| Dokumendiregister | Kaitsevägi |
| Viit | 0.4-2.1/26/248 |
| Registreeritud | 30.04.2026 |
| Sünkroonitud | 01.05.2026 |
| Liik | Leping |
| Funktsioon | - - |
| Sari | - - |
| Toimik | - - |
| Juurdepääsupiirang | Avalik |
| Juurdepääsupiirang | |
| Adressaat | Defiron OÜ |
| Saabumis/saatmisviis | Defiron OÜ |
| Vastutaja | |
| Originaal | Ava uues aknas |
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
Technical specification
No. Description of requirement Comply Yes/No
Tenderer to fill in description of requirement fulfilment, reference to document, notes
1. Subject of public procurement
1.1. Purchase of belt loader type aircraft cargo loaders, their accessories, equipment (hereinafter as the Equipment) and warranty services.
Yes
2. Capability requirements
2.1. The Equipment must be able to perform the following tasks throughout the year for the aircrafts during their stand in the airfield:
Yes
2.1.1. loading and unloading narrow and wide body airframe manned and unmanned military aircrafts,
Yes
2.1.2. reloading of baggage and parcels on the airfield.
Yes
3. General requirements
3.1. The technical requirement description (hereinafter TRD) is the description of minimum requirements of the Equipment.
Yes
3.2. Industry best practice principles to follow in cases not clearly regulated.
Yes Where available and applicable.
3.3. The Equipment and its equipment must comply with corresponding standards and regulations applicable to procurement item.
Yes
3.4. ISO 9001 or similar quality management system is implemented for manufacturing of the Equipment. Copy of valid certificate shall be provided.
Yes Ref:
3.5. ISO 14001 or similar environmental management system is implemented for manufacturing the Equipment. Copy of valid certificate shall be provided.
Yes Ref:
3.6. The Equipment must comply with the requirements of International Standardization Organization (ISO) standard 6966 Aircraft ground equipment or equivalent standard.
Yes The belt loader will comply with AHM standards.
3.7. The deliverable equipment must be unused, date of production not older than previous year prior to order. Confirmation document shall be provided.
Yes
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
3.8. Acceptance of the vehicle takes place in the Procurers location at Ämari Airbase, Lääne-Harju vald, 76102, Harju maakond.
Yes
3.9. The Equipment is delivered in complete and ready to use condition, all the tools and accessories are located in their designated places, transport packaging and unnecessary labelling removed.
Yes
3.10. For acceptance, equipment lubricating and cooling liquids are at operational levels.
Yes
3.11. For acceptance, equipment fuel is at least 50% filled.
Yes
3.12. The spare parts (or substitutes) availability for the Equipment shall be confirmed from the day of final at site acceptance for a period of not less than 10 years. Confirmation document shall be provided.
Yes Ref: Confirmation document shall be provided before Contract signature.
3.13. The Tenderer presents list of spare parts and consumables with expected price and prognosed delivery times not later than the day contract is agreed.
Yes Ref: It will be provided before Contract signature.
4. Coating and marking requirements
4.1. English language is used on the Equipment decals, labels, signs, switches, controls, displays, operating instructions etc. markings.
Yes
4.2. The calibration of instruments and the labelling or marking of controls, switches, lockers or other locations shall be in the Si-units.
Yes Where available and applicable.
4.3. Labelling and user instructions can be pictograms and drawings.
Yes Where available and applicable.
4.4. Emergency operating instructions are in Estonian language or graphically described.
Yes
4.5. Exact design and location of labelling shall be co-ordinated with the Procurer prior application.
Yes
4.6. Aluminium, stainless steel and plastic material hatches, equipment and connections are not painted if they are corrosion and UV radiation resistant.
Yes
4.7. Protective coatings that chip, crack, or scale with age or extremes of climatic conditions or when exposed to heat shall not be used.
Yes
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
5. Documentation requirements
5.1. Documentation in Estonian and English, including delivery of digital files on USB or equivalent data carrier, sealed in a moisture-proof plastic bag is delivered with the equipment. Documentation contains at least following:
Yes All documentations will be in English.
5.1.1. 2 pcs – equipment and appliances user manual in English or Estonian;
Yes All documentations will be in English.
5.1.2. 2 pcs – moisture proof “pocket guide” for troubleshooting and emergency instructions in Estonian and English;
Yes All documentations will be in English.
