PARTICIPATION APPLICATION REQUEST/JETX BUSINESS JET AIRCRAFT

The Defence Forces Logistics Command (later referred to as Contracting Entity) requests a participation application regarding the procurement of JETX business jet aircraft in accordance with this participation application request and its appendices. The procurement consists of 2-3 light to mid-sized business jet type aircraft depending on the funding provided. …

CPV: 34711100 Aeroplani
Luogo di esecuzione:
PARTICIPATION APPLICATION REQUEST/JETX BUSINESS JET AIRCRAFT
Ente di assegnazione:
Puolustusvoimien logistiikkalaitos
Numero di premio:
1994/2025

1. Buyer

1.1 Buyer

Official name : Puolustusvoimien logistiikkalaitos
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : PARTICIPATION APPLICATION REQUEST/JETX BUSINESS JET AIRCRAFT
Description : The Defence Forces Logistics Command (later referred to as Contracting Entity) requests a participation application regarding the procurement of JETX business jet aircraft in accordance with this participation application request and its appendices. The procurement consists of 2-3 light to mid-sized business jet type aircraft depending on the funding provided. The aim of the Contracting Entity is to purchase 3 business jet type aircraft. The total value of procurement including options is 49 million EUR. The planned nature of the flight missions is transport of personnel and cargo. The planned flight missions departing from Helsinki are the following: A. Central Europe B. Nordic countries C. Long range flights within Europe (max range: EFHK (Helsinki) -LPPT (Lisbon)) D. Domestic flights E. Domestic short flights F. Training and check flights Aircraft will be based in airports between Helsinki and Rovaniemi. The home base of the aircraft will be either EFTP (Tampere Finland) or EFHK (Helsinki Finland). The aircraft will be operated mainly at civil and military airports in Finland and Europe. The preliminary Request for Quotation and requirement matrix of aircraft comprising critical, primary and secondary requirements will be provided for the candidates approved after the participation application phase. In negotiation phase, critical minimum requirements are non-negotiable. Evaluations of aircraft: Evaluations are conducted based on the appendix 4 ''Evaluations''. Suitability for the primary role of personnel transportation and for the secondary role of light cargo carrying capability will be evaluated. Requirement for cargo transportation will be defined or omitted based on evaluation and negotiations. The aim of the evaluations is to confirm fulfillment of requirements (critical, primary, secondary) set on the preliminary Request for Quotation. The Aircraft that the Tenderer provides for evaluation shall correspond to the one that will be proposed in the final quotation. If the Tenderer wishes to deliver parallel tenders, the completion of the evaluation process is compulsory for all proposed aircraft. A Quotation that includes a proposition of the aircraft that is not evaluated shall not be accepted in the final RFQ phase. The evaluation will provide a verified assessment of suitability of each offered aircraft for its planned use in the Finnish operational environment and the life cycle cost. The general principle of the evaluation program is to focus on practical issues important to the Finnish Air Force (FINAF), and consider them on the same basis and using same methods as in normal FINAF use. Evaluation will include initial assessment based on information requested (requirement appendix, section 5, 5.5.7). Information should be provided by 10.8.2025 the latest. Second phase of evaluation is limited scope flight evaluation. The Candidates should propose scheduling including availability of demo aircraft for evaluation when providing requested information. Participation: The Candidates are kindly asked to familiarize themselves with this participation application request and its appendices. The candidates are only asked to send participation application and appendices asked in this phase A of the procurement. The Candidates that are selected to proceed to Phase B (Request for Quotation phase) shall receive a preliminary RFQ from the Contracting Entity and the Contracting Entity then asks for preliminary tenders.
