Solution for vehicle system as part of HSL information system

The main objective of the procurement is the vehicle system, including necessary software, hardware and services. HSL provides a software platform for the usage of Tenderer. The Tenderer will implement docker solutions for the software platform and provide the driver display hardware for buses. The provided vehicle system software is …

CPV: 30200000 Computeranlagen und Zubehör, 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung
Frist:
12. September 2025 09:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Solution for vehicle system as part of HSL information system
Vergabestelle:
Helsingin Seudun Liikenne - kuntayhtymä
Vergabenummer:
34/02.08.00/2025

1. Buyer

1.1 Buyer

Official name : Helsingin Seudun Liikenne - kuntayhtymä
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Solution for vehicle system as part of HSL information system
Description : The main objective of the procurement is the vehicle system, including necessary software, hardware and services. HSL provides a software platform for the usage of Tenderer. The Tenderer will implement docker solutions for the software platform and provide the driver display hardware for buses. The provided vehicle system software is expected to be compatible with, and provide similar functionality to, the existing legacy driver displays integrated across all rail modes. The docker solution software must have all the necessary components to meet HSL needs for passenger information, driver aid, traffic light priority system, configuration management and provide HSL backend with different real time data sources. The vehicle system should include the following parts: * Passenger information • Announcements Text-To-Speech (TTS) • Indoor (Passenger information) display control • Outer displays control * Content Management System * Transit signal priority (TSP) (Also known as, traffic light priority) • Control of the radio modem to send requests • Implementation of the necessary vehicles side logic of the priorities * Driver aid •Hardware of driver displays to buses •Controlling necessary parts of the vehicle system •Driver aid for routes, schedules, timetables, etc. •Ticket inspection view * Real-time data •HFP (High Frequency positioning) •NOPTIS ROI •ITxPT APIs •In the later stage, SIRI * Configuration management •Different vehicle types HSL provides the following data sources and hardware for the Tenderer to be able to implement necessary parts of the vehicle system: * Provided planned data •GTFS •NOPTIS DOI •In the later stage, NETEX * Vehicle system •On-board computer and router Docker environment Necessary data connection with mobile network GPS source FMS CAN via FMStoIP •Internal passenger information displays hardware •External displays hardware •Ticket validator hardware •Announcement system hardware •Traffic light radio modem hardware * APIs •User and access management •Ticket validation status The vehicle system solution will be implemented in all HSL transport modes, that include buses, trams, trains, metros and ferries. The bus traffic and train traffic are procured publicly from private operators. Metro and tram traffic is due to be publicly procured in the future but is currently operated by Metropolitan Area Transport Ltd. Currently HSL operations include approximately: 1350 buses 200 trams 80 trains 50 metros 4 ferries These amounts are subject to changes according to possible changes to planned operations within the HSL jurisdiction. Software is needed in all modes of transport. Software needs to be configurable in different modes according to the type. In buses and trams Tenderer is responsible for the system throughout the life span of the solution. In the first stage for metros, ferries and trains system requirements are real time information to backend and route monitoring APIs for ticketing devices. In the future, possibly also parts of the passenger information controls will be handled by this system, for example passenger information displays and announcements. Hardware must include the driver display itself, possible special cables and a mounting bracket, that will be used to mount driver displays to buses. The number of displays needed is correlated with the number of buses in operation, which is estimated above. Also, additional driver displays are needed for maintenance cycles for the bus operator’s maintenance personnel. The Tenderer must be able to provide maintenance and support for the hardware offered in co-operation with third parties. The Tenderer is mainly responsible for fault analysis and hardware repair or replacement processes. Operators are responsible for swapping the faulty devices in vehicles and the Client is responsible for courier services to transfer devices between warehouses, operator’s depot and Tenderers local hardware service point. The client uses RFID tags for hardware stock management also known as inventory management system. These RFID tags must be installed to all tendered hardware by the Tenderer. However, the Client will provide RFID tags for the Tenderer. The Client’s inventory management is used to track and manage inventory to identify hardware location at any given moment. For example, displays might locate in the Client’s warehouse, the Tenderer’s hardware replacement inventory, Bus operator’s depot storage locker that is part of the inventory management system. The EU accessibility and usability directives must be respected. Summary of the planned project schedule Tenderer show cases current state of the solution and plan for next steps 12/2025-01/2026 Tenderer will start the completion of the Initial Release 01/2026 Tenderer will provide the Client with ten (10) test driver displays 03/2026 The Client will audit test driver displays with environment requirements 03-04/2026 The Client will monitor and support progress of the Initial Release 02-08/2026 The Tenderer will complete Initial Release (Including the installation to CAT 08/2026 The Client will audit and test Initial Release (If no flaws, accept it) 08/2026 Piloting of the solution in different transport modes 08-10/2026 The Client and Tenderer will plan the production installations 08-10/2026 Production installations will start 10/2026 Tenderer will start the implementation of the feature packs 10/2026 Production installations are completed, and feature packs are installed 08/2027. For more details, see Appendix Appendix_1_Subject_Matter_Of_The_Procurement. All the deadlines specified in the invitation to tender are given in Finnish time.
Procedure identifier : 0bf9bc8f-e016-4ee5-9bf2-72ceb1cabb7c
Internal identifier : 34/02.08.00/2025
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 30200000 Computer equipment and supplies