5.1.3. 2 pcs – equipment and appliances maintenance manual in English or Estonian;
Yes All documentations will be in English.
5.1.4. 2 pcs – vehicles, equipment and appliances spare parts list in English;
Yes
5.1.5. 2 pcs - General arrangement drawing of the equipment with main dimensions in English;
Yes
5.1.6. 2 pcs – loader transmission and command drawings in English;
Yes
5.1.7. 2 pcs – equipment greasing points diagram in English.
Yes
5.2. The Equipment user manuals comply with international standard EVS-EN IEC/IEEE 82079-1:2020 or equivalent standard requirements.
Yes
6. Warranty service requirements
6.1. Tenderer will grant a warranty for all the Equipment of at least 2 years.
Yes
6.2. Tenderer will grant a warranty of at least 6 months for repair works and 12 months for installed spare parts.
Yes
6.3. Maintenance and repair works will be generally performed at the contracting authority’s location in Ämari Airbase, Lääne-Harju Parish, 76102, Harju County.
Yes
6.4. In the event that a component of the equipment, without which the equipment is inoperable, needs to be brought to the Tenderer's location for warranty repair or maintenance, the Tenderer will install a replacement component or find an equivalent solution to maintain capabilities.
Yes
7. User training
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
7.1. Tenderer will perform the Equipment user training for at least twenty (20) representatives of the Procurer at the Procurer’s location.
Yes
7.2. Tenderer presents for acceptance to Procurer and/or its authorised representative all training time schedules and related documents at least 10 working days prior to tests.
Yes
7.3. User training must include at least:
7.3.1. Safe operations and safety Yes
7.3.2. Environmental protection Yes
7.3.3. Equipment working principles Yes
7.3.4. Actuation of equipment Yes
7.3.5. Equipment operational readiness check Yes
7.3.6. Maintenance after use Yes
7.4. Tenderer will perform equipment maintenance training for at least two representatives of the contracting authority.
Yes
7.5. Maintenance training must include at least:
7.5.1. Fault finding Yes
7.5.2. Fault correction Yes
7.5.3. Spare parts replacement Yes
7.5.4. Ordering spare parts Yes
7.5.5. Maintenance intervals Yes
8. Equipment requirements
8.1. Equipment shall be operational without additional modifications from -30° to +40°.
Yes
8.2. Belt loader
8.2.1. Loader must comply with SAE ARP1836 standardi Aircraft Cargo Conveyor or equivalent standard requirements.
Yes
8.2.2. Loader has aircraft approach assistant and collison risk reduction system or equivalent option.
Yes
8.2.3. Length of the Loader not more than 8000 mm.
Yes 7500 mm
8.2.4. Width of the Loader not more than 2500 mm.
Yes 2200 mm
8.2.5. Loader has belt loader lifting platform which position is adjustable.
Yes
8.2.6. Lifting platform can lift weight of at least 400 kg.
Yes
8.2.7. Lifting platform height can be adjusted from front end in range of at least 1200-
Yes 1140 mm @ -4° 4100 mm @ +24°
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
4100 mm, to level it with aircrafts cargo deck.
8.2.8. Lifting platform can be adjusted from the rear end in range of at least 550-1000 mm, to level with the baggage dolly.
Yes 1630 mm @ -4° 430 mm @ +31° 1300 mm @ +24°
8.2.9. Conveyor can be controlled without the operator exiting the cabin and from the booms ends.
Yes Boom up/down operations will be perform form driver’s cab. Belt F/R movement operations will be performed from the control panels located on boom ends.
8.2.10. Lifting platform has detachable railing on at least one side.
Yes Left side: 890 mm height fixed handrails with telescopic front rails. Right side: 150 mm height foldable guiderails.
8.2.11. Lifting platform has rubber or equivalent material fenders in front and at the back.
Yes
8.2.12. Loader superstructure is painted orange with RAL or equivalent standard tone 2011.
Yes
8.2.13. Loader chassis frame, rims, springs and other undercarriage parts shall be jet black, RAL or equivalent standard tone 9005.
Yes
8.2.14. Loader has liquid cooled diesel or equivalent internal combustion engine powertrain.
Yes Perkins 404D-22, Diesel, Water Cooled, 4 Cyl., Stage IIIA, 36.3 kW @ 2800 rpm
8.2.15. Loader has electrical engine pre heating which can operate from 230 V/50 Hz powergrid.
Yes A heater will be provided on the coolant radiator to heat up the coolant inside the radiator.
