Spare parts for the MD369 D/E helicopters and Rolls-Royce M250-C20B engine (framework agreement)

PARTICIPATION APPLICATION REQUEST Finnish Defence Forces Logistics Command (later on FDFLOGCOM or contracting entity) is requesting your participation in the procurement of the Spare parts for the MD369 D/E helicopters and Rolls-Royce M250-C20B engine. The details of the procurement will be set out in the call for tenders. The object …

CPV: 34731000 Partes de aeronaves
Lugar de ejecución:
Spare parts for the MD369 D/E helicopters and Rolls-Royce M250-C20B engine (framework agreement)
Organismo adjudicador:
Finnish Defence Forces Logistics Command (FDF LOGCOM)
Número de premio:
2667/2025

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 : Spare parts for the MD369 D/E helicopters and Rolls-Royce M250-C20B engine (framework agreement)
Description : PARTICIPATION APPLICATION REQUEST Finnish Defence Forces Logistics Command (later on FDFLOGCOM or contracting entity) is requesting your participation in the procurement of the Spare parts for the MD369 D/E helicopters and Rolls-Royce M250-C20B engine. The details of the procurement will be set out in the call for tenders. The object of the procurement is to conclude Framework Agreement with one or more Supplier for the period 2025-2027. The procurement also includes option period for the years 2028-2030. On the basis of this Request for Participation Application, FDFLOGCOM will select the Tenderers to receive the Call for tender (RFQ).
Procedure identifier : 74318bb8-d4b5-4872-9a8a-35d349448c7b
Internal identifier : 2667/2025
Type of procedure : Restricted
The procedure is accelerated : yes
Justification for the accelerated procedure : The procurement is conducted under an accelerated procedure because the framework agreement should enter into force as soon as possible.
Main features of the procedure : The competitive bidding shall be conducted as a restricted and accelerated 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 the framework agreement should enter into force as soon as possible. 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. Parallel tenders are 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 : Supplies
Main classification ( cpv ): 34731000 Parts for aircraft

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 2 500 000 Euro

2.1.4 General information

Additional information : The section "Procurement object criteria" contains indicative information on the requirements for the procurement.
Legal basis :
Directive 2009/81/EC

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 : Spare parts for the MD369 D/E helicopters and Rolls-Royce M250-C20B engine (framework agreement)
Description : PARTICIPATION APPLICATION REQUEST Finnish Defence Forces Logistics Command (later on FDFLOGCOM or contracting entity) is requesting your participation in the procurement of the Spare parts for the MD369 D/E helicopters and Rolls-Royce M250-C20B engine. The details of the procurement will be set out in the call for tenders. The object of the procurement is to conclude Framework Agreement with one or more Supplier for the period 2025-2027. The procurement also includes option period for the years 2028-2030. On the basis of this Request for Participation Application, FDFLOGCOM will select the Tenderers to receive the Call for tender (RFQ).
Internal identifier : 2667/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34731000 Parts for aircraft

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 01/05/2025
Duration end date : 31/12/2027

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Option period for the years 2028-2030.

5.1.5 Value

Estimated value excluding VAT : 2 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no
Additional information : The section "Procurement object criteria" contains indicative information on the requirements for the procurement.

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 : 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 : 2. TECHNICAL AND PROFESSIONAL QUALIFICATION
Description : The suitability requirements are stated in the Tender Service under the section "Suitability requirements".
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : The comparative criteria are stated in the call for tenders. The selection criterion may be the most economically advantageous or the lowest price.
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 : 03/04/2025 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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 11/04/2025 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, with reopening of competition
Maximum number of participants : 5
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 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 : 6f5fad6a-4891-4be9-8f6e-fdc915ab6e1d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/03/2025 13:07 +00:00
Notice dispatch date (eSender) : 21/03/2025 13:25 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00189043-2025
OJ S issue number : 58/2025
Publication date : 24/03/2025