Hyperspectral measurement system

The Finnish Defence Forces is hereby pleased to request for your quatition for hyperspectral measurement system. The purpose of the system is to execute hyperspectral measurements. The system shall include all the necessary equipment for the measurements. The measurements are executed outdoors at ground level without any artificial illumination. The …

CPV: 38651000 Máquinas fotográficas
Prazo:
9 de Junho de 2025 às 11:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Hyperspectral measurement system
Local de premiação:
Puolustusvoimien logistiikkalaitos
Número do prémio:
3567/2025

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 : Hyperspectral measurement system
Description : The Finnish Defence Forces is hereby pleased to request for your quatition for hyperspectral measurement system. The purpose of the system is to execute hyperspectral measurements. The system shall include all the necessary equipment for the measurements. The measurements are executed outdoors at ground level without any artificial illumination. The hyperspectral measurement system shall enable daytime measurements in Finland during spring, summer and autumn. The spectral range of the measurements shall be from 400 to 2500 nm. The required measuring distances are 20 meters and 200 meters. Two hyperspectral cameras shall be included with two different optics for both cameras. The offer shall include the two hyperspectral cameras, optics with suitable FOVs, necessary accessories (including spatial scanning equipment), software and transportation/storage cases (PELI case or similar). As an option Tender should offer a laptop computer for system operations. It is not mandatory to offer option. Option shall be valid and open for approval for the customer at least until 31.12.2025. The Customer will redeem the opiton no later than 31.12.2025.
Procedure identifier : b9f95eaa-ff07-4d42-8663-62dc51757126
Internal identifier : 3567/2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
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 Act). The procurement shall not be divided between different Tenderers. To ensure the maintenance and availability of the Supplies, it is not possible to divide the procurement into parts. Annexes of the Tender must be in finnish or in english. 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 : Supplies
Main classification ( cpv ): 38651000 Cameras

2.1.2 Place of performance

Town : Ylöjärvi
Postcode : 34110
Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland

2.1.3 Value

Estimated value excluding VAT : 210 000 Euro

2.1.4 General information

Additional information : All Tenders who meet the the suitability and the procurement requirements shall take part in demonstration to ensure that the offered product conform to the requirements. The demonstration takes place in order to ensure the functionality of the measurement system. The Tenderer shall demonstrate requirements (requirement items 12 and from 25 to 31) in on-site tests in Finland in 2025 on week 34 (from Monday to Friday), week 35 (from Monday to Friday). All Tenders who meet the the suitability and the procurement requirements will be informed the time slot for the demonstration during week 26. The demonstration of the Tenderer will take place at different day or time slot than the demonstrations of other Tenderers. The time slots for the Tenderer will be randomly selected by FDF representative. The Tenderer may carry out the demonstration with one hyperspectral camera and two different optics that are different than required if a demonstration unit containing all the requirements is not available. The person or persons who will carry out the demonstration shall be capable of proofing his or her identity with valid passport or ID card when entering the demonstration area. The identity information will be needed in good time before the demonstration event. From one to three persons from the candidate may attend to the demonstration. The Tenderer will be informed via email after the demonstration if the demonstration was passed or failed. No remuneration shall be paid to Tenderers for taking part to demonstration. The Tenderer shall cover any costs incurring from participating in the competitive Tender.
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.
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 : Hyperspectral measurement system
Description : The Finnish Defence Forces is hereby pleased to request for your quatition for hyperspectral measurement system. The purpose of the system is to execute hyperspectral measurements. The system shall include all the necessary equipment for the measurements. The measurements are executed outdoors at ground level without any artificial illumination. The hyperspectral measurement system shall enable daytime measurements in Finland during spring, summer and autumn. The spectral range of the measurements shall be from 400 to 2500 nm. The required measuring distances are 20 meters and 200 meters. Two hyperspectral cameras shall be included with two different optics for both cameras. The offer shall include the two hyperspectral cameras, optics with suitable FOVs, necessary accessories (including spatial scanning equipment), software and transportation/storage cases (PELI case or similar). As an option Tender should offer a laptop computer for system operations. It is not mandatory to offer option. Option shall be valid and open for approval for the customer at least until 31.12.2025. The Customer will redeem the opiton no later than 31.12.2025.
Internal identifier : 3567/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38651000 Cameras

5.1.2 Place of performance

Town : Ylöjärvi
Postcode : 34110
Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland
Additional information :

5.1.3 Estimated duration

Duration : 4 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : As an option Tender should offer a laptop computer. Option should be valid and open for the Customer at least until 31.12.2025. Customer will redeem the option no later than 31.12.2025.

5.1.5 Value

Estimated value excluding VAT : 210 000 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 : All Tenders who meet the the suitability and the procurement requirements shall take part in demonstration to ensure that the offered product conform to the requirements. The demonstration takes place in order to ensure the functionality of the measurement system. The Tenderer shall demonstrate requirements (requirement items 12 and from 25 to 31) in on-site tests in Finland in 2025 on week 34 (from Monday to Friday), week 35 (from Monday to Friday). All Tenders who meet the the suitability and the procurement requirements will be informed the time slot for the demonstration during week 26. The demonstration of the Tenderer will take place at different day or time slot than the demonstrations of other Tenderers. The time slots for the Tenderer will be randomly selected by FDF representative. The Tenderer may carry out the demonstration with one hyperspectral camera and two different optics that are different than required if a demonstration unit containing all the requirements is not available. The person or persons who will carry out the demonstration shall be capable of proofing his or her identity with valid passport or ID card when entering the demonstration area. The identity information will be needed in good time before the demonstration event. From one to three persons from the candidate may attend to the demonstration. The Tenderer will be informed via email after the demonstration if the demonstration was passed or failed. No remuneration shall be paid to Tenderers for taking part to demonstration. The Tenderer shall cover any costs incurring from participating in the competitive Tender.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Other
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : The Tenderer is enrolled in the relevant trade registers of the country iof its establishment.
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 :
Description : The economically most advantageous Tender shall be selected. The economically most advantageous Tender shall be the Tender with the lowest price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
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

Deadline for requesting additional information : 21/05/2025 13:00 +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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 09/06/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 09/06/2025 11:15 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : 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 : Puolustusvoimien logistiikkalaitos
Registration number : 0952029-9
Postal address : Hatanpään valtatie 30
Town : Tampere
Postcode : 33541
Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland
Contact point : Puolustusvoimien logistiikkalaitoksen esikunta
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 : 457c55cf-fb5f-45ac-b000-dda3e802f1ec - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 11:39 +00:00
Notice dispatch date (eSender) : 07/05/2025 11:40 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00295232-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025