

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 information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Markkinaoikeus -
Organisation providing additional information about the procurement procedure : HSY Helsingin seudun ympäristöpalvelut -kuntayhtymä -

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
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0002

Official name : HSY Helsingin seudun ympäristöpalvelut -kuntayhtymä
Registration number : 2274241-9
Postal address : PL 300
Town : HSY
Postcode : 00066
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Hannu Toivonen
Telephone : +358 504372011
Internet address : http://www.hsy.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 : 136f12d1-754a-4b5d-8bdf-1f0d78e02d2b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/03/2025 05:28 +00:00
Notice dispatch date (eSender) : 18/03/2025 05:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00178083-2025
OJ S issue number : 55/2025
Publication date : 19/03/2025