Invitation to participate - Digital forensics tools & Open Source Intelligence tools

Finnish Customs invites tenders to participate tendering process regarding the purchase of digital forensics tools and Open Source Intelligence tools (OSINT). The procurement will be carried out as a joint procurement with two (2) contracting authorities involving; The Finnish Customs and The Finnish Border Guard. With this Invitation to participate …

CPV: 48000000 Software package and information systems, 48218000 License management software package
Place of execution:
Invitation to participate - Digital forensics tools & Open Source Intelligence tools
Awarding body:
Finnish Customs
Award number:
2025/01109

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : The Finnish Border Guard
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Invitation to participate - Digital forensics tools & Open Source Intelligence tools
Description : Finnish Customs invites tenders to participate tendering process regarding the purchase of digital forensics tools and Open Source Intelligence tools (OSINT). The procurement will be carried out as a joint procurement with two (2) contracting authorities involving; The Finnish Customs and The Finnish Border Guard. With this Invitation to participate Finnish Customs is providing the tenderers the basic material and data to submit a request to participate. The procurement will be carried out as a security procurement in accordance with the Act on Public Procurement in the Fields of Defence and Security (1531/2011). The procurement is divided into three (3) lots (packages) as follows: Package 1 Digital forensics tools for data collecting and analysing Package 2 Open Source Intelligence tools (OSINT) - data analysis software Package 3 Open Source Intelligence tools (OSINT) - cryptoanalysis software Candidate can offer only one package, two packages or all three of the packages. This procurement does not cover a delivery/implementation project. The procurement procedure will be carried out using a restricted procedure (two phases) in accordance with section 3 of the Act on Public Procurement in the Fields of Defence and Security (1531/2011). The final invitation to tender contains confidential information. In order to receive the confidential documents, candidates must submit, as an attachment to their request to participate, a signed procurement-specific information Security Undertaking (Appendix 1), as well as signed personal confidentiality clearances (Appendix 2) from all individuals who will handle confidential information for the purpose of preparing the tender. The Finnish Customs will provide the tender documents containing confidential information only to the candidates selected to proceed in the restricted tendering process by sending the documents containing confidential information as an encrypted letter. With this Invitation to participate, the procurement unit will select tenders to go through to the next phase. Selection will be made based on the eligibility requirements described in this Invitation to participate. In the second phase the tenderers will be selected in accordance with the terms and conditions set in the final invitation to tender and its appendices. The second (final) phase will be held only among the suppliers that are selected to the second phase. In the second and final phase only one (1) tender will be selected for each package/lot of the procurement. The licenses purchased by this procurement procedure must be available and ready for use on january 1st. 2026 by the Finnish Customs and The Finnish Border Guard. The length of the agreement period is 2 years. After two (2) years the contract period will proceed as valid until further notice unless the Procurement unit informs otherwise in accordance with the Contract. The maximum contract period however is no longer than seven (7) years. Customer will also be referred as Client, Contracting authority or Procurement unit / authority. Candidate will also be referred as Supplier/Tenderer. Premilinary time table of the procedure is presented in Appendix 3.
Procedure identifier : 378ede7d-0197-4389-a4c9-e670461eb458
Internal identifier : 2025/01109
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : The procurement procedure will be carried out using a restricted procedure in accordance with section 3 of the Act on Public Procurement in the Fields of Defence and Security (1531/2011). In restricted procedure the procurement unit will publish invitation to participate and all the suppliers interested in participating the procedure can send a request to participate. Tenders selected to proceed in the process are able to tender in the final invitation to tender. The procurement unit shall not select to proceed suppliers that are not meeting the eligibility requirements or suppliers not sending a request to participate. According to applicable law in the restricted procedure procurement unit should select at least five (5) suppliers/candidates to proceed if possible. If the amount of the candidates is less than five, procurement unit shall invite all the candidates meeting the eligibility requirements to proceed to the second (final) phase. Procurement in question the procurement unit will select all candidates that are meeting the eligibility requirements and fulfill the requirements related to personal security clearances and Security Undertaking to go through to the final phase. The second (final) phase will be held only among the candidates that are selected to the second phase. In the final phase tenderers will be selected in accordance with the terms and conditions set in this final invitation to tender and its appendices. In the second and final phase only one (1) tender will be selected for each part/package of the procurement.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package

2.1.2 Place of performance

Country : Finland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 4 880 000 Euro

2.1.4 General information

Legal basis :
Directive 2009/81/EC

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-0001

Title : Digital forensics tools
Description : Finnish Customs invites candidates to participate tendering process regarding the purchase of digital forensics tools.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package
Options :
Description of the options : The procurement authority reserves the right to procure other usage rights/licenses that fall within the scope of the sector covered by the subject matter of the procurement.

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : After two (2) years the contract period will proceed as valid until further notice unless the Procurement unit informs otherwise in accordance with the Contract. The maximum contract period however is no longer than seven (7) years.