8.2.16. It must be possible to use fuels which are compliant with EN 590, STANAG 7090 or an equivalent standard.
Yes
8.2.17. Loader shall be equipped with start aid connector in an easily accessible location. Connector type “Type 1” according to STANAG 4074 Ed. 3.
Yes
8.2.18. Loader is equipped with maintenance free batteries.
Yes Standard Automotive type lead-acid battery will be provided.
8.2.19. There shall be one (1) starter battery charger 230 V / 50 Hz installed.
Yes
8.2.20. Fuel tank capacity is sufficient to ensure continuous working period of at least 8 h.
Yes
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
8.2.21. Loader shall have automatic or equivalent transmission with a selectable option for towing the vehicle itself.
Yes Graziano PST2 Electrically controlled Power-Shift Transmission with Torque Converter. 1 Speed FRW with "Turtle Mode" and 1 Speed REV.
8.2.22. Loaders top speed without load is at least 25 km/h.
Yes
8.2.23. Steering system shall have power assist. Yes Hydraulic power steering.
8.2.24. Tires are suitable for throughout the year operations on airfield traffic area surfaces (concrete, asphalt etc.)
Yes
8.2.25. Loader has one spare wheel with tools required to replace the wheel.
Yes
8.2.26. Spare wheel and tools doesn`t need to be attached to the Loader.
Yes
8.2.27. Loader is equipped with positioning, driving, indication and brake lights.
Yes
8.2.28. At least 4 LED additional work lights are installed on the cabin roof illuminating in front and to the back of the Loader.
Yes
8.2.29. Work light intensity of at least 4500 lumen.
Yes Projectors will be 4500 lumen.
8.2.30. Work lights are switched from the cabin and independent from other lights.
Yes
8.2.31. At least one amber visibility light as per European Aviation Safety Agency (EASA) regulations
Yes
8.2.32. Loader is equipped with reverse buzzer. Yes
8.2.33. Tow hitches for towing of the loader are installed in front and at the back of the Loader.
Yes
8.2.34. Loader has weatherproof single person cabin.
Yes
8.2.35. Cab shall be equipped with combined heating and air conditioning system.
Yes
8.2.36. Side windows can be opened. Yes
8.2.37. Window washers for front and back windshields.
Yes
8.2.38. Window wipers for front and back windshields.
Yes
8.2.39. Sunscreen for at least front windshield. Yes
3.2.40. Back view mirrors on both sides of the cabin.
Yes The right-side mirror will be on the chassis.
3.2.41. Seat covers are made of dark coloured, wear resistant and easily maintainable material.
Yes
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
3.2.42. Safety equipment and fire extinguisher. Yes
3.2.43. Loader has control panel in location clearly visible for the driver with at least the following functions:
Yes
3.2.43.1. Fuel level indicator, Yes
3.2.43.2. Running hours indicator, Yes
3.2.43.3. Engine temperature indicator, Yes
3.2.43.4. Engine oil pressure indicator, Yes
3.2.43.5. Speedometer, Yes
3.2.43.6. Emergency stop switch, Yes
3.2.43.7. Controls of the lifting platform. Yes
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
Technical specification
No. Description of requirement Comply Yes/No
Tenderer to fill in description of requirement fulfilment, reference to document, notes
1. Subject of public procurement
1.1. Purchase of belt loader type aircraft cargo loaders, their accessories, equipment (hereinafter as the Equipment) and warranty services.
Yes
2. Capability requirements
2.1. The Equipment must be able to perform the following tasks throughout the year for the aircrafts during their stand in the airfield:
Yes
2.1.1. loading and unloading narrow and wide body airframe manned and unmanned military aircrafts,
Yes
2.1.2. reloading of baggage and parcels on the airfield.
Yes
3. General requirements
3.1. The technical requirement description (hereinafter TRD) is the description of minimum requirements of the Equipment.
Yes
3.2. Industry best practice principles to follow in cases not clearly regulated.
Yes Where available and applicable.
3.3. The Equipment and its equipment must comply with corresponding standards and regulations applicable to procurement item.
Yes
3.4. ISO 9001 or similar quality management system is implemented for manufacturing of the Equipment. Copy of valid certificate shall be provided.
Yes Ref:
3.5. ISO 14001 or similar environmental management system is implemented for manufacturing the Equipment. Copy of valid certificate shall be provided.
