Monitoring Collars for Wild Animals

Natural Resources Institute Finland (hereinafter referred to as "Luke") requested for tenders for a framework agreement of Monitoring Collars for Wild Animals with this Call for Tenders and its appendices. Over the next four years, Luke plans to acquire monitoring collars intended for wild animals for research purposes. The number …

CPV: 32000000 Radio, television, communication, telecommunication and related equipment
Place of execution:
Monitoring Collars for Wild Animals
Awarding body:
Luonnonvarakeskus
Award number:
3724/02 10 01 00 06 02/2024

1. Buyer

1.1 Buyer

Official name : Luonnonvarakeskus
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Monitoring Collars for Wild Animals
Description : Natural Resources Institute Finland (hereinafter referred to as "Luke") requested for tenders for a framework agreement of Monitoring Collars for Wild Animals with this Call for Tenders and its appendices. Over the next four years, Luke plans to acquire monitoring collars intended for wild animals for research purposes. The number of collars estimated to be purchased per animal species within the next four years is as follows: - Wolf: total 45 pcs (year 2026: 15 pcs; year 2027: 15 pcs; year 2028: 15 pcs) - Lynx: total 60 pcs (year 2025: 15 pcs; year 2026: 15 pcs; year 2027: 15 pcs, year 2028: 15 pcs) - Roe deer: total 120 pcs (2025: 40 pcs; year 2026: 40 pcs; year 2027: 40 pcs) - White-tailed deer: total 120 pcs (year 2025: 40 pcs; year 2026: 40 pcs; year 2027: 40 pcs) - Forest reindeer: total 100 pcs (year 2025: 10 pcs; year 2026: 30 pcs; year 2027: 30 pcs; year 2028: 30 pcs) - Wild boar: total 50 pcs (year 2026: 20 pcs; year 2027: 30 pcs) Please note that the above mentioned numbers of collars are only rough estimates and not binding on Luke. The actual number of collars to be purchased will be based on Luke's prevailing needs. The procurement also includes the use of the iridium communications service and other services related to the procurement, such as customer support.
Procedure identifier : 66283455-d2a1-433d-ac11-73a3e75e4530
Previous notice : 4a4189ff-48ba-424c-8396-888e03f49a15-01
Internal identifier : 3724/02 10 01 00 06 02/2024
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : 1. CONTRACT NOTICE AND PROCUREMENT PROCEDURE This procurement will be implemented as an open procedure as per the Act on Public Procurement and Concession Contracts 1397/2016, (hereinafter “Public Procurement Act”). This procurement exceeds the EU threshold level. Contract notice is published at www.hankintailmoitukset.fi and at Tenders Electronic Daily (ted.europa.eu). Contract award notice will be published after the procurement. 2. PROCESSING OF TENDERS After the tenders are opened, and the sample collars have been received, the tenders are assessed and evaluated according to the criteria of the Call for Tenders. The opening of tenders is not public. 2.1 Requirements concerning the tenderer In the processing of tenders it is assessed whether the tenderers meet the suitability requirements set for registration, economic and financial standing and technical and professional ability. Tenderer who does not fulfill the suitability requirements is excluded from the tender competition. The tenderer will be excluded from the tender competition on the grounds of mandatory exclusion criteria referred to in section 80 of the Public Procurement Act. The tenderer may be excluded from the tender competition on the grounds discretionary exclusion criteria referred to in section 81 of the Public Procurement Act. 2.2 Tenders compliance with the Call for Tenders The tendered products and services shall be in accordance with the content of the Call for Tenders and its appendices. The tenderer shall answer all the required sections and attach all the required appendices in its tender. The entire tender is used in evaluation of the tender's compliance with the the Call for Tenders. Tenders that are not in compliance with the Call for Tenders or do not comply with the terms of the tender procedure are excluded from the tender competition. Tenderers are also required to send four (4) sample collars to the contracting entity for physical evaluation: one for each of the following animal species: lynx, wolf, forest reindeer and either white-tailed deer or roe deer. The delivery address and the deadline for delivering the sample collars is stated in the "Procurement Object Criteria" of the Call for Tenders. Sample collars need to correspond with the actual collars that are offered under the procurement, but the sample collars do not need to include an active iridium connection. Contracting entity shall evaluate the sample collars and assess whether they comply with the relevant requirements set out in the Call for Tenders and its appendices. Sample collars are returned to the tenderer after the award decision. Please note that the contracting entity shall pay for the shipping expenses (including customs duties and fees) only in relation to the return of the sample collars, and that the contracting entity shall not take out insurance coverage for the sample collars. 2.3 Comparison of tenders The comparison of tenders, including the evaluation of the sample collars, is made according to section "Grounds for decision" of the Call for Tenders and Appendix 3 of the Call for Tenders. 4. Award decision and its notification The award decision will be sent to all tenderers who have submitted a tender. Contract does not come into force as a result of the notification of the award decision, but requires a separate written contract. Concluding the contract requires that the award decision has become legally valid or that the Market Court has authorized the execution of the award decision.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment

