See the notice on TED website
1. Buyer
1.1.
Buyer
Official name: TEKNOLOGIAN TUTKIMUSKESKUS VTT OY
Legal type of the buyer: Public undertaking
Activity of the contracting authority: Economic affairs
2. Procedure
2.1.
Procedure
Title: UAS Primary Radar
Description: The object of the tender process is the procurement of a UAS Primary Radar designed specifically for drone detection and tracking of small, low flying, non-cooperative targets in high clutter (hereinafter referred to as "the Radar" or "the Device"). The Radar complies with mandatory technical and other requirements specified in detail in the call for tenders. It includes all necessary equipment, software, and documentation for the use of the Radar. The Radar shall be a reliable device that has been factory tested prior to VTT's acceptance of the delivery. Therefore, it must be a commercial product. To ensure the maturity of the Radar offered, the tenderer shall provide details of five (5) completed reference deliveries of similar contracts. The major components of these Radars shall be identical. Maintenance checks and possible calibrations of equipment shall be available, if needed, from the Supplier also after the warranty period has ended. The Supplier shall guarantee the availability of spare parts also after the warranty period (1 year) has ended. In addition, the Supplier shall include one (1) year of service and support in the price. The object of the tender process is described in more detail in the invitation to tender documents. The tenderer achieving the highest total score will be selected as the contracting supplier. Estimated budget is EUR 415.000 (VAT 0 %). Advance payment is not accepted. The purchase price will be paid after the delivery and operator training have been accepted.
Procedure identifier: 8fe202d0-f30f-43bc-a7f5-ada0f9d12255
Internal identifier: Ref. nro 75/206/2025
Type of procedure: Open
The procedure is accelerated: no
Main features of the procedure: After receiving the tenders, the procurement procedure generally proceeds as follows: - The Contracting Authority opens the tenders; - The Contracting Authority checks the eligibility of the tenderers; - The Contracting Authority checks the tenders for compliance with the invitation to tender; - The Contracting Authority compares the tenders; - The Contracting Authority selects the best tender in accordance with the selection criteria specified; - The Contracting Authority makes the procurement decision and notifies the tenderers; - The Contracting Authority requests and checks the certificates and reports concerning the eligibility of the tenderer who submitted the best tender; - The Contracting Authority concludes the procurement contract with the successful tenderer after the waiting and appeal period (14 days) specified in the law has expired. The Contracting Authority has the right to reject tenders that do not comply with the invitation to tender or are incomplete. A tenderer who is subject to mandatory exclusion criteria under Section 80 of the Finnish Procurement Act shall be excluded from the tendering process. A tenderer who is subject to discretionary exclusion criteria under Section 81 of the Finnish Procurement Act may be excluded from the tendering process.
2.1.1.
Purpose
Main nature of the contract: Supplies
Main classification (cpv): 35722000 Radar
2.1.2.
Place of performance
Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1)
Country: Finland
2.1.3.
Value
Estimated value excluding VAT: 415 000,00 EUR
2.1.4.
General information
Additional information: The object of the tender process is described in more detail in the invitation to tender documents.
Legal basis:
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: European Single Procurement Document (ESPD)
5. Lot
5.1.
Lot: LOT-0000
Title: UAS Primary Radar
Description: The object of the tender process is the procurement of a UAS Primary Radar designed specifically for drone detection and tracking of small, low flying, non-cooperative targets in high clutter (hereinafter referred to as "the Radar" or "the Device"). The Radar complies with mandatory technical and other requirements specified in detail in the call for tenders. It includes all necessary equipment, software, and documentation for the use of the Radar. The Radar shall be a reliable device that has been factory tested prior to VTT's acceptance of the delivery. Therefore, it must be a commercial product. To ensure the maturity of the Radar offered, the tenderer shall provide details of five (5) completed reference deliveries of similar contracts. The major components of these Radars shall be identical. Maintenance checks and possible calibrations of equipment shall be available, if needed, from the Supplier also after the warranty period has ended. The Supplier shall guarantee the availability of spare parts also after the warranty period (1 year) has ended. In addition, the Supplier shall include one (1) year of service and support in the price. The object of the tender process is described in more detail in the invitation to tender documents. The tenderer achieving the highest total score will be selected as the contracting supplier. Estimated budget is EUR 415.000 (VAT 0 %). Advance payment is not accepted. The purchase price will be paid after the delivery and operator training have been accepted.
Internal identifier: Ref. nro 75/206/2025
5.1.1.
Purpose
Main nature of the contract: Supplies
Main classification (cpv): 35722000 Radar
5.1.2.
Place of performance
Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1)
Country: Finland
5.1.3.
Estimated duration
Duration: 24 Months
5.1.5.
Value
Estimated value excluding VAT: 415 000,00 EUR
5.1.6.
General information
Reserved participation:
Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds:
Identifier of EU funds: Regulation (EU) no 1301 / 2013 of the European Parliament and of the Council
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 object of the tender process is described in more detail in the invitation to tender documents.
5.1.9.
Selection criteria
Sources of selection criteria: European Single Procurement Document (ESPD)
5.1.10.
Award criteria
Criterion:
Type: Price
Description: Please review invitation to tender for more information.
Category of award weight criterion: Weight (points, exact)
Award criterion number: 75
Criterion:
Type: Quality
Description: Please review invitation to tender for more information.
Category of award weight criterion: Weight (points, exact)
Award criterion number: 25
5.1.11.
Procurement documents
Deadline for requesting additional information: 12/12/2025 10:00:00 (UTC+00:00) Western European Time, GMT
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: 12/01/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid: 6 Months
Information about public opening:
Opening date: 12/01/2026 10:15:00 (UTC+00:00) Western European Time, GMT
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: Markkinaoikeus
Information about review deadlines: The tenderer must apply for a review within 14 days of notification of the procurement decision.
8. Organisations
8.1.
ORG-0001
Official name: TEKNOLOGIAN TUTKIMUSKESKUS VTT OY
Registration number: 2647375-4
Postal address: PL 1000
Town: VTT
Postcode: 02044
Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1)
Country: Finland
Contact point: VTT Technical Research Centre of Finland Ltd
Telephone: +358 207227001
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
10. Change
Version of the previous notice to be changed: 1223d9af-e679-4d4d-8194-d1bf05c7800f-01
Main reason for change: Buyer correction
Description: Technical corrections to the invitation to tender
Notice information
Notice identifier/version: 9932a85d-f744-4425-9107-64dd62fc2ff1 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 19/12/2025 14:37:13 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender): 19/12/2025 14:37:24 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available: English
Notice publication number: 857966-2025
OJ S issue number: 247/2025
Publication date: 23/12/2025