Yes Ref:
3.6. The Equipment must comply with the requirements of International Standardization Organization (ISO) standard 6966 Aircraft ground equipment or equivalent standard.
Yes The belt loader will comply with AHM standards.
3.7. The deliverable equipment must be unused, date of production not older than previous year prior to order. Confirmation document shall be provided.
Yes
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
3.8. Acceptance of the vehicle takes place in the Procurers location at Ämari Airbase, Lääne-Harju vald, 76102, Harju maakond.
Yes
3.9. The Equipment is delivered in complete and ready to use condition, all the tools and accessories are located in their designated places, transport packaging and unnecessary labelling removed.
Yes
3.10. For acceptance, equipment lubricating and cooling liquids are at operational levels.
Yes
3.11. For acceptance, equipment fuel is at least 50% filled.
Yes
3.12. The spare parts (or substitutes) availability for the Equipment shall be confirmed from the day of final at site acceptance for a period of not less than 10 years. Confirmation document shall be provided.
Yes Ref: Confirmation document shall be provided before Contract signature.
3.13. The Tenderer presents list of spare parts and consumables with expected price and prognosed delivery times not later than the day contract is agreed.
Yes Ref: It will be provided before Contract signature.
4. Coating and marking requirements
4.1. English language is used on the Equipment decals, labels, signs, switches, controls, displays, operating instructions etc. markings.
Yes
4.2. The calibration of instruments and the labelling or marking of controls, switches, lockers or other locations shall be in the Si-units.
Yes Where available and applicable.
4.3. Labelling and user instructions can be pictograms and drawings.
Yes Where available and applicable.
4.4. Emergency operating instructions are in Estonian language or graphically described.
Yes
4.5. Exact design and location of labelling shall be co-ordinated with the Procurer prior application.
Yes
4.6. Aluminium, stainless steel and plastic material hatches, equipment and connections are not painted if they are corrosion and UV radiation resistant.
Yes
4.7. Protective coatings that chip, crack, or scale with age or extremes of climatic conditions or when exposed to heat shall not be used.
Yes
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
5. Documentation requirements
5.1. Documentation in Estonian and English, including delivery of digital files on USB or equivalent data carrier, sealed in a moisture-proof plastic bag is delivered with the equipment. Documentation contains at least following:
Yes All documentations will be in English.
5.1.1. 2 pcs – equipment and appliances user manual in English or Estonian;
Yes All documentations will be in English.
5.1.2. 2 pcs – moisture proof “pocket guide” for troubleshooting and emergency instructions in Estonian and English;
Yes All documentations will be in English.
5.1.3. 2 pcs – equipment and appliances maintenance manual in English or Estonian;
Yes All documentations will be in English.
5.1.4. 2 pcs – vehicles, equipment and appliances spare parts list in English;
Yes
5.1.5. 2 pcs - General arrangement drawing of the equipment with main dimensions in English;
Yes
5.1.6. 2 pcs – loader transmission and command drawings in English;
Yes
5.1.7. 2 pcs – equipment greasing points diagram in English.
Yes
5.2. The Equipment user manuals comply with international standard EVS-EN IEC/IEEE 82079-1:2020 or equivalent standard requirements.
Yes
6. Warranty service requirements
6.1. Tenderer will grant a warranty for all the Equipment of at least 2 years.
Yes
6.2. Tenderer will grant a warranty of at least 6 months for repair works and 12 months for installed spare parts.
Yes
6.3. Maintenance and repair works will be generally performed at the contracting authority’s location in Ämari Airbase, Lääne-Harju Parish, 76102, Harju County.
Yes
6.4. In the event that a component of the equipment, without which the equipment is inoperable, needs to be brought to the Tenderer's location for warranty repair or maintenance, the Tenderer will install a replacement component or find an equivalent solution to maintain capabilities.
Yes
7. User training
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
7.1. Tenderer will perform the Equipment user training for at least twenty (20) representatives of the Procurer at the Procurer’s location.
Yes
7.2. Tenderer presents for acceptance to Procurer and/or its authorised representative all training time schedules and related documents at least 10 working days prior to tests.