2.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : The tenderer must provide a maintenance/repair facility in Helsinki metropolitan area where client’s courier can drop off the faulty devices and get working ones in return. The actual maintenance may also be carried out elsewhere.

2.1.4 General information

Additional information : The Main Agreement shall remain valid for a fixed term of four (4) years “Fixed-term Duration”. After the Fixed Term the Main Agreement shall remain valid for indefinite time until terminated by the Client upon six (6) months’ prior written notice or by the Supplier upon twelve (12) months’ prior written notice.
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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator 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 : Solution for vehicle system as part of HSL information system
Description : The main objective of the procurement is the vehicle system, including necessary software, hardware and services. HSL provides a software platform for the usage of Tenderer. The Tenderer will implement docker solutions for the software platform and provide the driver display hardware for buses. The provided vehicle system software is expected to be compatible with, and provide similar functionality to, the existing legacy driver displays integrated across all rail modes. The docker solution software must have all the necessary components to meet HSL needs for passenger information, driver aid, traffic light priority system, configuration management and provide HSL backend with different real time data sources. The vehicle system should include the following parts: * Passenger information • Announcements Text-To-Speech (TTS) • Indoor (Passenger information) display control • Outer displays control * Content Management System * Transit signal priority (TSP) (Also known as, traffic light priority) • Control of the radio modem to send requests • Implementation of the necessary vehicles side logic of the priorities * Driver aid •Hardware of driver displays to buses •Controlling necessary parts of the vehicle system •Driver aid for routes, schedules, timetables, etc. •Ticket inspection view * Real-time data •HFP (High Frequency positioning) •NOPTIS ROI •ITxPT APIs •In the later stage, SIRI * Configuration management •Different vehicle types HSL provides the following data sources and hardware for the Tenderer to be able to implement necessary parts of the vehicle system: * Provided planned data •GTFS •NOPTIS DOI •In the later stage, NETEX * Vehicle system •On-board computer and router Docker environment Necessary data connection with mobile network GPS source FMS CAN via FMStoIP •Internal passenger information displays hardware •External displays hardware •Ticket validator hardware •Announcement system hardware •Traffic light radio modem hardware * APIs •User and access management •Ticket validation status The vehicle system solution will be implemented in all HSL transport modes, that include buses, trams, trains, metros and ferries. The bus traffic and train traffic are procured publicly from private operators. Metro and tram traffic is due to be publicly procured in the future but is currently operated by Metropolitan Area Transport Ltd. Currently HSL operations include approximately: 1350 buses 200 trams 80 trains 50 metros 4 ferries These amounts are subject to changes according to possible changes to planned operations within the HSL jurisdiction. Software is needed in all modes of transport. Software needs to be configurable in different modes according to the type. In buses and trams Tenderer is responsible for the system throughout the life span of the solution. In the first stage for metros, ferries and trains system requirements are real time information to backend and route monitoring APIs for ticketing devices. In the future, possibly also parts of the passenger information controls will be handled by this system, for example passenger information displays and announcements. Hardware must include the driver display itself, possible special cables and a mounting bracket, that will be used to mount driver displays to buses. The number of displays needed is correlated with the number of buses in operation, which is estimated above. Also, additional driver displays are needed for maintenance cycles for the bus operator’s maintenance personnel. The Tenderer must be able to provide maintenance and support for the hardware offered in co-operation with third parties. The Tenderer is mainly responsible for fault analysis and hardware repair or replacement processes. Operators are responsible for swapping the faulty devices in vehicles and the Client is responsible for courier services to transfer devices between warehouses, operator’s depot and Tenderers local hardware service point. The client uses RFID tags for hardware stock management also known as inventory management system. These RFID tags must be installed to all tendered hardware by the Tenderer. However, the Client will provide RFID tags for the Tenderer. The Client’s inventory management is used to track and manage inventory to identify