Sentinel and Landsat satellite data API

We are seeking for a provider of a Cloud API service for online satellite data archive and processing framework containing the following satellite platforms: Sentinel-1, Sentinel-2 (L1C and L2A), Sentinel-3, Landsat-5, Landsat-7, Landsat-8 and Lansat-9. For current missions, the archive must be updated with NRT data for the whole contract …

CPV: 72300000 Servicios relacionados con datos
Plazo:
2 de junio de 2025 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Sentinel and Landsat satellite data API
Organismo adjudicador:
Suomen ympäristökeskus
Número de premio:
SYKE/2025/785

1. Buyer

1.1 Buyer

Official name : Suomen ympäristökeskus
Legal type of the buyer : Central government authority
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Sentinel and Landsat satellite data API
Description : We are seeking for a provider of a Cloud API service for online satellite data archive and processing framework containing the following satellite platforms: Sentinel-1, Sentinel-2 (L1C and L2A), Sentinel-3, Landsat-5, Landsat-7, Landsat-8 and Lansat-9. For current missions, the archive must be updated with NRT data for the whole contract period. The Cloud API must support configurable WMS-service for web map visualization, and other APIs for accessing pixel level reflectance data and computing zonal statistics of earth observation products. The main minimum criteria Please note! Minimum criteria are described more precisely and broadly in the chapter Procurement object criteria of this call for tenders. The service must be already existing and have an existing customer base. The Cloud API must provide: 1. OGC WMS-APIs for web map visualization 2. an API for computing zonal statistics of earth observation (EO) products 3. an API to provide download access to pixel level reflectance data The APIs must support EO-product configuration using Javascript embedded in the API call, to ensure continuity of SYKEs existing production framework. The contract must contain at least 120 million OGC WMS-requests for 12-month contract period at the maximum rate of 3000 requests per minute (1 WMS-request = 256 x 256 pixels). The service must cover the following data at native resolution: • Sentinel-1 o Level-1 GRD, global data since October 2014 • Sentinel-2A, Sentinel-2B and Sentinel-2C o L1C, global data for full mission (not incl. pre-operative phase) o L2A (sen2cor atmospheric correction), global data since January 2017 • Sentinel-3A and Sentinel-3B o L1C, global data since May 2016 • Landsat-5 o Level 1, Europe coverage since 1984 • Landsat-7 o Level 1, Europe coverage since 1999 • Landsat-8 o Collection 2 Level 1, global data since February 2013 o Collection 2 Level 2, global data since February 2013 • Landsat-9 o Collection 2 Level 1, global data since January 2022 o Collection 2 Level 2, global data since January 2022
Procedure identifier : d6fd302c-8ead-49c6-a06c-b50688707ff4
Internal identifier : SYKE/2025/785
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : 1. NOTIFICATION OF PROCUREMENT AND PROCUREMENT PROCEDURE The procurement procedure used is an open procedure. This is a procurement exceeding the EU threshold value, where the Finnish Act on Public Procurement and Concession Contracts (1397/2016, hereinafter referred to as the procurement law) is followed. 2. HANDLING OF TENDERS After the opening of the tenders, the inspection and evaluation of the tenders are carried out according to the criteria of the call for tenders. The opening session of the tenders is not public. 2.1 Checking that the tenderers meet the suitability requirements set for them In the handling of tenders, it is checked whether the tenderers meet the suitability requirements set for the tenderer's registration, financial and economic situation, and technical and professional competence. A tenderer who does not meet the set suitability requirements is excluded from the competition. If the tenderer or a member of its administrative, management, or supervisory body, or a person exercising representation, decision-making, or control authority, has been convicted of a crime referred to in section 80 of the procurement law, the tenderer is excluded from the competition. In addition, a tenderer may be excluded from the competition if the discretionary exclusion criterion referred to in section 81 of the procurement law applies to them. However, if the tenderer presents evidence of its reliability in accordance with section 82 of the procurement law, despite being subject to the exclusion criterion referred to in sections 80 or 81, and if the procurement unit considers the evidence and reliability sufficient, the tenderer is not excluded from the competition. 2.2 Evaluation of compliance of the tenders with the call for tenders The offered products and services must comply with the content of the call for tenders and its attachments. The tenderer must respond to all required points and attach all required certificates/statements to their tender. The compliance of the tenders with the call for tenders is checked using the tender as a whole. Tenders that do not comply with the call for tenders or the terms of the procurement procedure are excluded from the competition. 