Procedure identifier : 8bbc84a6-ed22-403f-8850-583e815c1a63
Internal identifier : 1994/2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : PARTICIPATION: The competitive bidding shall be conducted as an EU procurement utilizing negotiation procedure in accordance with the Act on Public Procurement and Concession Contracts (1397/2016, later referred to as the Act). The procurement shall not be divided between different Tenderers. To ensure the maintenance and availability of the supplies and services, it is not possible to divide the procurement into parts. No remuneration shall be paid to Candidates for making, submitting, or presenting a participation application or subsequent tender, participating in evaluations or in the procedure in any other way. The Candidate shall cover itself any and all costs incurred by participating in the competitive bidding. Parallel tenders are allowed in RFQ phase (phase B). Alternative tenders are not allowed in RFQ phase (phase B). The application for participation must be submitted to the Cloudia portal by the final deadline of submitting application. The participation application including all of its appendices shall be written in the English or Finnish language. The participation applications that arrive after the deadline will be rejected. There shall be no public access to the opening of participation applications. In the application for participation phase, the Contracting Entity will check whether or not the Candidates meet the suitability requirements set on ESPD- form and on the procurement criteria section. Any Candidate 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 Candidate 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 number of accepted Candidates will not be restricted, all the Candidates meeting the suitability requirements are accepted to proceed to phase B RFQ phase. THE PHASES OF PROCUREMENT AND THE PRELIMINARY SCHEDULE: A. The Application for participation Phase; (June/July, 2025): 1. Contract notice on HILMA and in the Official Journal of the European Union 2. Additional inquiries related to the participation application 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 B. The Request for Quotation Phase; (July/August, 2025): 7. Sending of the preliminary request for quotation (RFQ1) 8. Tenderer inquiries 9. Contracting entity’s answers to the inquiries 10. Start of evaluations 11. Submitting preliminary tenders a. Opening preliminary tenders b. Verifying the conformity of the preliminary tender with the RFQ1 and the comparison of the preliminary tenders 12. Negotiations (one or more rounds of negotiations) (September/October, 2025) 13. Completion of evaluations 14. Sending of the final updated request for quotation (RFQ 2) (November 2025) 15. Tenderer inquiries 16. Submitting the final tenders (December 2025) 17. Processing the final tenders a. Opening the final tenders b. Verifying the conformity of the final tender with the RFQ2 c. Comparison of the final tenders 18. Procurement decision and notification of the decision 19. Signing a procurement contract (Q1, 2026) At phase 14. the aim is to send the final RFQ. However, if necessary to collect more information there might be an tentative RFQ round.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34711100 Aeroplanes