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic or financial requirement and a description of it
Description : The supplier's credit rating, as per the Rating Alfa recommendation of Suomen Asiakastieto Oy or an equivalent credit rating agency (excluding banks), must be at least (A+) or equivalent. Alternatively, the supplier's financial and economic situation must otherwise meet the above-mentioned requirement. Upon request, the supplier shall provide a report (not older than 3 months from the date of the submission of the request) ) from Suomen Asiakastieto Oy’s Rating Alfa business report or a statement from another credit rating agency (excluding banks), as well as information about the supplier's most recent confirmed turnover, if it is not included in the credit rating agency’s report. Foreign suppliers may use for example Dun&Bradstreet -credit rating report in which risk category must be at levels 1 to 3 (Risk Indicator). If deemed acceptable, the supplier may, for a valid reason, provide an alternative document showing that the supplier meets the financial and economic standing requirement. An acceptable reason could be, for example, that the supplier is a newly established business and does not yet have the required credit rating.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Its (“general”) yearly turnover is as follows:
Description : Year: 2024 Turnover: Min: 1000000,00
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance standard requirement:
Description : The candidate must use an Information Security Management Systems based on an international standard, such as ISO 27001. Operations in line with the information security management systems can be indicated by means of 1) a certificate or 2) the candidate’s free-format description of the company’s information security management systems. Option 2: The free-format description must include relevant information about the information security management systems. The minimum content is: • The company’s information security policy • The management’s responsibilities and tasks with regard to information security • Maintenance of the system and related continuous improvement methods The description must indicate that: • The candidate aims to systematically ensure the information security. • The candidate’s operations are based a documented and regularly assessed/audited system.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Requirements for technical equipment and measures:
Description : The supplier must have a valid certificate or equivalent issued by the software manufacturer, if required by the software manufacturer.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hinta
Description : Täsmentyy tarjouspyyntövaiheessa.

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Deadline for requesting additional information : 07/07/2025 06:00 +00:00
Information about restricted documents is available at : https://tarjouspalvelu.fi/tulli?id=564481&tpk=a9df844f-0491-4cc3-b7d3-f11e8dac15b1

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 01/08/2025 06:00 +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 : The Agreement and implementation will be done seperately with both Procurement units, The Finnish Costoms and The Finnish Border Guard.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : A non-disclosure agreement (Appendix 2) must be signed by all employees who will process TL IV information relating to this procurement. Non-disclosure agreements signed by all the employees who will process TL IV information relating to this procurement. Several agreements can be uploaded. Each employee’s is required to sign their own non disclosure agreement.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Described in the final invitation to tender that will be published later.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

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

5.1 Lot technical ID : LOT-0002

Title : Open Source Intelligence tools (OSINT) - data analysis software
Description : Finnish Customs invites candidates to participate tendering process regarding the purchase of Open Source Intelligence tools (OSINT) - data analysis software
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package
Options :
Description of the options : The procurement authority reserves the right to procure other usage rights/licenses that fall within the scope of the sector covered by the subject matter of the procurement.

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : After two (2) years the contract period will proceed as valid until further notice unless the Procurement unit informs otherwise in accordance with the Contract. The maximum contract period however is no longer than seven (7) years.

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic or financial requirement and a description of it
Description : Economic or financial requirement and a description of it: The supplier's credit rating, as per the Rating Alfa recommendation of Suomen Asiakastieto Oy or an equivalent credit rating agency (excluding banks), must be at least (A+) or equivalent. Alternatively, the supplier's financial and economic situation must otherwise meet the above-mentioned requirement. Upon request, the supplier shall provide a report (not older than 3 months from the date of the submission of the request) ) from Suomen Asiakastieto Oy’s Rating Alfa business report or a statement from another credit rating agency (excluding banks), as well as information about the supplier's most recent confirmed turnover, if it is not included in the credit rating agency’s report. Foreign suppliers may use for example Dun&Bradstreet -credit rating report in which risk category must be at levels 1 to 3 (Risk Indicator). If deemed acceptable, the supplier may, for a valid reason, provide an alternative document showing that the supplier meets the financial and economic standing requirement. An acceptable reason could be, for example, that the supplier is a newly established business and does not yet have the required credit rating
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Its (“general”) yearly turnover is as follows:
Description : Year: 2024 Turnover: Min: 1000000,00
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance standard requirement:
Description : The candidate must use an Information Security Management Systems based on an international standard, such as ISO 27001. Operations in line with the information security management systems can be indicated by means of 1) a certificate or 2) the candidate’s free-format description of the company’s information security management systems. Option 2: The free-format description must include relevant information about the information security management systems. The minimum content is: • The company’s information security policy • The management’s responsibilities and tasks with regard to information security • Maintenance of the system and related continuous improvement methods The description must indicate that: • The candidate aims to systematically ensure the information security. • The candidate’s operations are based a documented and regularly assessed/audited system.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Requirements for technical equipment and measures:
Description : The supplier must have a valid certificate or equivalent issued by the software manufacturer, if required by the software manufacturer.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hinta
Description : Täsmentyy tarjouspyyntövaiheessa.