2.3 Comparison of tenders The comparison of tenders is carried out in the manner stated in the "Decision-making criteria" section of the call for tenders. 2.4 Procurement decision and notification The procurement decision is sent to all tenderers. The contract is not formed by the notification of the procurement decision but requires a separate written agreement. The contract can be signed at the earliest when there are no obstacles to its signing as referred to in the procurement law, such as an enforcement ban. No compensation is paid to tenderers for making the tender, presenting it, or participating in the procedure. The procurement is not divided into parts, as it is not profitable considering the scope of the service package to be procured. Dividing into parts does not add value to the call for tenders, and not dividing the procurement into parts is not related to the exclusion of tenderers.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72300000 Data services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 250 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Sentinel and Landsat satellite data API
Description : We are seeking for a provider of a Cloud API service for online satellite data archive and processing framework containing the following satellite platforms: Sentinel-1, Sentinel-2 (L1C and L2A), Sentinel-3, Landsat-5, Landsat-7, Landsat-8 and Lansat-9. For current missions, the archive must be updated with NRT data for the whole contract period. The Cloud API must support configurable WMS-service for web map visualization, and other APIs for accessing pixel level reflectance data and computing zonal statistics of earth observation products. The main minimum criteria Please note! Minimum criteria are described more precisely and broadly in the chapter Procurement object criteria of this call for tenders. The service must be already existing and have an existing customer base. The Cloud API must provide: 1. OGC WMS-APIs for web map visualization 2. an API for computing zonal statistics of earth observation (EO) products 3. an API to provide download access to pixel level reflectance data The APIs must support EO-product configuration using Javascript embedded in the API call, to ensure continuity of SYKEs existing production framework. The contract must contain at least 120 million OGC WMS-requests for 12-month contract period at the maximum rate of 3000 requests per minute (1 WMS-request = 256 x 256 pixels). The service must cover the following data at native resolution: • Sentinel-1 o Level-1 GRD, global data since October 2014 • Sentinel-2A, Sentinel-2B and Sentinel-2C o L1C, global data for full mission (not incl. pre-operative phase) o L2A (sen2cor atmospheric correction), global data since January 2017 • Sentinel-3A and Sentinel-3B o L1C, global data since May 2016 • Landsat-5 o Level 1, Europe coverage since 1984 • Landsat-7 o Level 1, Europe coverage since 1999 • Landsat-8 o Collection 2 Level 1, global data since February 2013 o Collection 2 Level 2, global data since February 2013 • Landsat-9 o Collection 2 Level 1, global data since January 2022 o Collection 2 Level 2, global data since January 2022
Internal identifier : SYKE/2025/785

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72300000 Data services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 18/06/2025
Duration end date : 17/06/2027

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Basic contract is 2 years and 2 additional years are possible as an option.

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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Turnover
Description : Annual turnover of the tenderer must be at least 500 000 €.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
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 : Price
Criterion :
Type : Quality
Name : Quality
Description :
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 15/05/2025 12:00 +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 : 02/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 02/06/2025 13:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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 -
Organisation receiving requests to participate : Suomen ympäristökeskus -
Organisation processing tenders : Suomen ympäristökeskus -

8. Organisations

8.1 ORG-0001

Official name : Suomen ympäristökeskus
Registration number : 0996189-5
Postal address : Latokartanonkaari 11
Town : Helsinki
Postcode : 00790
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Yki Laine
Telephone : +358 295251345
Internet address : http://www.syke.fi
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

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 : 93e7c92b-3c0d-492a-8de3-26ef0b35cb0b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/04/2025 11:43 +00:00
Notice dispatch date (eSender) : 30/04/2025 11:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00283938-2025
OJ S issue number : 85/2025
Publication date : 02/05/2025