2.1.2 Place of performance

Country : Finland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 49 000 000 Euro

2.1.4 General information

Additional information : The procurement includes at least the following options (1-5). The following options and their details are specified in the final RFQ. 1. Initial spare part provisioning package to support the first three (3) years of operation 2. Framework agreement for spare part to support continuing operations for the first four (4) years of operation 3. Framework agreement for the repair and/or exchange of repairable components for the first four (4) years of operation 4. Training options according to technical specification section 6 5. Option for continuing airworthiness management: a suitable CAMO software as a service (SaaS) for the initial five years of operation The Options include maintenance, spare parts and other supplies and services e.g. integration to platforms and development of system capabilities during the contract period. The Customer shall redeem the Options 1-3 within five (5) years from the delivery date of the first aircraft. The Customer shall redeem Option 4 within first five (5) years from signing of the contract. The Customer shall redeem Option 5 within one (1) month from the delivery date of the first aircraft. The Customer shall notify the Supplier in writing about using the Option. The Option is subject to the same terms of contract as the Supplies. The use of the Options is at the sole discretion of the Customer.
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 : PARTICIPATION APPLICATION REQUEST/JETX BUSINESS JET AIRCRAFT
Description : The Defence Forces Logistics Command (later referred to as Contracting Entity) requests a participation application regarding the procurement of JETX business jet aircraft in accordance with this participation application request and its appendices. The procurement consists of 2-3 light to mid-sized business jet type aircraft depending on the funding provided. The aim of the Contracting Entity is to purchase 3 business jet type aircraft. The total value of procurement including options is 49 million EUR. The planned nature of the flight missions is transport of personnel and cargo. The planned flight missions departing from Helsinki are the following: A. Central Europe B. Nordic countries C. Long range flights within Europe (max range: EFHK (Helsinki) -LPPT (Lisbon)) D. Domestic flights E. Domestic short flights F. Training and check flights Aircraft will be based in airports between Helsinki and Rovaniemi. The home base of the aircraft will be either EFTP (Tampere Finland) or EFHK (Helsinki Finland). The aircraft will be operated mainly at civil and military airports in Finland and Europe. The preliminary Request for Quotation and requirement matrix of aircraft comprising critical, primary and secondary requirements will be provided for the candidates approved after the participation application phase. In negotiation phase, critical minimum requirements are non-negotiable. Evaluations of aircraft: Evaluations are conducted based on the appendix 4 ''Evaluations''. Suitability for the primary role of personnel transportation and for the secondary role of light cargo carrying capability will be evaluated. Requirement for cargo transportation will be defined or omitted based on evaluation and negotiations. The aim of the evaluations is to confirm fulfillment of requirements (critical, primary, secondary) set on the preliminary Request for Quotation. The Aircraft that the Tenderer provides for evaluation shall correspond to the one that will be proposed in the final quotation. If the Tenderer wishes to deliver parallel tenders, the completion of the evaluation process is compulsory for all proposed aircraft. A Quotation that includes a proposition of the aircraft that is not evaluated shall not be accepted in the final RFQ phase. The evaluation will provide a verified assessment of suitability of each offered aircraft for its planned use in the Finnish operational environment and the life cycle cost. The general principle of the evaluation program is to focus on practical issues important to the Finnish Air Force (FINAF), and consider them on the same basis and using same methods as in normal FINAF use. Evaluation will include initial assessment based on information requested (requirement appendix, section 5, 5.5.7). Information should be provided by 10.8.2025 the latest. Second phase of evaluation is limited scope flight evaluation. The Candidates should propose scheduling including availability of demo aircraft for evaluation when providing requested information. Participation: The Candidates are kindly asked to familiarize themselves with this participation application request and its appendices. The candidates are only asked to send participation application and appendices asked in this phase A of the procurement. The Candidates that are selected to proceed to Phase B (Request for Quotation phase) shall receive a preliminary RFQ from the Contracting Entity and the Contracting Entity then asks for preliminary tenders.
Internal identifier : 1994/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34711100 Aeroplanes
Options :
Description of the options : The buyer reserved the right for additional purchases described in the procurement documents.

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 02/01/2026
Duration end date : 31/12/2029

5.1.5 Value

Estimated value excluding VAT : 49 000 000 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
Additional information : The procurement includes at least the following options (1-5). The following options and their details are specified in the final RFQ. 1. Initial spare part provisioning package to support the first three (3) years of operation 2. Framework agreement for spare part to support continuing operations for the first four (4) years of operation 3. Framework agreement for the repair and/or exchange of repairable components for the first four (4) years of operation 4. Training options according to technical specification section 6 5. Option for continuing airworthiness management: a suitable CAMO software as a service (SaaS) for the initial five years of operation The Options include maintenance, spare parts and other supplies and services e.g. integration to platforms and development of system capabilities during the contract period. The Customer shall redeem the Options 1-3 within five (5) years from the delivery date of the first aircraft. The Customer shall redeem Option 4 within first five (5) years from signing of the contract. The Customer shall redeem Option 5 within one (1) month from the delivery date of the first aircraft. The Customer shall notify the Supplier in writing about using the Option. The Option is subject to the same terms of contract as the Supplies. The use of the Options is at the sole discretion of the Customer.

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 : Trade Register enrollment
Description : as mentioned in ESPD form.
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 : The total price of supplies.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality
Description : The total quality points basing on quality criterias
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
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 : 23/06/2025 05:00 +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 : Allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 09/07/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
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 -

8. Organisations

8.1 ORG-0001

Official name : Puolustusvoimien logistiikkalaitos
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
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 : 22a776a9-9a0d-432c-acbf-de472a04eef7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/06/2025 16:22 +00:00
Notice dispatch date (eSender) : 06/06/2025 16:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00377388-2025
OJ S issue number : 110/2025
Publication date : 11/06/2025