Scheduled maintenance, modifications and repairs for PC-12/47E, Framework agreement for years 2025-2028 (options 2+2 years)

PARTICIPATION APPLICATION REQUEST Finnish Defence Forces Logistics Command (later on FDFLOGCOM or contracting entity) is requesting your participation application in the procurement of maintenance framework agreement recarding Scheduled maintenance, modifications and repairs for Finnish Defence Forces PC-12/47E fleet. The purpose of this procurement is to make a frame work agreement …

CPV: 50210000 Usluge popravaka, održavanja i srodne usluge koje se odnose na opremu letjelica i drugu opremu
mjesto izvršenja:
Scheduled maintenance, modifications and repairs for PC-12/47E, Framework agreement for years 2025-2028 (options 2+2 years)
registar:
Finnish Defence Forces Logistics Command (FDF LOGCOM)
nagradni broj:
5182/2025

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Scheduled maintenance, modifications and repairs for PC-12/47E, Framework agreement for years 2025-2028 (options 2+2 years)
Description : PARTICIPATION APPLICATION REQUEST Finnish Defence Forces Logistics Command (later on FDFLOGCOM or contracting entity) is requesting your participation application in the procurement of maintenance framework agreement recarding Scheduled maintenance, modifications and repairs for Finnish Defence Forces PC-12/47E fleet. The purpose of this procurement is to make a frame work agreement for years 2025–2028 including an options for 2+2 years. Framework agreement is mainly used for annual maintenance of Finnish Air force PC-12/47E aircrafts. It is estimated that for the years 2026 and 2027 annual maintenance for five (5) aircraft is required per year. Each maintenance is estimated to contain the following tasks: * 300 FH inspection package * 300 FH/12M inspection package * 600 FH inspection package * 600 FH/12M inspection package * 1200 FH/12M inspection package * 2400 FH/24M inspection package * time limited inspection tasks as necessary * Engine MINOR and ROUTINE tasks * SB implementations as necessary Content of the purchased maintenance is not limited to the example provided above. Actual task list will be provided before confirming the maintenance slot for the scheduled maintenance in question. Finnish Air Force has also own PC-12 maintenance capability. The Framework Agreement for Scheduled maintenance is used as necessary and the estimated need for next years is not binding. The object of the procurement is to conclude Framework Agreement(s) with max three (3) Suppliers (maintenance organizations) for years 2025 -2028 and options for 2 + 2 years. This agreement will enter into force at the end on 2025, but first scheduled maintenance will be from 2026 onwards. The value of the contract with options is at most 3,6 M euros. On the basis of this Request for Participation Application, FDFLOGCOM will select the Tenderers to receive the Call for tender (Request for Quotation, RFQ). THE USE OF FRAMEWORK AGREEMENT: A ranking until end of 2026 maintenance needs is formed based on the Call for tender. For the year 2027 and onwards a mini competition is held yearly for next year's maintenance needs between the suppliers to determine the order in which the suppliers are ranked. After each minicompetition, the rank of suppliers and the price list for the next 12 months is updated. For the services that are not included in the said price list, the service fee shall be based on the supplier’s valid price list. During the contract year when the service is needed, the request for the service will be sent to the Supplier highest on the ranking by email. If it cannot provide the service, the request is send to the second one on the ranking and then to the third one. The supplier shall commit itself to providing the service when confirming the order.
Procedure identifier : fc3a6705-8da9-4396-986a-66d4edf46e6c
Internal identifier : 5182/2025
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : The competitive bidding shall be 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 procurement is conducted under an accelerated procedure because certain unforeseen technical reasons. 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. The procurement can be divided into parts. The decision will be made aircraft by aircraft. Alternative tenders are not allowed. Parallel tenders are not allowed. No remuneration shall be paid to Candidates for making, submitting, or presenting a participation application or subsequent tender, or participating in the procedure in any other way. The Candidate shall cover itself any and all costs incurred by participating in the competitive bidding. The Contracting Entity verifies whether the Candidates meet the suitability requirements set in this participation application reguest. Any Candidate which does not satisfy the 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 also be excluded from the competitive bidding. Translation of Sections 47 and 48 is in the appendix 2. The phases of procurement are as follows: 1. Contract notice on HILMA and in the Official Journal of the European Union 2. Candidate inquiries 3. Contracting entity’s answers to the inquiries 4. Submitting participation applications 5. Processing participation applications a. Opening participation applications b. Verifying the suitability of Candidates c. Possible reduction of the number of Candidates 6. Selection of Tenderers out of the Candidates that have submitted a participation application and notifying participants of the decision. 7. Sending of the request for quotation. 8. Tenderer inquiries 9. Contracting entity’s answers to the inquiries 10. Submitting tenders 11. Processing tenders a. Opening tenders b. Verifying the conformity of the tender with the request for quotation c. Comparison of tenders 12. Procurement decision and notification of the decision 13. Signing a procurement contract

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50210000 Repair, maintenance and associated services related to aircraft and other equipment

2.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : To limit risks and costs related to extended ferry flights, the Tenderer shall perform the requested work in EEA including Switzerland and UK. The maintenance facility shall be located within a straight line distance of 2 000 km from EFTP (Finland, Tampere Pirkkala).

