See the notice on TED website
1. Buyer
1.1.
Buyer
Official name: Gasgrid Finland Oy
Legal type of the buyer: Public undertaking
Activity of the contracting entity: Production, transport or distribution of gas or heat
1.1.
Buyer
Official name: Gasgrid Vetyverkot Oy
Legal type of the buyer: Public undertaking, controlled by a central government authority
Activity of the contracting entity: Production, transport or distribution of gas or heat
1.1.
Buyer
Official name: Floating LNG Terminal Finland Oy
Legal type of the buyer: Public undertaking, controlled by a central government authority
Activity of the contracting entity: Production, transport or distribution of gas or heat
2. Procedure
2.1.
Procedure
Title: Environmental Consulting Services
Description: In this procurement, Gasgrid Finland Oy together with its subsidiaries Gasgrid Vetyverkot Oy and Floating LNG Terminal Finland Oy as the Contracting Authority are seeking for three (3) Consultants to provide services related to permitting and environmental studies for projects and sub-projects The framework agreements for environmental services will cover mainly the service scopes as follows: - EIA procedures and materials related to EIA decision applications - Environmental studies, including nature, archeological and other studies - Preparation of permit applications, especially water, expropriation and survey permits - Assisting in land acquisition works - Stakeholder management related to EIA procedures and other permitting processes as well as land acquisition tasks The main scope of the services will consist of tasks related to the Framework Agreement are estimated to be EIA procedures, environmental studies and water permit applications. The Services may also cover environmental studies, EIAs and permitting procedures for offshore pipelines in Finnish territorial waters and EEZ. The scope is defined in more detail in this contract notice and it's annexes. The request for tender will be will be issued to the candidates selected to tender after the NDA has been signed. During the contract period, the Contracting Authority organizes mini-competitions among the awarded Service Providers for selecting the Service Provider for each individual Assignment. Assignments define the commitment to be ordered and supplied. Assignments will be introduced more closely on a later phase of this procurement. The selection criteria utilized for each Assignment is price and quality ratio. Tendering for any of the Assignments is not mandatory. The Contracting Authority may place assignments with a value of less than EUR 200,000 with a contract partner of its choice without conducting a separate mini‑competition. Individual assignments may be carried out using a target pricing model. During the contract period, the Contracting Authority will monitor the supplier’s performance using a set of KPIs. The preliminary performance indicators are expected to include adherence to assignment schedules and customer satisfaction.
Procedure identifier: ddaaaca1-9b33-4b12-b644-0cfcf5464e3a
Internal identifier: 608657
Type of procedure: Restricted
The procedure is accelerated: no
Main features of the procedure: The procurement procedure is a restricted procedure. No negotiations will be organized during procedure. Only those economic operators invited by the Contracting Authority following its assessment of the information provided will be invited to the tender.
2.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 71000000 Architectural, construction, engineering and inspection services
Additional classification (cpv): 71313000 Environmental engineering consultancy services, 71313400 Environmental impact assessment for construction, 71313440 Environmental Impact Assessment (EIA) services for construction, 71500000 Construction-related services, 71600000 Technical testing, analysis and consultancy services, 90700000 Environmental services
2.1.2.
Place of performance
Country subdivision (NUTS): Extra-Regio NUTS 3 (FIZZZ)
Country: Finland
Additional information: Services are provided for whole Contracting Authority’s gas distribution network area as well as at new project locations in Finland. The current distribution network and its expansion plans are presented at: https://gasgrid.fi/rakentaminen/
2.1.3.
Value
Estimated value excluding VAT: 15 000 000,00 EUR
Maximum value of the framework agreement: 15 000 000,00 EUR
2.1.4.
General information
Additional information: The Finnish Act on Public Contracts and Concessions of Entities operating in the Water, Energy, Transport and Postal Services Sectors (1398/2016, also "The Act") is followed in this procurement process. The procurement procedure is restricted procedure. In this procedure, contracting entities publishes an invitation to participate in which all prospective suppliers may request permission to participate to the procurement process.
Legal basis:
Directive 2014/25/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: European Single Procurement Document (ESPD)
5. Lot
5.1.
