1. Buyer
1.1.
Buyer
Official name: SPF Santé Publique Sécurité de la Chaîne Alimentaire et Environnement
Legal type of the buyer: Central government authority
Activity of the contracting authority: General public services
2. Procedure
2.1.
Procedure
Title: The supply and commissioning of an offshore eVTOL drone and an offshore drone docking station
Description: The present contract concerns a mixed contract for supplies and services divided into two lots. Lot 1 relates to an offshore-deployable eVTOL (Electric Vertical Take-Off and Landing) drone. Lot 2 relates to an offshore-deployable drone docking station.
Procedure identifier: cad652c7-8161-4dc4-a328-76f9f8bc7629
Internal identifier: DGEM/MM/WB/26016
Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated: yes
Justification for the accelerated procedure: In accordance with Article 38(3) and Article 37(4) of the Public Procurement Act of 17 June 2016, the contracting authority is applying shortened submission deadlines. This shortening is justified by the need to carry out the contract within the time limits required by the Recovery and Resilience Facility (RRF). The expenditure under this contract forms part of the RRF investment programme “Marine Nature Restoration Programme”, which is subject to strict implementation deadlines as set out in the Belgian Recovery and Resilience Plan and the associated European funding conditions. To ensure that the investments are implemented within the set milestones and deadlines of the RRF programme, it is necessary for the procurement procedure to be organised within a shortened timeframe. The shortened deadlines will enable the contract to be awarded in good time, and the delivery, commissioning and operational deployment of the systems to be completed within the required programme deadlines, whilst meeting the obligations arising from the European funding.
2.1.1.
Purpose
Main nature of the contract: Supplies
Additional nature of the contract: Services
Main classification (cpv): 34711200 Non-piloted aircraft
Additional classification (cpv): 71354500 Marine survey services, 38344000 Pollution-monitoring devices, 71630000 Technical inspection and testing services
2.1.2.
Place of performance
Country subdivision (NUTS): Arr. Oostende (BE255)
Country: Belgium
2.1.4.
General information
Legal basis:
Directive 2014/24/EU
2.1.5.
Terms of procurement
Terms of submission:
Maximum number of lots for which one tenderer can submit tenders: 2
Terms of contract:
Maximum number of lots for which contracts can be awarded to one tenderer: 2
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Procurement Document
5. Lot
5.1.
Lot: LOT-0001
Title: DGEM/MM/WB/26016 - 1
Description: Lot 1 relates to an offshore-deployable eVTOL (Electric Vertical Take-Off and Landing) drone, being an electrically or hybrid-powered drone capable of vertical take-off and landing and suitable for use in offshore conditions.
Internal identifier: 1
5.1.1.
Purpose
Main nature of the contract: Supplies
Additional nature of the contract: Services
Main classification (cpv): 34711200 Non-piloted aircraft
Additional classification (cpv): 71354500 Marine survey services, 38344000 Pollution-monitoring devices, 71630000 Technical inspection and testing services
5.1.2.
Place of performance
Country subdivision (NUTS): Arr. Oostende (BE255)
Country: Belgium
5.1.3.
Estimated duration
Duration: 8 Years
5.1.6.
General information
Reserved participation:
Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA): yes
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
Information about the second stage of a two-stage procedure:
Minimum number of candidates to be invited for the second stage of the procedure: 3
Maximum number of candidates to be invited for the second stage of the procedure: 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations
5.1.10.
Award criteria
Criterion:
Type: Price
Description: Price
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 40
Criterion:
Type: Quality
Description: Quality of the proposed products and services and after-sales support
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 60
5.1.11.
Procurement documents
Ad hoc communication channel:
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: English, Dutch, French
Electronic catalogue: Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of requests to participate: 13/04/2026 12:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
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
Electronic auction: no
5.1.16.
Further information, mediation and review
Review organisation: Council of State
5.1.
Lot: LOT-0002
Title: DGEM/MM/WB/26016 - 2
Description: Lot 2 relates to an offshore-deployable drone docking station (also known as a ‘drone-in-a-box’ or autonomous charging station), being a weather-resistant and unmanned infrastructure that allows drones to automatically land, take off, charge and be protected under offshore conditions.
Internal identifier: 2
5.1.1.
Purpose
Main nature of the contract: Supplies
Additional nature of the contract: Services
Main classification (cpv): 34711200 Non-piloted aircraft
Additional classification (cpv): 71354500 Marine survey services, 38344000 Pollution-monitoring devices, 71630000 Technical inspection and testing services
5.1.2.
Place of performance
Country subdivision (NUTS): Arr. Oostende (BE255)
Country: Belgium
5.1.3.
Estimated duration
Duration: 8 Years
5.1.6.
General information
Reserved participation:
Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA): yes
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
Information about the second stage of a two-stage procedure:
Minimum number of candidates to be invited for the second stage of the procedure: 3
Maximum number of candidates to be invited for the second stage of the procedure: 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations
5.1.10.
Award criteria
Criterion:
Type: Price
Description: Price
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 50
Criterion:
Type: Quality
Description: Quality of the proposed products and services and after-sales service
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 50
5.1.11.
Procurement documents
Ad hoc communication channel:
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: English, Dutch, French
Electronic catalogue: Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of requests to participate: 13/04/2026 12:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
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
Electronic auction: no
5.1.16.
Further information, mediation and review
Review organisation: Council of State
8. Organisations
8.1.
ORG-0001
Official name: SPF Santé Publique Sécurité de la Chaîne Alimentaire et Environnement
Registration number: 0367303762_18
Postal address: Galileelaan 5/2
Town: Saint-Josse-ten-Noode
Postcode: 1210
Country subdivision (NUTS): Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad (BE100)
Country: Belgium
Telephone: +32 25249797
Roles of this organisation:
Buyer
8.1.
ORG-0002
Official name: FPS Policy and Support
Registration number: BE001
Postal address: Boulevard Simon Bolivar 30 Bte1
Town: Bruxelles
Postcode: 1000
Country subdivision (NUTS): Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad (BE100)
Country: Belgium
Telephone: +32 2 740 80 00
Roles of this organisation:
TED eSender
8.1.
ORG-0003
Official name: Council of State
Registration number: 0931.814.266
Town: Brussel
Postcode: 1040
Country subdivision (NUTS): Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad (BE100)
Country: Belgium
Roles of this organisation:
Review organisation
10. Change
10.1.
Change
Section identifier: PROCEDURE
The procurement documents were changed on: 03/04/2026
Notice identifier/version: 4fa76c6e-ca6b-4f5e-81aa-aeb35e131621 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 03/04/2026 00:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Notice dispatch date (eSender): 03/04/2026 00:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Languages in which this notice is officially available: French, Dutch, English
Notice publication number: 236261-2026
OJ S issue number: 67/2026
Publication date: 07/04/2026