Request for Quotation / International Standards (ISO); European and Other International Engineering Standards, US Engineering Standards; Standards of Aviation Safety Regulations; RTCA Standards; and SFS Finnish Standards

Finnish Defence Forces Logistics Command (Customer) requests Quotations for following Standard services for three-year long contracts: International Standards (ISO) 01.01.2026 - 31.12.2028; European and Other International Engineering Standards, US Engineering Standards 10.10.2025 - 09.10.2028; Standards of Aviation Safety Regulations 10.10.2025 - 09.10.2028; RTCA Standards 10.10.2025 - 09.10.2028; and SFS Finnish …

CPV: 72000000 IT services: consulting, software development, Internet and support
Deadline:
Sept. 1, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Request for Quotation / International Standards (ISO); European and Other International Engineering Standards, US Engineering Standards; Standards of Aviation Safety Regulations; RTCA Standards; and SFS Finnish Standards
Awarding body:
Finnish Defence Forces Logistics Command
Award number:
2461/2025

1. Buyer

1.1 Buyer

Official name : Finnish Defence Forces Logistics Command
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Request for Quotation / International Standards (ISO); European and Other International Engineering Standards, US Engineering Standards; Standards of Aviation Safety Regulations; RTCA Standards; and SFS Finnish Standards
Description : Finnish Defence Forces Logistics Command (Customer) requests Quotations for following Standard services for three-year long contracts: International Standards (ISO) 01.01.2026 - 31.12.2028; European and Other International Engineering Standards, US Engineering Standards 10.10.2025 - 09.10.2028; Standards of Aviation Safety Regulations 10.10.2025 - 09.10.2028; RTCA Standards 10.10.2025 - 09.10.2028; and SFS Finnish Standards 01.01.2026 - 31.12.2028. In addition, contracts includes option periods for two years starting from the expiration date of the original contract period. The redemption of the options is entirely at the Customer's discretion. The decision regarding any potential option redemption shall be provided in writing no later than two (2) months before the start of the each option period. Delivery of the above mentioned Standards shall provide employees of the Finnish Defence Forces with access to the online database to view, download, save and print Standards. In addition to the online usage of standards contracts include hard copy standards as options. Prices of the hard copy publications have not been taken into account in the price comparison. License for Standard services shall be for 12 months periods. There will be no automatic renewal of licenses within contract period but it requires seperate subscriptions to renew a license. Customer will notify the Supplier 30 days prior to expiration date of current license with a renewal notice. Procurement has been divided into five (5) positions, which allows a Tenderer to give a Quotation for all of the positions or only for some, depending on which standards are included in the Tenderer's product range. Partial bids are not allowed inside one position. Positions are: Position 1. International Standards (ISO) Position 2. European and Other International Engineering Standards, US Engineering Standards Position 3. Standards of Aviation Safety Regulations Position 4. RTCA Standards Position 5. SFS Finnish Standards Spesific content of the procurement as well as service description and quantities of the procured standards have been described in the Annex 4 Service description of Standards. There are two types of contracts: The contract for International Standards (ISO) is based on the estimated value of the procurement and is a framework agreement under which access to standard publications is purchased annually based on actual needs. The contract does not impose any minimum purchase requirements. For other standards (positions 2., 3., 4. and 5) the contracts are based on a pre-specified annual composition. In addition, the contracts for Standards listed in positions 2, 3, and 4 contain a supplementary procurement option, allowing for additional purchases up to 10% of the contract value for products in line with the product groups covered by the contract. Quotation, questions related to content of the RFQ and all other information included must be submitted in Finnish or English. Quotations shall be submitted throuhg the Supplier Portal.
Procedure identifier : 408c15e0-0102-4cd8-b0fc-54ca9f6278b3
Internal identifier : 2461/2025
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The competitive bidding shall be conducted as an open EU procurement procedure in accordance with the Act on Public Procurement and Concession Contracts (1397/2016, later referred to as the Procurement Act). The procurement have been divided into five (5) position, which allows a Tenderer to give a Quotation for all of the positions or only for some. To ensure the maintenance and availability of the Standards via internet-based Service, it is not possible, furthermore, to divide the procurement into parts inside one position. Quotation, questions related to content of the RFQ and all other information included must be submitted in Finnish or English. Quotations shall be submitted throuhg the Supplier Portal. No remuneration shall be paid to Tenderers for drawing up and submitting, presenting or participating in the procedure in any other way. The Tenderer shall cover any costs incurring from participating in the competitive Tender. The Tenderers are checked for the suitability requirements set forth by the Contracting Entity before the processing of the Tenders. Any Tenderer which does not meet the suitability requirements or which is subject to any of the exclusion criteria provided in Section 80 of the Act shall be excluded from the competitive bidding. Any Tenderer which is subject to any of the exclusion criteria mentioned in Section 81 of the Act may also be excluded from the competitive bidding. The phases of the procurement are as follows: 1. Contract notice on HILMA and in the Official Journal of the European Union 2. Tenderer inquiries 3. Contracting entity’s answers to the inquiries 4. Submitting Tenders 5. Processing Tenders a. Opening Tenders b. Verifying the suitability of Tenderers c. Verifying the conformity of the Tender with the Request for Quotation d. Comparison of Tenders 6. Procurement decision and notification of the decision 7. Signing a procurement contract. Comparison of Tenders is conducted as stated under ”Award Criteria”

