REQUST FOR PARTICIPATION APPLICATION - ROBOTS

The Finnish Defence Forces asks requests for participation requests related to the procurement of robots. The purpose of this procurement is to equip a part of Finnish Defence Forces EOD- and IEDD-teams with two different size robots. Robots will be used in various tasks of disposal explosives and in CBRN-missions. …

CPV: 35120000 Nadzorni i sigurnosni sustavi i uređaji, 35712000 Taktički sustavi za zapovijedanje, nadzor i komunikaciju
mjesto izvršenja:
REQUST FOR PARTICIPATION APPLICATION - ROBOTS
registar:
Finnish Defence Forces Logistics Command
nagradni broj:
4618/2025

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 : REQUST FOR PARTICIPATION APPLICATION - ROBOTS
Description : The Finnish Defence Forces asks requests for participation requests related to the procurement of robots. The purpose of this procurement is to equip a part of Finnish Defence Forces EOD- and IEDD-teams with two different size robots. Robots will be used in various tasks of disposal explosives and in CBRN-missions. Requirements of the robots are based primarily on the explosive disposal and secondarily for CBRN missions. Robots will be used in all standard EOD/IEDD operations mainly in Finnish terrain and circumstances, but they shall also be capable operating in international crisis management missions around the world. Robots will be used in all weather conditions and at any time of the day. Operator shall be able to use robot in complex terrain conditions. Larger EOD/IEDD robots and smaller EOD/IEDD reconnaissance robots dimensions allow them to pass through normal-sized doors and move on corridors in public spaces. EOD/IEDD reconnaissance robot is able to move on more narrow corridors, for example in public transportation vehicles.
Procedure identifier : 695bcada-37d8-4033-b9c6-99f7593ba264
Internal identifier : 4618/2025
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : This tendering is conducted as a restricted EU procurement procedure in accordance with the Act on Public Procurement in the Fields of Defence and Security (1531/2011 later referred to as the Act). The scope of procurement is in the field of defence according to section 5 subsection 1:2 of the Act as the scope of procurement is a part of common military list of European Union (C/2025/1499) section ML4.b.2b (Bombs, torpedoes, rockets, missiles, other explosive devices and charges and related equipment and accessories, as follows, and specially designed components therefor: Specially designed for 'activities' relating to any of the following: Improvised Explosive Devices (IEDs)). A contract notice has been published on the electronic noticeboard HILMA at www.hankintailmoitukset.fi and in the Official Journal of the European Union and the TED database. Alternative tenders are not allowed but a tenderer is allowed to submit parallel tenders. No remuneration shall be paid to candidates/tenderers for making, submitting, or presenting a participation application or subsequent tender, or participating in the procedure in any other way. The candidate/tenderer shall cover itself any and all costs incurred by participating in this competitive bidding. The phases of procurement are as follows: 1. Contract notice on HILMA and in the Official Journal of the European Union 2. Potential candidates' inquiries and questions 3. Contracting entity’s answers to received inquiries and questions 4. Candidates submit participation applications 5. Contracting entity processes received participation applications a. Opening participation applications b. Verifying the suitability of candidates c. Possible reduction of the number of candidates based on the evaluation criteria. 6. Selection of tenderers and notifying all candidates of the decision. 7. Selected tenderers' provide NDA's and security commitment. 8. Sending of the request for quotation to the selected tenderers. 9. Tenderers' inquiries and questions 10. Contracting entity’s answers to the inquiries and questions 11. Tenderers submit tenders 12. Contracting entity processes received tenders a. Opening tenders b. Verifying the conformity of the tender with the requirements stated in the request for quotation c. Comparison of tenders 13. Contracting entity sends out the notification of the contract award 14. Standstill period, if applicable, 21 days The participation application including all of its appendices shall be written in the English or Finnish language. The contracting entity verifies whether the candidates meet the suitability requirements set in this document and in eForms document. Any candidate which does not fulfill the mandatory suitability requirements or which is subject to any of the exclusion criteria provided in Section 47 of the Act shall be excluded from the competitive bidding. Any Candidate which is subject to any of the exclusion criteria mentioned in Section 48 of the Act may be excluded from the competitive bidding.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35712000 Tactical command, control and communication systems

2.1.2 Place of performance

Postal address : Hatanpään valtatie 30
Town : Tampere
Postcode : 33100
Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland

2.1.3 Value

Estimated value excluding VAT : 14 300 000 Euro
Maximum value of the framework agreement : 14 300 000 Euro

2.1.4 General information

Legal basis :
Directive 2009/81/EC

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

5. Lot

5.1 Lot technical ID : LOT-0001

Title : EOD/IEDD Robot
Description : EOD- and IEDD-robot is a remote-operated and electrically powered manipulator vehicle. Its purpose is to replace EOD-/IEDD-operator in various hazardous missions. Robots are used to search visual and concealed EODs/IEDs by cameras. They are used in disposal of explosive ordnance and IEDs and they are also used to displace objects into a special armored containers etc. A robot total weight including chassis, manipulator and batteries should be less than 300 kg. Robots are moving on tracks and they shall be operated both wirelessly and by wire. The robot should be possible to equip with minimum two disruptor systems and an operator should be able to target and fire them using the robot’s controller unit. The framework agreement will include 8 robots, spareparts and training. Initial purchase order will be four (4) robots including sparepart package and training.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35712000 Tactical command, control and communication systems
Options :
Description of the options : During the contract period the procurement entity commit to order 4 pcs i.e. initial purchase order and keeps right to make call off orders max. 8 pcs.