hardware location at any given moment. For example, displays might locate in the Client’s warehouse, the Tenderer’s hardware replacement inventory, Bus operator’s depot storage locker that is part of the inventory management system. The EU accessibility and usability directives must be respected. Summary of the planned project schedule Tenderer show cases current state of the solution and plan for next steps 12/2025-01/2026 Tenderer will start the completion of the Initial Release 01/2026 Tenderer will provide the Client with ten (10) test driver displays 03/2026 The Client will audit test driver displays with environment requirements 03-04/2026 The Client will monitor and support progress of the Initial Release 02-08/2026 The Tenderer will complete Initial Release (Including the installation to CAT 08/2026 The Client will audit and test Initial Release (If no flaws, accept it) 08/2026 Piloting of the solution in different transport modes 08-10/2026 The Client and Tenderer will plan the production installations 08-10/2026 Production installations will start 10/2026 Tenderer will start the implementation of the feature packs 10/2026 Production installations are completed, and feature packs are installed 08/2027. For more details, see Appendix Appendix_1_Subject_Matter_Of_The_Procurement. All the deadlines specified in the invitation to tender are given in Finnish time.
Internal identifier : 34/02.08.00/2025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Options :
Description of the options : After completion of Implementation project, mandatory options can be planned, which are described as Nice category requirements in Appendix 2 Tab 2, Mandatory options, to be implemented in future feature packs. These requirements are either nice to have features for the solution users or preparations for the future progression of the overall program. The Client will order these options separately to be implemented, which is dependent, but not limited to, on the offered price, time needed to complete and current situation of the overall program. Furthermore, the Client has described three different ways to further develop the solution with change requests as described in Appendix 3 section 5.6. Also, the Client is planning the next phases of the Information System program at the same time with the Implementation Project. This means that the described transition from the NOPTIS API’s to NETEX + SIRI, as described in Appendix 4, Prices and in Appendix 7, Architecture Back-office System, is possible to start straight after completion of the Implementation project. This phase two of the program is also one of the mandatory options in this Tender. The Client has also planned for the further development of the tendered system in the future. For example, mandatory options include requirements for development to implement passenger information system for controlling and management of the passenger information content in rail environments, see section 2.1.4. In addition to these mandatory options, the Client has planned indistinct supplementary procurements, which are related to for example Artificial Intelligence (AI) solutions and other new technologies. These supplementary procurements are not yet fully defined and will be openly discussed with Tenderer to either be implemented or can be offered separately, if similar solutions have been already implemented elsewhere by the Tenderer. In the future, the Client will define its needs according to prevailing environment of the public transport in general and the Clients customers. Thus, further development of the solution will be required in the future. Offering these options and related mandatory requirements are obligatory for the Tenderer as described within Tender documentation. The Client will consider procuring these options but doesn’t necessarily pledge procuring them. However, Tenderer should take in account that these options are part of the price comparison within Tender. For clarification, these options and supplementary procurements will be ordered separately and not with signing of the agreement.

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : The tenderer must provide a maintenance/repair facility in Helsinki metropolitan area where client’s courier can drop off the faulty devices and get working ones in return. The actual maintenance may also be carried out elsewhere.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The Main Agreement shall remain valid for a fixed term of four (4) years “Fixed-term Duration”. After the Fixed Term the Main Agreement shall remain valid for indefinite time until terminated by the Client upon six (6) months’ prior written notice or by the Supplier upon twelve (12) months’ prior written notice.

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) : yes
Additional information : The Main Agreement shall remain valid for a fixed term of four (4) years “Fixed-term Duration”. After the Fixed Term the Main Agreement shall remain valid for indefinite time until terminated by the Client upon six (6) months’ prior written notice or by the Supplier upon twelve (12) months’ prior written notice.