2.1.1 Purpose

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

2.1.2 Place of performance

Town : Tampere
Postcode : 33100
Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland

2.1.3 Value

Estimated value excluding VAT : 1 500 000 Euro

2.1.4 General information

Additional information : Finnish Defence Forces Logistics Command (Customer) requests Quotations for following Standard services for three-year long contracts: International Standards (ISO) 01.01.2026 - 31.12.2028; European and Other International Engineering Standards, US Engineering Standards 10.10.2025 - 09.10.2028; Standards of Aviation Safety Regulations 10.10.2025 - 09.10.2028; RTCA Standards 10.10.2025 - 09.10.2028; and SFS Finnish Standards 01.01.2026 - 31.12.2028. In addition, contracts includes option periods for two years starting from the expiration date of the original contract period. The redemption of the options is entirely at the Customer's discretion. The decision regarding any potential option redemption shall be provided in writing no later than two (2) months before the start of the each option period. Delivery of the above mentioned Standards shall provide employees of the Finnish Defence Forces with access to the online database to view, download, save and print Standards. In addition to the online usage of standards contracts include hard copy standards as options. Prices of the hard copy publications have not been taken into account in the price comparison. License for Standard services shall be for 12 months periods. There will be no automatic renewal of licenses within contract period but it requires seperate subscriptions to renew a license. Customer will notify the Supplier 30 days prior to expiration date of current license with a renewal notice. Procurement has been divided into five (5) positions, which allows a Tenderer to give a Quotation for all of the positions or only for some, depending on which standards are included in the Tenderer's product range. Partial bids are not allowed inside one position. Positions are: Position 1. International Standards (ISO) Position 2. European and Other International Engineering Standards, US Engineering Standards Position 3. Standards of Aviation Safety Regulations Position 4. RTCA Standards Position 5. SFS Finnish Standards Spesific content of the procurement as well as service description and quantities of the procured standards have been described in the Annex 4 Service description of Standards. There are two types of contracts: The contract for International Standards (ISO) is based on the estimated value of the procurement and is a framework agreement under which access to standard publications is purchased annually based on actual needs. The contract does not impose any minimum purchase requirements. For other standards (positions 2., 3., 4. and 5), the contracts are based on a pre-specified annual composition. In addition, the contracts for Standards listed in positions 2, 3, and 4 contain a supplementary procurement option, allowing for additional purchases up to 10% of the contract value for products in line with the product groups covered by the contract. Quotation, questions related to content of the RFQ and all other information included must be submitted in Finnish or English. Quotations shall be submitted throuhg the Supplier Portal.
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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The economic operator has provided false information, failed to provide required information, been unable to submit the requested documents, or disclosed confidential information related to procurement procedure.
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 : Position 1. International Standards (ISO)
Description : Position 1: International Standards (ISO) includes indigenous ISO standards from the fields listed below: 1 Generalities. Terminology. Standardization. Documentation 3 Services. Company organization, management and quality. Administration. Transport. Sociology 7 Mathematics. Natural Sciences 13 Environment. Health protection. Safety 17 Metrology and measurement. Physical phenomena 19 Testing 21 Mechanical systems and components for general use 23 Fluid systems and components for general use 25 Manufacturing engineering 27 Energy and heat transfer engineering 29 Electrical engineering 31 Electronics 33 Telecommunications. Audio and video engineering 35 Information technology. Office machines 37 Image technology 43 Road vehicles engineering 47 Shipbuilding and marine structures 49 Aircraft and space vehicle engineering 53 Materials handling equipment 71 Chemical technology 75 Petroleum and related technologies 77 Metallurgy 87 Paint and colour industries 93 Civil engineering 95 Military engineering The contract for International Standards (ISO) is based on the estimated value of the procurement and is a framework agreement under which access to standard publications is purchased annually based on actual needs. Access to standard publications shall be purchased in blocks of 1 -50, 1 -100, 1-300, or 1-500. The contract does not impose any minimum purchase requirements. See service description of ISO Standards in Annex 4 Service Description of Standards.
Internal identifier : 2461/2025 / Position 1.