Lot: LOT-0000
Title: Environmental Consulting Services
Description: In this procurement, Gasgrid Finland Oy together with its subsidiaries Gasgrid Vetyverkot Oy and Floating LNG Terminal Finland Oy as the Contracting Authority are seeking for three (3) Consultants to provide services related to permitting and environmental studies for projects and sub-projects The framework agreements for environmental services will cover mainly the service scopes as follows: - EIA procedures and materials related to EIA decision applications - Environmental studies, including nature, archeological and other studies - Preparation of permit applications, especially water, expropriation and survey permits - Assisting in land acquisition works - Stakeholder management related to EIA procedures and other permitting processes as well as land acquisition tasks The main scope of the services will consist of tasks related to the Framework Agreement are estimated to be EIA procedures, environmental studies and water permit applications. The Services may also cover environmental studies, EIAs and permitting procedures for offshore pipelines in Finnish territorial waters and EEZ. The scope is defined in more detail in this contract notice and it's annexes. The request for tender will be will be issued to the candidates selected to tender after the NDA has been signed. During the contract period, the Contracting Authority organizes mini-competitions among the awarded Service Providers for selecting the Service Provider for each individual Assignment. Assignments define the commitment to be ordered and supplied. Assignments will be introduced more closely on a later phase of this procurement. The selection criteria utilized for each Assignment is price and quality ratio. Tendering for any of the Assignments is not mandatory. The Contracting Authority may place assignments with a value of less than EUR 200,000 with a contract partner of its choice without conducting a separate mini‑competition. Individual assignments may be carried out using a target pricing model. During the contract period, the Contracting Authority will monitor the supplier’s performance using a set of KPIs. The preliminary performance indicators are expected to include adherence to assignment schedules and customer satisfaction.
Internal identifier: 608657
5.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 71000000 Architectural, construction, engineering and inspection services
Additional classification (cpv): 71313000 Environmental engineering consultancy services, 71313400 Environmental impact assessment for construction, 71313440 Environmental Impact Assessment (EIA) services for construction, 71500000 Construction-related services, 71600000 Technical testing, analysis and consultancy services, 90700000 Environmental services
5.1.2.
Place of performance
Country subdivision (NUTS): Extra-Regio NUTS 3 (FIZZZ)
Country: Finland
Additional information: Services are provided for whole Contracting Authority’s gas distribution network area as well as at new project locations in Finland. The current distribution network and its expansion plans are presented at: https://gasgrid.fi/rakentaminen/
5.1.3.
Estimated duration
Start date: 10/07/2026
Duration end date: 09/07/2029
5.1.4.
Renewal
Maximum renewals: 3
5.1.5.
Value
Estimated value excluding VAT: 15 000 000,00 EUR
Maximum value of the framework agreement: 15 000 000,00 EUR
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 fully or partially 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): no
Additional information: The Finnish Act on Public Contracts and Concessions of Entities operating in the Water, Energy, Transport and Postal Services Sectors (1398/2016, also "The Act") is followed in this procurement process. The procurement procedure is restricted procedure. In this procedure, contracting entities publishes an invitation to participate in which all prospective suppliers may request permission to participate to the procurement process.
5.1.7.
Strategic procurement
Approach to reducing environmental impacts: The transition to a circular economy
Social objective promoted: Fair working conditions
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document, European Single Procurement Document (ESPD)
Information about the second stage of a two-stage procedure:
Maximum number of candidates to be invited for the second stage of the procedure: 7
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion:
Type: Price
Name: Price
Description: weighting of the price factor x (lowest total price / total price of the tender).
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 20
Criterion:
Type: Quality
Name: Quality
Description: 1) EIA Project managers’ references in similar projects The Contracting Authority values the project managers’ references in similar positions in EIA projects for infrastructure projects. 2) Experience of other key experts for permitting projects The Contracting Authority values the experience of experts nominated for permitting services in the following key areas: - water permit applications - applications for permission to spoil or destroy archeological objects (Kajoamislupa) - applications for exemption permits related to nature conservation (LsL:n mukainen poikkeuslupa) - land use planning including areas for T/kem areas - expropriation permit applications
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 80
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available: English
Deadline for requesting additional information: 07/05/2026 13:00:00 (UTC+00:00) Western European Time, GMT
5.1.12.