Yes
7.3. User training must include at least:
7.3.1. Safe operations and safety Yes
7.3.2. Environmental protection Yes
7.3.3. Equipment working principles Yes
7.3.4. Actuation of equipment Yes
7.3.5. Equipment operational readiness check Yes
7.3.6. Maintenance after use Yes
7.4. Tenderer will perform equipment maintenance training for at least two representatives of the contracting authority.
Yes
7.5. Maintenance training must include at least:
7.5.1. Fault finding Yes
7.5.2. Fault correction Yes
7.5.3. Spare parts replacement Yes
7.5.4. Ordering spare parts Yes
7.5.5. Maintenance intervals Yes
8. Equipment requirements
8.1. Equipment shall be operational without additional modifications from -30° to +40°.
Yes
8.2. Belt loader
8.2.1. Loader must comply with SAE ARP1836 standardi Aircraft Cargo Conveyor or equivalent standard requirements.
Yes
8.2.2. Loader has aircraft approach assistant and collison risk reduction system or equivalent option.
Yes
8.2.3. Length of the Loader not more than 8000 mm.
Yes 7500 mm
8.2.4. Width of the Loader not more than 2500 mm.
Yes 2200 mm
8.2.5. Loader has belt loader lifting platform which position is adjustable.
Yes
8.2.6. Lifting platform can lift weight of at least 400 kg.
Yes
8.2.7. Lifting platform height can be adjusted from front end in range of at least 1200-
Yes 1140 mm @ -4° 4100 mm @ +24°
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
4100 mm, to level it with aircrafts cargo deck.
8.2.8. Lifting platform can be adjusted from the rear end in range of at least 550-1000 mm, to level with the baggage dolly.
Yes 1630 mm @ -4° 430 mm @ +31° 1300 mm @ +24°
8.2.9. Conveyor can be controlled without the operator exiting the cabin and from the booms ends.
Yes Boom up/down operations will be perform form driver’s cab. Belt F/R movement operations will be performed from the control panels located on boom ends.
8.2.10. Lifting platform has detachable railing on at least one side.
Yes Left side: 890 mm height fixed handrails with telescopic front rails. Right side: 150 mm height foldable guiderails.
8.2.11. Lifting platform has rubber or equivalent material fenders in front and at the back.
Yes
8.2.12. Loader superstructure is painted orange with RAL or equivalent standard tone 2011.
Yes
8.2.13. Loader chassis frame, rims, springs and other undercarriage parts shall be jet black, RAL or equivalent standard tone 9005.
Yes
8.2.14. Loader has liquid cooled diesel or equivalent internal combustion engine powertrain.
Yes Perkins 404D-22, Diesel, Water Cooled, 4 Cyl., Stage IIIA, 36.3 kW @ 2800 rpm
8.2.15. Loader has electrical engine pre heating which can operate from 230 V/50 Hz powergrid.
Yes A heater will be provided on the coolant radiator to heat up the coolant inside the radiator.
8.2.16. It must be possible to use fuels which are compliant with EN 590, STANAG 7090 or an equivalent standard.
Yes
8.2.17. Loader shall be equipped with start aid connector in an easily accessible location. Connector type “Type 1” according to STANAG 4074 Ed. 3.
Yes
8.2.18. Loader is equipped with maintenance free batteries.
Yes Standard Automotive type lead-acid battery will be provided.
8.2.19. There shall be one (1) starter battery charger 230 V / 50 Hz installed.
Yes
8.2.20. Fuel tank capacity is sufficient to ensure continuous working period of at least 8 h.
Yes
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
8.2.21. Loader shall have automatic or equivalent transmission with a selectable option for towing the vehicle itself.
Yes Graziano PST2 Electrically controlled Power-Shift Transmission with Torque Converter. 1 Speed FRW with "Turtle Mode" and 1 Speed REV.
8.2.22. Loaders top speed without load is at least 25 km/h.
Yes
8.2.23. Steering system shall have power assist. Yes Hydraulic power steering.
8.2.24. Tires are suitable for throughout the year operations on airfield traffic area surfaces (concrete, asphalt etc.)
Yes
8.2.25. Loader has one spare wheel with tools required to replace the wheel.
Yes
8.2.26. Spare wheel and tools doesn`t need to be attached to the Loader.
Yes
8.2.27. Loader is equipped with positioning, driving, indication and brake lights.
Yes
8.2.28. At least 4 LED additional work lights are installed on the cabin roof illuminating in front and to the back of the Loader.
Yes
8.2.29. Work light intensity of at least 4500 lumen.
Yes Projectors will be 4500 lumen.