5.1.1 Purpose

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

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Contract includes option periods for two years 2029 and 2030. The redemption of the options is entirely at the Customer's discretion. The decision regarding any potential option redemption shall be provided in writing no later than two (2) months before the start of the each option period (latest on the 31st of October 2028 and on the 31st of October 2029).

5.1.5 Value

Estimated value excluding VAT : 250 000 Euro

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration in the trade register
Description : Please, refer to ESPD.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Quotation with the cheapest price will be selected.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Deadline for requesting additional information : 11/08/2025 07:00 +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, Finnish
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 01/09/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/09/2025 11:10 +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 : no
Electronic invoicing : Required
Electronic ordering will be used : no
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
Information about review deadlines : Further information regarding possibility to appeal will be given with the decision regarding this procurement.

5.1 Lot technical ID : LOT-0002

Title : Position 2. European and Other International Engineering Standards, US Engineering Standards
Description : Position 2. European and Other International Engineering Standards, US Engineering Standards covers IEC, SAE, AIA/NAS, IEEE, IPC and ASTM Standards as stated in Annex 4 Service Description of Standards. The contract includes a supplementary procurement option amounting to 10% of the contract value for the acquisition of products in line with the product groups covered by the contract.
Internal identifier : 2461/2025 Position 2.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Options :
Description of the options : Product options: IEC standards (2 blocks, 1-20 standards /per block) per year, and SAE ASM/AS standards (1 block, 1-25 standards, one location/site) per year. The redemption of the product options is entirely at the Customer's discretion. Customer can do redemptions fully or partially. The Customer can order optional standard blocks during original contract period and optional contract periods when placing the order for each 12 months period. In addition, the contract includes a supplementary procurement option amounting to 10% of the contract value for the acquisition of products in line with the product groups covered by the contract.

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 10/10/2025
Duration end date : 09/10/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Contract includes option periods for two years: 10.10.2028 - 09.10.2029 and 10.10.2029 - 09.10.2030. The redemption of the options is entirely at the Customer's discretion. The decision regarding any potential option redemption shall be provided in writing no later than two (2) months before the start of the each option period (latest on the 10th of August 2028 and on the 10th of August 2029).

5.1.5 Value

Estimated value excluding VAT : 500 000 Euro

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration in the trade register
Description : Please, refer to ESPD.
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
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Quotation with the cheapest price will be selected.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Deadline for requesting additional information : 11/08/2025 07:00 +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, Finnish
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 01/09/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/09/2025 11:10 +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 : no
Electronic invoicing : Required
Electronic ordering will be used : no
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
Information about review deadlines : Further information regarding possibility to appeal will be given with the decision regarding this procurement.

5.1 Lot technical ID : LOT-0003

Title : Position 3. Standards of Aviation Safety Regulations
Description : Position 3. Standards of Aviation Safety Regulations covers JAA/JAR, FAA, ICAO, EASA and IATA Standards as stated in Annex 4 Service Description of Standards. The contract includes a supplementary procurement option amounting to 10% of the contract value for the acquisition of products in line with the product groups covered by the contract.
Internal identifier : 2461/2025 Position 3.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Options :
Description of the options : Hard copy standards as options as follows: • ICAO-TI (Doc 9284) ICAO Technical Instructions for Safe Transport of Dangerous Goods by Air, 0-30 pcs/per year. • ICAO-TI (Doc 9284SU) supplement, 0-30 pcs/per year. • IATA Dangerous Goods Regulations (DGR), 0-60 pcs/per year. In addition, the contract includes a supplementary procurement option amounting to 10% of the contract value for the acquisition of products in line with the product groups covered by the contract.