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Deadline for requesting additional information : 07/07/2025 06:00 +00:00
Information about restricted documents is available at : https://tarjouspalvelu.fi/tulli?id=564481&tpk=a9df844f-0491-4cc3-b7d3-f11e8dac15b1

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 01/08/2025 06:00 +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 : The Agreement and implementation will be done seperately with both Procurement units, The Finnish Customs and The Finnish Border Guard.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : A non-disclosure agreement (Appendix 2) must be signed by all employees who will process TL IV information relating to this procurement. Non-disclosure agreements signed by all the employees who will process TL IV information relating to this procurement. Several agreements can be uploaded. Each employee’s is required to sign their own non disclosure agreement.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Described in the final invitation to tender that will be published later.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

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

5.1 Lot technical ID : LOT-0003

Title : Open Source Intelligence tools (OSINT) - cryptoanalysis software
Description : Finnish Customs invites candidates to participate tendering process regarding the purchase of Open Source Intelligence tools (OSINT) - cryptoanalysis software
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package
Options :
Description of the options : The procurement authority reserves the right to procure other usage rights/licenses that fall within the scope of the sector covered by the subject matter of the procurement.

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : After two (2) years the contract period will proceed as valid until further notice unless the Procurement unit informs otherwise in accordance with the Contract. The maximum contract period however is no longer than seven (7) years.

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Its (“general”) yearly turnover is as follows:
Description : Year: 2024 Turnover: Min: 1000000,00
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Economic or financial requirement and a description of it:
Description : The supplier's credit rating, as per the Rating Alfa recommendation of Suomen Asiakastieto Oy or an equivalent credit rating agency (excluding banks), must be at least (A+) or equivalent. Alternatively, the supplier's financial and economic situation must otherwise meet the above-mentioned requirement. Upon request, the supplier shall provide a report (not older than 3 months from the date of the submission of the request) ) from Suomen Asiakastieto Oy’s Rating Alfa business report or a statement from another credit rating agency (excluding banks). Foreign suppliers may use for example Dun&Bradstreet -credit rating report in which risk category must be at levels 1 to 3 (Risk Indicator). If deemed acceptable, the supplier may, for a valid reason, provide an alternative document showing that the supplier meets the financial and economic standing requirement. An acceptable reason could be, for example, that the supplier is a newly established business and does not yet have the required credit rating.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates by independent bodies about quality assurance standards Quality assurance standard requirement:
Description : Quality assurance standard requirement: The candidate must use an Information Security Management Systems based on an international standard, such as ISO 27001. Operations in line with the information security management systems can be indicated by means of 1) a certificate or 2) the candidate’s free-format description of the company’s information security management systems. Option 2: The free-format description must include relevant information about the information security management systems. The minimum content is: • The company’s information security policy • The management’s responsibilities and tasks with regard to information security • Maintenance of the system and related continuous improvement methods The description must indicate that: • The candidate aims to systematically ensure the information security. • The candidate’s operations are based a documented and regularly assessed/audited system.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Requirements for technical equipment and measures:
Description : The supplier must have a valid certificate or equivalent issued by the software manufacturer, if required by the software manufacturer.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hinta
Description : Täsmentyy tarjouspyyntövaiheessa.

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Deadline for requesting additional information : 07/07/2025 06:00 +00:00
Information about restricted documents is available at : https://tarjouspalvelu.fi/tulli?id=564481&tpk=a9df844f-0491-4cc3-b7d3-f11e8dac15b1

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 01/08/2025 06:00 +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 : The Agreement and implementation will be done seperately with both Procurement units, The Finnish Costoms and The Finnish Border Guard.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : A non-disclosure agreement (Appendix 2) must be signed by all employees who will process TL IV information relating to this procurement. Non-disclosure agreements signed by all the employees who will process TL IV information relating to this procurement. Several agreements can be uploaded. Each employee’s is required to sign their own non-disclosure agreement.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Described in the final invitation to tender that will be published later.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

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 Customs
Registration number : 0245442-8
Postal address : PL 512
Town : Helsinki
Postcode : 00101
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Procurement and contracts
Telephone : +358 504302125
Internet address : http://www.tulli.fi/fi/
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : The Finnish Border Guard
Registration number : 0246003-5
Town : Helsinki
Postcode : 00131
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : The Finnish Border Guard
Telephone : +358 504302125
Roles of this organisation :
Buyer

8.1 ORG-0003

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-0004

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 : 5711094d-c5d2-4c23-9fda-2648bb5fca7a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/06/2025 07:03 +00:00
Notice dispatch date (eSender) : 25/06/2025 07:05 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00411727-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025