PRS receivers and key fill devices

The object of the procurement is a Galileo PRS receiver with security module and key fill device (later also referred as "product" or "device") for the use of the Finnish Transport and Communications Agency (later also referred as "Buyer", "Procurement Authority" or "Customer"). Relevant services such as maintenance and repairs …

CPV: 32530000 Ausrüstung für Satellitenfunk
Frist:
25. März 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
PRS receivers and key fill devices
Vergabestelle:
Finnish Transport and Communications Agency
Vergabenummer:
TRAFICOM/605379/02.03.01/2024

1. Buyer

1.1 Buyer

Official name : Finnish Transport and Communications Agency
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : PRS receivers and key fill devices
Description : The object of the procurement is a Galileo PRS receiver with security module and key fill device (later also referred as "product" or "device") for the use of the Finnish Transport and Communications Agency (later also referred as "Buyer", "Procurement Authority" or "Customer"). Relevant services such as maintenance and repairs are included in the procurement as well. The minimum requirements for the products are described in detail in the call for tenders.
Procedure identifier : 234ec479-7308-4ca4-9343-1813b7f45d82
Internal identifier : TRAFICOM/605379/02.03.01/2024
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement is carried through in a open procedure detailed in the section 32 of Act on Public Procurement and Concession Contracts (1397/2016). A contract notice concerning this procurement has been published in www.hankintailmoitukset.fi. In an open procedure the contracting authority publishes a contract notice and places a call for tenders for the receivable, on which basis all prospective suppliers may submit their tenders. After the contract notice has been published and the call for tenders has been placed, the contracting authority may send the call for tenders to the suppliers that it considers suitable. The process steps are (after tenders have been received): 1. Opening the tenders. 2. Inspecting the suitability of tenderers according to the ESPD form. 3. Inspecting that tenders meet the requirements set in the call for tenders. 4. Comparison of tenders. 5. Making and announcing the contract award decision. 6. Verifying the information given by the awarded tenderer on the ESPD form. 7. Background check by asking the winning tenderer to submit criminal record excerpts. 8. Drafting the procurement contract. A procurement contract is only valid after a written agreement is signed. The procurement contract can be signed no earlier than 14 days from the time the tenderer has been informed, or is considered to have been informed, of the contract award decision and its grounds (=stand-still period).

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32530000 Satellite-related communications equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information : This location refers to the delivery area of the products.

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 : PRS receivers and key fill devices
Description : The object of the procurement is a Galileo PRS receiver with security module and key fill device (later also referred as "product" or "device") for the use of the Finnish Transport and Communications Agency (later also referred as "Buyer", "Procurement Authority" or "Customer"). Relevant services such as maintenance and repairs are included in the procurement as well. The minimum requirements for the products are described in detail in the call for tenders.
Internal identifier : TRAFICOM/605379/02.03.01/2024

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32530000 Satellite-related communications equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information : This location refers to the delivery area of the products.

5.1.3 Estimated duration

Other duration : Unknown

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) : yes

5.1.7 Strategic procurement

Social objective promoted : Fair working conditions

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
Description : Tenderer is enrolled in the relevant trade registers kept in the Member State of its establishment: It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
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 : See section "grounds for decision" for more details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 95
Criterion :
Type : Quality
Name :
Description : See section "grounds for decision" for more details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 5
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 : 17/03/2025 10:00 +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 : 25/03/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 25/03/2025 10:30 +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 : 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 : 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 Transport and Communications Agency
Registration number : 2924753-3
Postal address : PL 320
Town : TRAFICOM
Postcode : 00059
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : KTK hankinnat
Telephone : +358 295345000
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

10. Change

Version of the previous notice to be changed : 545efabf-7a02-45b5-8e70-d214d02572de-01
Main reason for change : Publisher correction
Description : There was a error in writing in the call for tenders in the section "Total quantity or scope". The error is corrected by publishing an amendment notice.
Notice information
Notice identifier/version : b61311eb-8d9f-4682-ac2f-4b450b754f9c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/03/2025 07:15 +00:00
Notice dispatch date (eSender) : 07/03/2025 07:17 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00152713-2025
OJ S issue number : 48/2025
Publication date : 10/03/2025