Terms of procurement
Terms of the procedure:
Estimated date of dispatch of the invitations to submit tenders: 26/05/2026
Security clearance is required
Description: The Contracting Authority shall have the right to require that any person employed by the Service Provider or its Subcontractor performing the Service be subject to a brief or basic security clearance by the Finnish authorities, such as Security and Intelligence Service. Alternatively, if the Finnish authorities are not able or do not have the authority to perform the security clearance, the Service Provider shall seek for security clearance from the authorities of the person's residence. Security clearances are accepted from the authorities of countries that are parties to an international agreement for the protection of classified information or from a country considered as equally reliable according to Finnish authorities. Any reasonable fees payable to the authorities for the security clearance shall be paid by the Contracting Authority.
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: English
Electronic catalogue: Allowed
Variants: Not allowed
Tenderers may submit more than one tender: Not allowed
Deadline for receipt of requests to participate: 19/05/2026 13:00:00 (UTC+00:00) Western European Time, GMT
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: Presented in the request to participate and supplemented as the procurement procedure progresses. For the avoidance of doubt, it is stated that the draft contract, together with its appendices, will be provided to the candidates selected as tenderers after the non‑disclosure agreement has been signed
A non-disclosure agreement is required: yes
Additional information about the non-disclosure agreement: Will be signed after the Candidate has been selected as a Tenderer but before Tenderer has access to Invitation to Initial Tender material
Electronic invoicing: Required
Electronic ordering will be used: yes
Electronic payment will be used: yes
Financial arrangement: Payment term 30 days net. Before sending the invoice, the Service Provider shall submit a draft invoice to the Client for review and approval. After approval, the Service Provider shall send the electronic invoice in accordance with the Client's invoicing instructions.
5.1.15.
Techniques
Framework agreement:
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants: 3
Information about the dynamic purchasing system:
No dynamic purchase system
5.1.16.
Further information, mediation and review
Mediation organisation: Markkinaoikeus
Review organisation: Markkinaoikeus
Organisation providing additional information about the procurement procedure: Gasgrid Finland Oy
Organisation providing offline access to the procurement documents: Gasgrid Finland Oy
Organisation providing more information on the review procedures: Markkinaoikeus
Organisation receiving requests to participate: Gasgrid Finland Oy
Organisation processing tenders: Gasgrid Finland Oy
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 more information on the review procedures
Mediation organisation
8.1.
ORG-0002
Official name: Gasgrid Finland Oy
Registration number: 3007894-1
Postal address: Keilaranta 13-19 B
Town: Espoo
Postcode: 02150
Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1)
Country: Finland
Contact point: Gasgrid Finland Oy
Telephone: +358 405887777
Roles of this organisation:
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-0003
Official name: Gasgrid Vetyverkot Oy
Registration number: 3331856-8
Postal address: Keilaranta 13-19 B
Town: Espoo
Postcode: 02150
Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1)
Country: Finland
Telephone: +358 408273378
Roles of this organisation:
Buyer
8.1.
ORG-0004
Official name: Floating LNG Terminal Finland Oy
Registration number: 3285669-8
Postal address: Keilaranta 13-19 B
Town: Espoo
Postcode: 02150
Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1)
Country: Finland
Telephone: +358 408273378
Roles of this organisation:
Buyer
8.1.
ORG-0005
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
10. Change
Version of the previous notice to be changed: 00d7f155-e598-4057-9529-fafb00474838-01
Main reason for change: Publisher correction
Description: Tarkennettu liitteessä 3 References referenssien pisteytyskriteereitä
10.1.
Change
Section identifier: LOT-0000
Notice information
Notice identifier/version: 7163e297-8b0b-46e1-9e74-4bf8c516ba20 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 17
Notice dispatch date: 29/04/2026 13:02:29 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender): 29/04/2026 13:02:30 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available: English
Notice publication number: 299287-2026
OJ S issue number: 84/2026
Publication date: 30/04/2026