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Its average yearly turnover is as follows: Year: 3 Average turnover: Min: 10000000,00
Description : Min: 10000000,00
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Credit Rating Requirement All Tenderers must possess a credit rating of "BBB" or higher from S&P Global Ratings, Moody's, or Fitch Ratings. Alternatively, a credit rating of "A" or higher from Suomen Asiakastieto Oy is also acceptable. Tenderers with lower credit ratings will not be considered. If the Tender's credit rating is lower than "A" from Suomen Asiakastieto Oy or lower than "BBB" from S&P Global Ratings, Moody's or Fitch Ratings, the Tenderer shall be excluded from competitive tendering. In the "Description" section, the Tenderer shall state its Rating Alfa rating or other rating, and a statement on the basis of which the rating can be considered to meet the requirement. The Tenderer must submit, as an attachment to his tender, Asiakastieto Oy's Rating Alfa report, which is less than three months old from the date of its submission, or a statement (which is less than three months old from the date of its submission) prepared by another equivalent independent assessor, such as an auditor, stating that the credit rating meets the required level. If the tender is submitted as a group, all members of the group must meet the above-mentioned requirement regarding the Tender's financial position. If the Tenderer is a newly established company, it must submit a statement prepared by an independent assessor, such as an auditor, that its credit rating meets the required level.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in the relevant trade registers kept in the Member State of its establishment: It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Description : 1. Requirement: The tenderer must describe one reference similar to the subject-matter. At least 1000 devices (driver terminal tablet or display) delivered of the procurement and most of devices installed in vehicle use in public transport service. Devices must be certified for vehicle use. Installations in vehicle must be fixed. The referenced delivery must include the complete software and hardware solution. The tenderer or one of its subcontractors, or in case of a group of economic operators one group member, must have acted as the responsible main contractor for providing services in the reference. The reference customer must be a real customer. Service delivery to own organization is not considered a valid reference. The Customer must be able to contact the reference to check the provided reference information. The tenderer may fulfill the minimum requirements for both references with the same client, provided that all the requirements for both references are fully met. GUIDE: Enter in the fields below: In the "Value" field, enter the number of devices. In the "Date" field, enter the end date of the agreement. If the agreement is still valid, describe it in the "Description" field. In the "Recipients" field, enter The reference customer's information. In the "Description" field, provide the details required to verify that the reference criteria are met.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Description : 2. Requirement: The tenderer must have experience for deployment, maintenance, and supervision of deployment of vehicle system with minimum of 1000 vehicles (bus, tram, train and metro). Including configuration, device management system, software, and hardware maintenance. The tenderer or one of its subcontractors, or in case of a group of economic operators one group member, must have acted as the responsible main contractor for providing services in the reference. The reference customer must be a real customer. Service delivery to own organization is not considered a valid reference. The Customer must be able to contact the reference to check the provided reference information. The tenderer may fulfill the minimum requirements for both references with the same client, provided that all the requirements for both references are fully met. GUIDE: Enter in the fields below: In the "Value" field, enter the number of devices. In the "Date" field, enter the end date of the agreement. If the agreement is still valid, describe it in the "Description" field. In the "Recipients" field, enter The reference customer's information. In the "Description" field, provide the details required to verify that the reference criteria are met.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price, Weight 80% For more detailed information, please refer to ITT and Appendix_4_ Prices
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 80
Criterion :
Type : Quality
Description : Quality, Weight 20% For more detailed information, please refer to ITT
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20

5.1.11 Procurement documents

Deadline for requesting additional information : 15/08/2025 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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 12/09/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 12/09/2025 09:10 +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 : For more detailed information, please refer to Main Agreement Draft and its annexes
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : HSL's operations are funded by municipal contributions from its member municipalities and by ticket revenues.

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 additional information about the procurement procedure : Helsingin Seudun Liikenne - kuntayhtymä
Organisation receiving requests to participate : Helsingin Seudun Liikenne - 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

8.1 ORG-0002

Official name : Helsingin Seudun Liikenne - kuntayhtymä
Registration number : 2274586-3
Postal address : Opastinsilta 6A, PL 100
Town : HSL
Postcode : 00077
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : hankinnat@hsl.fi
Telephone : +358 947664444
Internet address : http://www.hsl.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

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 : 7b1be0ca-c7c8-4017-b2ff-df418b2303f2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/07/2025 14:09 +00:00
Notice dispatch date (eSender) : 01/07/2025 14:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00431544-2025
OJ S issue number : 125/2025
Publication date : 03/07/2025