Invitation to participate in procurement of three hovercraft

The Finnish Border Guard (later also Contracting Authority or FBG) expects your Request to Participate in negotiated procedure in accordance with this Invitation to Participate and its annexes. Subject-matter of the contract is the procurement of three (3) new hovercraft as detailed in this Invitation to Participate and its annexes. …

CPV: 34000000 Транспортно оборудване и помощни продукти за транспортиране, 34500000 Големотонажни кораби и обикновени кораби, 34510000 Големотонажни кораби
Място на изпълнение:
Invitation to participate in procurement of three hovercraft
Издаващ орган:
Finnish Border Guard
Номер на наградата:
RVLDno-2025-764

1. Buyer

1.1 Buyer

Official name : Finnish Border Guard
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Invitation to participate in procurement of three hovercraft
Description : The Finnish Border Guard (later also Contracting Authority or FBG) expects your Request to Participate in negotiated procedure in accordance with this Invitation to Participate and its annexes. Subject-matter of the contract is the procurement of three (3) new hovercraft as detailed in this Invitation to Participate and its annexes.
Procedure identifier : 862a1e83-b72f-4c5a-ac27-4b17385130e1
Internal identifier : RVLDno-2025-764
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : yes
Justification for the accelerated procedure : The funding granted for the procurement has become available to the Contracting Authority on 1 July 2025. Therefore commencing the procurement procedure prior to July 2025 has not been possible. Part of the funding is for year 2025, and transferring funds to the following year is not possible without a valid procurement contract. Based on the above-mentioned grounds, an accelerated procedure shall be applied for the negotiated procedure pursuant to Section 57 of the Act on Public Procurement and Concession Contracts (1397/2016). The Contracting Authority has estimated that obtaining a procurement contract during the current year would be uncertain without an accelerated procedure.
Main features of the procedure : The contract will be awarded through a negotiated procedure which is subject to Finland's Act on Public Procurement and Concession Contracts (1397/2016, later also Public Procurement Act). The contract value is estimated to exceed the EU threshold value. A contract notice has been published in the Finnish contract notice portal HILMA ( www.hankintailmoitukset.fi ) and EU Tenders Electronic Daily (TED, https://ted.europa.eu/en/). The Contracting Authority has chosen the negotiated procedure in this procurement based on the Public Procurement Act, Section 34 because the needs of the Contracting Authority cannot be met without adapting existing solutions and because of specific circumstances related to the procurement's nature and complexity. Due to the complexity of the object of procurement, it is not possible to prepare the request to tender and description of the procurement in such detail that the most economically advantageous tender could be selected using either an open or restricted procedure. The Contracting Authority may also modify the preliminary request to tender or negotiation invitation during the negotiated procedure and request adapted new preliminary tenders based on the negotiations. All the candidates that fulfill the criteria described in this invitation to participate shall be selected to the negotiations. Preliminary schedule for the procurement: The procurement schedule is preliminary and will be refined as the negotiated procedure process progresses. The preliminary schedule outlined by the Contracting Authority is as follows: - 7/2025: Publication of the procurement notice - 8/2025: Invitations to the negotiations - 9/2025: Deadline to send a preliminary tender - 9-10/2025: Negotiation rounds with selected suppliers - 10/2025: Final call for tenders, with a reasonable time for suppliers to respond - 11-12/2025: Procurement decision and signing of procurement agreement Negotiations: The Contracting Authority will negotiate the terms and conditions of the procurement agreement with the suppliers that it selects. All aspects of the procurement including commercial terms and conditions shall be negotiated in order to meet the best solution to fulfill the Contracting Authority's needs. As a preliminary estimate, two negotiations per candidate will be held. The content of the negotiations and the number of negotiation rounds will be refined during the procedure, based on the preliminary tenders of the suppliers. The Contracting Authority may wholly or partially cancel the procurement procedure for a justified reason. Selection criteria for the final tender: The selection/comparison criteria tentatively for the final tender and price-quality ratio including the weightings are as follows. PRICE 80-100% o Total price of the procurement agreement QUALITY 0-20% o Possible quality-related criteria The selection/comparison criteria are specified during the procurement process.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34510000 Ships
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34500000 Ships and boats

2.1.2 Place of performance

Anywhere

2.1.4 General information

Additional information : Hovercraft operations in FBG: Hovercraft are stationed at maritime border stations along the Finnish coastline. They are used in a wide range of operations in archipelagos and rocky coastal areas, operating in environmental conditions ranging from -30°C to +30°C. The primary use of hovercraft occurs in arctic, icy winter conditions, enabling operations over ice-covered seas. Hovercraft is also used during open water seasons for search and rescue operations. In such operational environments, hovercraft must have excellent navigational capabilities and sufficient hover height to overcome obstacles such as rocks, ice floes, and ice ridges when crossing waterways. Legally mandated tasks performed by hovercrafts are: - Border surveillance - Maritime rescue - Environmental damage prevention - Official assistance tasks for other authorities The crew of the hovercraft in normal conditions consists of three (3) persons, but it is possible to operate also with (2) persons. Total payload capacity is 13 persons or 1500 - 2000kg. During medical transport, the patient is lifted into the passenger cabin and placed on a spine board stretcher along with the necessary medical personnel for the duration of the transport. The hovercraft are stored in heated halls, where they have their own lifting equipment for maintenance and drying. Basic maintenance and minor repairs are carried out by station personnel, while major maintenance is performed at an authorized repair facility. The hovercraft are operated approximately 200 - 300 hours per year.
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 : Invitation to participate in procurement of three hovercraft
Description : The Finnish Border Guard (later also Contracting Authority or FBG) expects your Request to Participate in negotiated procedure in accordance with this Invitation to Participate and its annexes. Subject-matter of the contract is the procurement of three (3) new hovercraft as detailed in this Invitation to Participate and its annexes.
Internal identifier : RVLDno-2025-764