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 10/10/2025
Duration end date : 09/10/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Contract includes option periods for two years: 10.10.2028 - 09.10.2029 and 10.10.2029 - 09.10.2030. The redemption of the options is entirely at the customer's discretion. The decision regarding any potential option redemption shall be provided in writing no later than two (2) months before the start of the each option period (latest on the 10th of August 2028 and on the 10th of August 2029).

5.1.5 Value

Estimated value excluding VAT : 200 000 Euro

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration in the trade register
Description : Please, refer to ESPD.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Quotation with the cheapest price will be selected.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Deadline for requesting additional information : 11/08/2025 07:00 +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, Finnish
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 01/09/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/09/2025 11:10 +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 : no
Electronic invoicing : Required
Electronic ordering will be used : no
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
Information about review deadlines : Further information regarding possibility to appeal will be given with the decision regarding this procurement.

5.1 Lot technical ID : LOT-0004

Title : Position 4. RTCA Standards
Description : Position 4. RTCA Standards covers RTCA Standards as stated in Annex 4. Service Description of Standards. The contract includes a supplementary procurement option amounting to 10% of the contract value for the acquisition of products in line with the product groups covered by the contract.
Internal identifier : 2461/2025 Position 4.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Options :
Description of the options : The contract includes a supplementary procurement option amounting to 10% of the contract value for the acquisition of products in line with the product groups covered by the contract.

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 10/10/2025
Duration end date : 09/10/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Contract includes option periods for two years: 10.10.2028 - 09.10.2029 and 10.10.2029 - 09.10.2030. The redemption of the options is entirely at the customer's discretion. The decision regarding any potential option redemption shall be provided in writing no later than two (2) months before the start of the each option period (latest on the 10th of August 2028 and on the 10th of August 2029).

5.1.5 Value

Estimated value excluding VAT : 20 000 Euro

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration in the trade register
Description : Please, refer to ESPD.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Quotation with the cheapest price will be selected.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Deadline for requesting additional information : 11/08/2025 07:00 +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, Finnish
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 01/09/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/09/2025 11:10 +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 : no
Electronic invoicing : Required
Electronic ordering will be used : no
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
Information about review deadlines : Further information regarding possibility to appeal will be given with the decision regarding this procurement.

5.1 Lot technical ID : LOT-0005

Title : Position 5. SFS Finnish Standards
Description : Position 5. SFS Finnish Standards includes English and Finnish SFS Standards excluding English electrotechnical standards as stated in Annex 4. Service Description of Standards.
Internal identifier : 2461/2025 Position 5.

5.1.1 Purpose

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

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Contract includes option periods for two years 2029 and 2030. The redemption of the options is entirely at the customer's discretion. The decision regarding any potential option redemption shall be provided in writing no later than two (2) months before the start of the each option period (latest on the 31st of October 2028 and on the 31st of October 2029).

5.1.5 Value

Estimated value excluding VAT : 450 000 Euro

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration in the trade register
Description : Please, refer to ESPD.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Quotation with the cheapest price will be selected.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Deadline for requesting additional information : 11/08/2025 07:00 +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, Finnish
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 01/09/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/09/2025 11:10 +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 : no
Electronic invoicing : Required
Electronic ordering will be used : no
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
Information about review deadlines : Further information regarding possibility to appeal will be given with the decision regarding this procurement.

8. Organisations

8.1 ORG-0001

Official name : Finnish Defence Forces Logistics Command
Registration number : 0952029-9
Postal address : PL 69
Town : Tampere
Postcode : 33541
Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland
Contact point : Finnish Defence Forces Logistics Command
Telephone : +358 299800
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 : 2ed17644-7850-4fa5-8040-1517a78dcb89 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/06/2025 12:53 +00:00
Notice dispatch date (eSender) : 26/06/2025 13:05 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00421579-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025