8.2.30. Work lights are switched from the cabin and independent from other lights.
Yes
8.2.31. At least one amber visibility light as per European Aviation Safety Agency (EASA) regulations
Yes
8.2.32. Loader is equipped with reverse buzzer. Yes
8.2.33. Tow hitches for towing of the loader are installed in front and at the back of the Loader.
Yes
8.2.34. Loader has weatherproof single person cabin.
Yes
8.2.35. Cab shall be equipped with combined heating and air conditioning system.
Yes
8.2.36. Side windows can be opened. Yes
8.2.37. Window washers for front and back windshields.
Yes
8.2.38. Window wipers for front and back windshields.
Yes
8.2.39. Sunscreen for at least front windshield. Yes
3.2.40. Back view mirrors on both sides of the cabin.
Yes The right-side mirror will be on the chassis.
3.2.41. Seat covers are made of dark coloured, wear resistant and easily maintainable material.
Yes
Tarih RFQ:
Sıra / Item No
İstekler / Requirements Cevap / Teklif edilenler / Answers
3.2.42. Safety equipment and fire extinguisher. Yes
3.2.43. Loader has control panel in location clearly visible for the driver with at least the following functions:
Yes
3.2.43.1. Fuel level indicator, Yes
3.2.43.2. Running hours indicator, Yes
3.2.43.3. Engine temperature indicator, Yes
3.2.43.4. Engine oil pressure indicator, Yes
3.2.43.5. Speedometer, Yes
3.2.43.6. Emergency stop switch, Yes
3.2.43.7. Controls of the lifting platform. Yes
RESIM NO/DRAWING NO.
TARIH/DRAWING DATE
All specifications are subject to change without notice
SELF-PROPELLED
BELT CONVEYOR
SBC7500
SBC7500.01-T166
14.08.2025
3100
8 1 5
1 2 8 5
2200
4908
7 5 0 0
800
7700
8 9 0
830
2 2 0 0
1 5 0 0
2 2 0 0
1 5 0
RESIM NO/DRAWING NO.
TARIH/DRAWING DATE
All specifications are subject to change without notice
SELF-PROPELLED
BELT CONVEYOR
SBC7500
SBC7500.01-T166
14.08.2025
3100
8 1 5
1 2 8 5
2200
4908
7 5 0 0
800
7700
8 9 0
830
2 2 0 0
1 5 0 0
2 2 0 0
1 5 0
RESIM NO/DRAWING NO.
TARIH/DRAWING DATE
All specifications are subject to change without notice
SELF-PROPELLED
BELT CONVEYOR
SBC7500-ALTERNATIVE HEIGHTS
SBC7500.02-T166
14.08.2025
1 2 8 5
8 1 5
1 1 4 0
1 6 3 0
1 3 0 0
4 1 5 0
4 2 0 0
4 3 0
2
4
°
3
1
°
4 °
RESIM NO/DRAWING NO.
TARIH/DRAWING DATE
All specifications are subject to change without notice
SELF-PROPELLED
BELT CONVEYOR
SBC7500-ALTERNATIVE HEIGHTS
SBC7500.02-T166
14.08.2025
1 2 8 5
8 1 5
1 1 4 0
1 6 3 0
1 3 0 0
4 1 5 0
4 2 0 0
4 3 0
2
4
°
3
1
°
4 °
1 / 1
Koostatud 03.03.2026 15:59:06 https://riigihanked.riik.ee/rhr-web/#/procurement/9965744/general-info
PAKKUMUS KÕRVALDAMISE ALUSED JA KVALIFITSEERIMISTINGIMUSED Viitenumber: 306598 Hankija: Riigi Kaitseinvesteeringute Keskus
(70009764) Hange: Lennuvälja lintlaaduri soetus Pakkumus: 613651 Ettevõtja: Defiron OÜ (17306016), roll: ühispakkuja
KÕRVALDAMISE ALUSED
KÕRVALDAMISE ALUSED
Hankija ei sõlmi lepingut ja kõrvaldab hankemenetlusest pakkuja, kellel esinevad riigihangete seaduse § 95 lg 1 p 4 väljatoodud kõrvaldamise alused. Hankija kontrollib kõrvaldamise aluste puudumist avalikest registritest.