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34510000 Ships
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34500000 Ships and boats

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

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) : no
Additional information : Hovercraft operations in FBG: Hovercraft are stationed at maritime border stations along the Finnish coastline. They are used in a wide range of operations in archipelagos and rocky coastal areas, operating in environmental conditions ranging from -30°C to +30°C. The primary use of hovercraft occurs in arctic, icy winter conditions, enabling operations over ice-covered seas. Hovercraft is also used during open water seasons for search and rescue operations. In such operational environments, hovercraft must have excellent navigational capabilities and sufficient hover height to overcome obstacles such as rocks, ice floes, and ice ridges when crossing waterways. Legally mandated tasks performed by hovercrafts are: - Border surveillance - Maritime rescue - Environmental damage prevention - Official assistance tasks for other authorities The crew of the hovercraft in normal conditions consists of three (3) persons, but it is possible to operate also with (2) persons. Total payload capacity is 13 persons or 1500 - 2000kg. During medical transport, the patient is lifted into the passenger cabin and placed on a spine board stretcher along with the necessary medical personnel for the duration of the transport. The hovercraft are stored in heated halls, where they have their own lifting equipment for maintenance and drying. Basic maintenance and minor repairs are carried out by station personnel, while major maintenance is performed at an authorized repair facility. The hovercraft are operated approximately 200 - 300 hours per year.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : ECONOMIC AND FINANCIAL STANDING
Description : Its (“general”) yearly turnover is as follows: Year: 2024 Turnover: Min: 6600000,00 Currency: EUR Year: 2023 Turnover: Min: 6600000,00 Currency: EUR
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : The insured amount in its professional risk indemnity insurance is the following:
Description : Indemnity insurance: Min: 2200000,00 Currency: EUR
Use of this criterion : Used
Criterion :
Type : Other
Name : QUALITY ASSURANCE SCHEMES AND ENVIRONMENTAL MANAGEMENT STANDARDS
Description : Certificates by independent bodies about quality assurance standards Quality assurance standard requirement: ISO 9001 or equivalent The Candidate shall have a quality management/control system that corresponds to the requirements to ISO 9001: 2015 or similar. If the Candidate does not have ISO 9001 or equivalent, the Candidate shall provide a quality plan that corresponds to the requirements of ISO 9001.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates by independent bodies about environmental management systems or standards
Description : Environmental management system or standard: ISO 14001 or equivalent The Candidate shall have an environmental management system that corresponds to the requirements to ISO 14001:2015 or similar. If the Candidate does not have ISO 14001 or equivalent, the Candidate shall provide an environmental plan that corresponds to the requirements of ISO 14001.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : TECHNICAL AND PROFESSIONAL ABILITY
Description : During the reference period, the economic operator has delivered the following principal deliveries of the type: Contracting authorities may require up to three years and allow experience dating from more than three years. Requirement (reference 1/2): The candidate shall have previous experience in one or more supply contracts fulfilling the following requirements: 1) hovercraft are delivered to a client who has hovercraft in professional maritime rescue or government use in icy conditions; 2) a minimum of two (2) hovercraft delivered during the last three years (counted from the deadline for submitting the participation application) AND 3) delivered hovercraft shall be over 12 meters in length and +1200 kg dead weight. Requirement (reference 2/2): The candidate shall have previous experience in one or more supply contracts fulfilling the following requirements: 1) hovercraft are delivered to a client who has hovercrafts in professional maritime rescue or government use in icy conditions; 2) a minimum of two (2) hovercraft delivered during the last three years (counted from the deadline for submitting the participation application) AND 3) delivered hovercraft shall be over 12 meters in length and +1200 kg dead weight.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 90
Criterion :
Type : Quality
Description : Quality
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 10

5.1.11 Procurement documents

Deadline for requesting additional information : 18/07/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Security clearance is required
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 29/07/2025 09:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
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 : Finnish Border Guard
Registration number : 0246003-5
Postal address : PL 3
Town : Helsinki
Postcode : 00131
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Commercial Unit
Telephone : +358 295420000
Internet address : https://www.raja.fi
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 : ade74bf3-9465-4b29-8be9-1b0b1e434356 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/07/2025 11:48 +00:00
Notice dispatch date (eSender) : 08/07/2025 11:55 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00447925-2025
OJ S issue number : 129/2025
Publication date : 09/07/2025