5.1.2 Place of performance

Postal address : Hatanpään valtatie 30
Town : Tampere
Postcode : 33100
Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.4 Renewal

Maximum renewals : 0
Other information about renewals : During the contract period the procurement entity commit to order 4 pcs i.e. initial purchase order and keeps right to make call off orders max. 8 pcs during the contract period.

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Euro
Maximum value of the framework agreement : 8 000 000 Euro

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
Additional information : Operational time for each robort is approximately 50 hours per year. Candidates shall have possibility to provide spareparts throughout the lifecycle of robots (min. 10 years) and training for operators, trainers and for maintenance personnel at the Finnish Defence Forces' as well as at Millog Oy in Finland and/or manufacturer's premises.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The candidate's economic and financial standing shall be adequate in relation to the scope of the procurement.
Description : See Suitability requirements.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Name : Relevant trade registers in the country of its establishment.
Description : See Suitability requirements.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : The candidate shall have ability to carry out the procurement contract.
Description : See Suitability requirements.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 5

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The evaluation criteria will be published in the Request for Quotation.
Criterion :
Type : Quality
Name : Technical performance
Description : The evaluation criteria will be published in the Request for Quotation.

5.1.11 Procurement documents

Deadline for requesting additional information : 05/09/2025 11:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/10/2025
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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 16/09/2025 11:00 +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 : After publising of the contract award and stand still period, the contract will be signed by the parties.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : NDA shall be requested from the personnel and Security Commitment of selected tenderers before the contracting entity provides the Request for Quotation. See suitability requirements.
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : The payment terms and conditions are informed in the request for quotation.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : EOD/IEDD Reconnaissance Robot
Description : EOD/IEDD reconnaissance robot is a remote-operated and electrically powered manipulator vehicle. Its purpose is to replace EOD-/IEDD-operator in various hazardous missions. Robots are used to search visual and concealed EODs/IEDs by cameras and it shall be used in reconnaissance of items and areas. Robots weight including chassis, manipulator and batteries should be less than 35kg. Robot is moving on tracks and it shall be operated both wirelessly and by wire. The robort need to be possible to equip with minimum one disruptor system and an operator shall be able to target and fire it using the robot’s controller unit. The framework agreement will include 18 robots, spareparts and training. Initial purchase order will be five (5) robots including sparepart package and training.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35120000 Surveillance and security systems and devices

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.4 Renewal

Maximum renewals : 0
Other information about renewals : During the contract period the procurement entity commit to order 5 pcs i.e. initial purchase order and keeps right to make call off orders max. 18 pcs during the contract period.

5.1.5 Value

Estimated value excluding VAT : 6 300 000 Euro
Maximum value of the framework agreement : 6 300 000 Euro

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
Additional information : Operational time for each robort is approximately 50 hours per year. Candidates shall have possibility to provide spareparts throughout the lifecycle of robots (min. 10 years) and training for operators, trainers and for maintenance personnel at the Finnish Defence Forces' as well as at Millog Oy in Finland and/or manufacturer's premises.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The candidate's economic and financial standing shall be adequate in relation to the scope of the procurement.
Description : See Suitability requirements.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Name : Relevant trade registers in the country of its establishment.
Description : See Suitability requirements.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The candidate shall have ability to carry out the procurement contract.
Description : See Suitability requirements.
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 : 1
Maximum number of candidates to be invited for the second stage of the procedure : 5

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The evaluation criteria will be published in the request for quotation.
Criterion :
Type : Quality
Name : Technical performance
Description : The evaluation criteria will be published in the request for quotation.

5.1.11 Procurement documents

Deadline for requesting additional information : 05/09/2025 11:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/10/2025
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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 16/09/2025 11:00 +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 contract terms and conditions will be provided for the selected tenderers.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : NDA shall be requested from the personnel and Security Commitment of selected tenderers before the contracting entity provides the Request for Quotation. See suitability requirements.
Financial arrangement : The payment time and method will be published in the request for quotation for selected tenderers.
Subcontracting :
The buyer may oblige the contractor to award all or certain subcontracts through the procedure set out in Title III of Directive 2009/81/EC.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 document regarding this procurement.
Organisation receiving requests to participate : Finnish Defence Forces Logistics Command

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 : Finnish Defence Forces Logistics Command
Registration number : 0952029-9
Postal address : Hatanpään valtatie 30
Town : Tampere
Postcode : 33541
Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland
Contact point : Finnish Defence Forces Logistics Command HQ
Telephone : +358 299800
Roles of this organisation :
Buyer
Organisation receiving requests to participate

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 7914fe46-6cb2-454a-b50b-365ea07816d3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/07/2025 14:01 +00:00
Notice dispatch date (eSender) : 11/07/2025 14:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00462180-2025
OJ S issue number : 133/2025
Publication date : 15/07/2025