eVTOL Drone

The object of the tender process is the procurement of an unmanned aerial vehicle (UAV) system capable of electric vertical take-off and landing (eVTOL), suitable for environmental monitoring and aerial surveillance (hereinafter referred to as "the Device" or "the drone"). The device complies with mandatory technical and other requirements specified …

CPV: 31000000 Електрически машини, уреди, оборудване и консумативи; осветление, 35000000 Оборудване за безопасност, противопожарно, полицейско и отбранително оборудване, 35613000 Безпилотни летателни средства
Краен срок:
Авг. 22, 2025, 9 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
eVTOL Drone
Издаващ орган:
TEKNOLOGIAN TUTKIMUSKESKUS VTT OY
Номер на наградата:
56/206/2025

1. Buyer

1.1 Buyer

Official name : TEKNOLOGIAN TUTKIMUSKESKUS VTT OY
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : eVTOL Drone
Description : The object of the tender process is the procurement of an unmanned aerial vehicle (UAV) system capable of electric vertical take-off and landing (eVTOL), suitable for environmental monitoring and aerial surveillance (hereinafter referred to as "the Device" or "the drone"). The device complies with mandatory technical and other requirements specified in detail in the call for tenders. It includes all necessary equipment, software, and documentation for both the aerial vehicle and the Ground Control Station (GCS). The device incorporates a GCS solution as part of the system and is designed to comply with SAIL III (Specific Assurance and Integrity Level III) standards. It is equipped with an integrated LiDAR sensor, object tracking capabilities, and support for Points of Interest (POI) functionality. The device enables quick and straightforward unpacking and immediate commencement of operation. It is also configurable for different use cases and payload configurations. The device shall be a reliable aerial vehicle suitable which has been factory test prior to client's acceptance of the delivery. Therefore, it must be a commercial product. To ensure the maturity of the drone model offered, the tenderer shall provide details of five (5) completed reference deliveries of similar contracts. The major components of these drones shall be identical. Maintenance checks and possible calibrations of equipment shall be available, if needed, from the Supplier also after the warranty period has ended. The Supplier shall guarantee the availability of spare parts also after the warranty period (2 years) has ended. The object of the tender process is described in more detail in the invitation to tender documents. As a result of the competitive bidding VTT reserves the right to select a primary and a backup supplier. The backup supplier shall be used in case the primary supplier fails to deliver the device in time.
Procedure identifier : 16e10e1e-0fab-46a7-a2a7-2dc2c8c42b4f
Internal identifier : 56/206/2025
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35613000 Unmanned aerial vehicles
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 225 000 Euro

2.1.4 General information

Additional information : The object of the tender process is described in more detail in the invitation to tender documents.
Legal basis :
Directive 2014/24/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 : eVTOL Drone
Description : The object of the tender process is the procurement of an unmanned aerial vehicle (UAV) system capable of electric vertical take-off and landing (eVTOL), suitable for environmental monitoring and aerial surveillance (hereinafter referred to as "the Device" or "the drone"). The device complies with mandatory technical and other requirements specified in detail in the call for tenders. It includes all necessary equipment, software, and documentation for both the aerial vehicle and the Ground Control Station (GCS). The device incorporates a GCS solution as part of the system and is designed to comply with SAIL III (Specific Assurance and Integrity Level III) standards. It is equipped with an integrated LiDAR sensor, object tracking capabilities, and support for Points of Interest (POI) functionality. The device enables quick and straightforward unpacking and immediate commencement of operation. It is also configurable for different use cases and payload configurations. The device shall be a reliable aerial vehicle suitable which has been factory test prior to client's acceptance of the delivery. Therefore, it must be a commercial product. To ensure the maturity of the drone model offered, the tenderer shall provide details of five (5) completed reference deliveries of similar contracts. The major components of these drones shall be identical. Maintenance checks and possible calibrations of equipment shall be available, if needed, from the Supplier also after the warranty period has ended. The Supplier shall guarantee the availability of spare parts also after the warranty period (2 years) has ended. The object of the tender process is described in more detail in the invitation to tender documents. As a result of the competitive bidding VTT reserves the right to select a primary and a backup supplier. The backup supplier shall be used in case the primary supplier fails to deliver the device in time.
Internal identifier : 56/206/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35613000 Unmanned aerial vehicles
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 225 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not 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) : yes
Additional information : The object of the tender process is described in more detail in the invitation to tender documents.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Reference sites
Description : The Tender shall include a list of reference sites from five (5) different clients where the Tenderer has, within the past three (3) years, successfully delivered and commissioned a corresponding device to full operational status. The Tenderer shall upload Annex 2 Company Reference, indicating that they have completed a reference delivery of similar contracts.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price of delivery
Criterion :
Type : Quality
Name : Quality
Description : Quality is based on additional requirements.

5.1.11 Procurement documents

Deadline for requesting additional information : 06/08/2025 09:00 +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 : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 22/08/2025 09:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 22/08/2025 09:15 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

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

8. Organisations

8.1 ORG-0001

Official name : TEKNOLOGIAN TUTKIMUSKESKUS VTT OY
Registration number : 2647375-4
Postal address : PL 1000
Town : VTT
Postcode : 02044
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : VTT Technical Research Centre of Finland Ltd
Telephone : +358 207227001
Roles of this organisation :
Buyer

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

Notice information

Notice identifier/version : 7ddd58a2-87cd-4262-bf04-5806a64a0008 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/07/2025 20:22 +00:00
Notice dispatch date (eSender) : 03/07/2025 20:25 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00438255-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025