2.1.2 Place of performance

Country : Finland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 1 700 000 Euro
Maximum value of the framework agreement : 1 700 000 Euro

2.1.4 General information

Additional information : This competitive tendering aimed to establishing a single-supplier framework agreement. According to the contracting entity's view this framework agreement could not be divided into separate lots because it would make the implementation of the agreement technically too difficult and excessively expensive. The division of this procurement into lots would also involve a risk of incompatibility between the lots.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Monitoring Collars for Wild Animals
Description : Natural Resources Institute Finland (hereinafter referred to as "Luke") requested for tenders for a framework agreement of Monitoring Collars for Wild Animals with this Call for Tenders and its appendices. Over the next four years, Luke plans to acquire monitoring collars intended for wild animals for research purposes. The number of collars estimated to be purchased per animal species within the next four years is as follows: - Wolf: total 45 pcs (year 2026: 15 pcs; year 2027: 15 pcs; year 2028: 15 pcs) - Lynx: total 60 pcs (year 2025: 15 pcs; year 2026: 15 pcs; year 2027: 15 pcs, year 2028: 15 pcs) - Roe deer: total 120 pcs (2025: 40 pcs; year 2026: 40 pcs; year 2027: 40 pcs) - White-tailed deer: total 120 pcs (year 2025: 40 pcs; year 2026: 40 pcs; year 2027: 40 pcs) - Forest reindeer: total 100 pcs (year 2025: 10 pcs; year 2026: 30 pcs; year 2027: 30 pcs; year 2028: 30 pcs) - Wild boar: total 50 pcs (year 2026: 20 pcs; year 2027: 30 pcs) Please note that the above mentioned numbers of collars are only rough estimates and not binding on Luke. The actual number of collars to be purchased will be based on Luke's prevailing needs. The procurement also includes the use of the iridium communications service and other services related to the procurement, such as customer support.
Internal identifier : 3724/02 10 01 00 06 02/2024

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 1 700 000 Euro
Maximum value of the framework agreement : 1 700 000 Euro

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : This competitive tendering aimed to establishing a single-supplier framework agreement. According to the contracting entity's view this framework agreement could not be divided into separate lots because it would make the implementation of the agreement technically too difficult and excessively expensive. The division of this procurement into lots would also involve a risk of incompatibility between the lots.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : The tenderer with the lowest total comparison price gets full 40 points
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : Quality comparison was based on the usability of the collars. The tenderer with the highest quality score gets 60 quality comparison points
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus -

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 1

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 : Luonnonvarakeskus
Registration number : 0244629-2
Postal address : PL 2 (Latokartanonkaari 9)
Town : Helsinki
Postcode : 00791
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Registry
Telephone : +358 295325300
Internet address : https://www.luke.fi
Roles of this organisation :
Buyer

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

11. Notice information

11.1 Notice information

Notice identifier/version : 4c86080a-b654-425b-9f14-5c7e3de15aac - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/04/2025 07:42 +00:00
Notice dispatch date (eSender) : 25/04/2025 07:45 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00269889-2025
OJ S issue number : 82/2025
Publication date : 28/04/2025