Kehtib: Kogu hanke kohta
Ettevõtjalt oodatavad vastused: 1. Kinnitan, et kõrvaldamise alused puuduvad
Vastus: Jah
Kokkuvõtlikud kinnitused
Ettevõtja kinnitab, et esitatud teave on täpne ja õige ning et ta on teadlik valeandmete esitamise tagajärgedest. Ettevõtja kinnitab, et tal on võimalik vajaduse korral viivitamata tema kinnitustele vastavad dokumendid hankijale esitada. Ettevõtja kinnitab, et ta on nõus oma kinnitustele vastavate andmete väljastamisega hankijale, kui need andmed on avalike andmete põhjal hankijale oluliste kulutusteta elektroonilisest andmekogust kättesaadavad.
Kinnituse andja nimi: Janek Karu
1 / 1
Koostatud 03.03.2026 15:59:06 https://riigihanked.riik.ee/rhr-web/#/procurement/9965744/general-info
PAKKUMUS KÕRVALDAMISE ALUSED JA KVALIFITSEERIMISTINGIMUSED Viitenumber: 306598 Hankija: Riigi Kaitseinvesteeringute Keskus
(70009764) Hange: Lennuvälja lintlaaduri soetus Pakkumus: 613651 Ettevõtja: Taiklu, UAB (304437662), roll: peapakkuja
KÕRVALDAMISE ALUSED
KÕRVALDAMISE ALUSED
Hankija ei sõlmi lepingut ja kõrvaldab hankemenetlusest pakkuja, kellel esinevad riigihangete seaduse § 95 lg 1 p 4 väljatoodud kõrvaldamise alused. Hankija kontrollib kõrvaldamise aluste puudumist avalikest registritest.
Kehtib: Kogu hanke kohta
Ettevõtjalt oodatavad vastused: 1. Kinnitan, et kõrvaldamise alused puuduvad
Vastus: Jah
Kokkuvõtlikud kinnitused
Ettevõtja kinnitab, et esitatud teave on täpne ja õige ning et ta on teadlik valeandmete esitamise tagajärgedest. Ettevõtja kinnitab, et tal on võimalik vajaduse korral viivitamata tema kinnitustele vastavad dokumendid hankijale esitada. Ettevõtja kinnitab, et ta on nõus oma kinnitustele vastavate andmete väljastamisega hankijale, kui need andmed on avalike andmete põhjal hankijale oluliste kulutusteta elektroonilisest andmekogust kättesaadavad.
Kinnituse andja nimi: Martynas Knyzelis
Koostatud 03.03.2026 21:34:42 1 / 1 https://riigihanked.riik.ee/rhr-web/#/procurement/ 9965744/general-info
PAKKUMUS HINDAMISKRITEERIUMID JA HINNATAVAD NÄITAJAD
Viitenumber: 306598 Hankija: Riigi Kaitseinvesteeringute Keskus (70009764) Hange: Lennuvälja lintlaaduri soetus Pakkumus: 613651 Ettevõtja: Taiklu, UAB (304437662), roll: peapakkuja
Pakkumuse maksumust hinnatakse - Ilma maksudeta
1. Ühe lennuvälja lintalaaduri komplekti maksumus
Tüüp ja hindamismeetod: Maksumus, vähim on parim
Osakaal: 100%
Hindamismetoodika kirjeldus: Madalaima väärtusega pakkumus saab maksimaalse arvu punkte. Teised pakkumused saavad punkte arvutades valemiga: "osakaal" - ("pakkumuse väärtus" - madalaim väärtus") / "suurim väärtus" * "osakaal".
a. Hankeeseme kogumaksumus Pakkuja sisestab ühe lintlaaduri kogumaksumuse koos transpordiga aadressile Ämari Lennubaas, Lääne-Harju vald, 76102, Harju maakond.
Kogus Ühik Ühiku hind Maksumus KM% Maksumus KM-ga Märkused
1 pcs 110000,000 110000,000 24 136400,000
b. Hooldustööde maksumus Pakkuja esitab ühe lintlaaduri 48 kuu preventiivsete hooldustööde kogumaksumuse
Kogus Ühik Ühiku hind Maksumus KM% Maksumus KM-ga Märkused
1 pcs 4000,000 4000,000 24 4960,000
Pakkumuse maksumus kokku Maksumus kokku KM-ta: 114000,000
Maksumus kokku KM-ga: 141360,000
1 / 2
Koostatud 03.03.2026 21:34:42 https://riigihanked.riik.ee/rhr-web/#/procurement/9965744/general-info
PAKKUMUS VASTAVUSTINGIMUSED Viitenumber: 306598 Hankija: Riigi Kaitseinvesteeringute Keskus (70009764) Hange: Lennuvälja lintlaaduri soetus Pakkumus: 613651 Ettevõtja: Taiklu, UAB (304437662), roll: peapakkuja
PAKKUMUSE ESITAMINE Pakkumuse esitamisega kinnitab pakkuja kõigi riigihanke alusdokumentides esitatud tingimuste ülevõtmist.