2.1.3 Value

Estimated value excluding VAT : 3 600 000 Euro

2.1.4 General information

Legal basis :
Directive 2009/81/EC

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Scheduled maintenance, modifications and repairs for PC-12/47E, Framework agreement for years 2025-2028 (options 2+2 years)
Description : PARTICIPATION APPLICATION REQUEST Finnish Defence Forces Logistics Command (later on FDFLOGCOM or contracting entity) is requesting your participation application in the procurement of maintenance framework agreement recarding Scheduled maintenance, modifications and repairs for Finnish Defence Forces PC-12/47E fleet. The purpose of this procurement is to make a frame work agreement for years 2025–2028 including an options for 2+2 years. Framework agreement is mainly used for annual maintenance of Finnish Air force PC-12/47E aircrafts. It is estimated that for the years 2026 and 2027 annual maintenance for five (5) aircraft is required per year. Each maintenance is estimated to contain the following tasks: * 300 FH inspection package * 300 FH/12M inspection package * 600 FH inspection package * 600 FH/12M inspection package * 1200 FH/12M inspection package * 2400 FH/24M inspection package * time limited inspection tasks as necessary * Engine MINOR and ROUTINE tasks * SB implementations as necessary Content of the purchased maintenance is not limited to the example provided above. Actual task list will be provided before confirming the maintenance slot for the scheduled maintenance in question. Finnish Air Force has also own PC-12 maintenance capability. The Framework Agreement for Scheduled maintenance is used as necessary and the estimated need for next years is not binding. The object of the procurement is to conclude Framework Agreement(s) with max three (3) Suppliers (maintenance organizations) for years 2025 -2028 and options for 2 + 2 years. This agreement will enter into force at the end on 2025, but first scheduled maintenance will be from 2026 onwards. The value of the contract with options is at most 3,6 M euros. On the basis of this Request for Participation Application, FDFLOGCOM will select the Tenderers to receive the Call for tender (Request for Quotation, RFQ). THE USE OF FRAMEWORK AGREEMENT: A ranking until end of 2026 maintenance needs is formed based on the Call for tender. For the year 2027 and onwards a mini competition is held yearly for next year's maintenance needs between the suppliers to determine the order in which the suppliers are ranked. After each minicompetition, the rank of suppliers and the price list for the next 12 months is updated. For the services that are not included in the said price list, the service fee shall be based on the supplier’s valid price list. During the contract year when the service is needed, the request for the service will be sent to the Supplier highest on the ranking by email. If it cannot provide the service, the request is send to the second one on the ranking and then to the third one. The supplier shall commit itself to providing the service when confirming the order.
Internal identifier : 5182/2025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50210000 Repair, maintenance and associated services related to aircraft and other equipment

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : To limit risks and costs related to extended ferry flights, the Tenderer shall perform the requested work in EEA including Switzerland and UK. The maintenance facility shall be located within a straight line distance of 2 000 km from EFTP (Finland, Tampere Pirkkala).

5.1.3 Estimated duration

Duration : 84 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The purpose of this procurement is to make a frame work agreement for years 2025–2028 and options 2+2 years.

5.1.5 Value

Estimated value excluding VAT : 3 600 000 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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 2. ECONOMIC AND FINANCIAL STANDING
Description : The suitability requirements are stated in the Tender Service under the section "Suitability requirements".
Use of this criterion : Used
Criterion :
Type : Other
Name : 4. OTHER REQUIREMENTS
Description : The suitability requirements are stated in the Tender Service under the section "Suitability requirements".
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 1. REGISTRY INFORMATION, OTHER GROUNDS FOR EXCLUSION
Description : The suitability requirements are stated in the Tender Service under the section "Suitability requirements".
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 3. TECHNICAL AND PROFESSIONAL QUALIFICATION
Description : The suitability requirements are stated in the Tender Service under the section "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 : 6

5.1.10 Award criteria

Criterion :
Type : Cost
Description : The comparative criteria are stated in the call for tenders. The selection criterion may be the most economically advantageous. In the yearly mini-competiton the quality might also be comparison criteria.

5.1.11 Procurement documents

Deadline for requesting additional information : 08/08/2025 11:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : No subcontracting indication
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 : Not allowed
Deadline for receipt of requests to participate : 25/08/2025 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 is concluded by the signature of a written contract.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Not applied.
Subcontracting :
No subcontracting obligation applies.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
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 : 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 (FDF LOGCOM)
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 Headquarters
Telephone : +358 299800
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

Notice information

Notice identifier/version : b277f6af-8b07-448e-a170-248942c8760d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/07/2025 14:26 +00:00
Notice dispatch date (eSender) : 11/07/2025 14:34 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00460505-2025
OJ S issue number : 133/2025
Publication date : 15/07/2025