Tingimusliku pakkumuse esitamine ei ole lubatud.
Ettevõtjalt oodatavad vastused: 1. Kas ettevõtja saab kinnitada, et pakkumus vastab hanke alusdokumentides sätestatud tingimustele? (Raadionupp valikutega "Jah/Ei")
Vastus: Jah
TEHNILINE KIRJELDUS
Pakkuja täidab ja esitab töölehe "Lisa 1. Tehniline kirjeldus".
Ettevõtjalt oodatavad vastused: 1. Pakkuja täidab ja esitab töölehe "Lisa 1. Tehniline kirjeldus". (Dokumendi vorm / Lennuvälja_lintlaadur_TK_EST_ENG.docx)
Vastus: 2_1_2_1_7_1_Belt Loader Tech Spec Answers.pdf, 2_1_2_1_T166-SBC7500- LITHUANIA-1.pdf, 2_1_2_1_T166-SBC7500-LITHUANIA-2.pdf
PAKKUMUSE MAKSUMUS Pakkumuse maksumus tuleb esitada töölehel "Hindamiskriteeriumid ja hinnatavad näitajad" toodud struktuuri kohaselt.
Ettevõtjalt oodatavad vastused: 1. Kas ettevõtja kinnitab, et täidab pakkumuse lehe "Hindamiskriteeriumid ja hinnatavad näitajad" lehel ette antud struktuuri kohaselt? (Raadionupp valikutega "Jah/Ei")
Vastus: Jah
ÄRISALADUS Pakkuja märgib pakkumuses, milline teave on pakkuja ärisaladus ning põhjendab teabe määramist ärisaladuseks.
Teabe ärisaladuseks määramisel lähtutakse ebaausa konkurentsi takistamise ja ärisaladuse kaitse seaduse § 5 lõikes 2 sätestatust. Pakkuja ei või ärisaladusena märkida: 1) pakkumuse maksumust ega osamaksumusi; 2) teenuste hankelepingute puhul lisaks punktis 1 nimetatule muid pakkumuste hindamise kriteeriumidele vastavaid pakkumust iseloomustavaid numbrilisi näitajaid; 3) asjade ja ehitustööde hankelepingute puhul lisaks punktis 1 nimetatule muid pakkumuste hindamise kriteeriumidele vastavaid pakkumust iseloomustavaid näitajaid (RHS § 46 ülamärkega 1).
Ettevõtjalt oodatavad vastused: 1. Kirjeldage lühidalt pakkumuses sisalduvat ärisaladust ja lisage selle määramise põhjendus või märkige, et pakkumus ei sisalda ärisaladust. (Suur sisestusala (max pikkus 4000 tähemärki))
2 / 2
Koostatud 03.03.2026 21:34:42 https://riigihanked.riik.ee/rhr-web/#/procurement/9965744/general-info
Vastus: Does not contain a trade secret
REMONT- JA HOOLDUSTÖÖDE ASUKOHT EESTIS
Ettevõtjalt oodatavad vastused: 1. Pakkuja toob välja olemasolevate (või planeeritavate) remont- ja hooldustööde teostamiseks vajalike punktide asukohad Eestis , koos kontaktandmetega. (Suur sisestusala (max pikkus 4000 tähemärki))
Vastus: Mobile workshop
TARNEAEG
Ettevõtjalt oodatavad vastused: 1. Pakkuja sisestab tarneaja kuudes (Sisestusväli (max pikkus 250 tähemärki))
Vastus: 12 months
EL NÕUKOGU SANKTSIOON. ALLTÖÖVÕTJAD JA TARNIJAD. Pakkuja kinnitab, et ta ei kaasa üle 10% hankelepingu maksumusest hankelepingu täitmisele alltöövõtjaid ega tarnijaid, kes on: 1. Vene Föderatsiooni kodanik, resident või Vene Föderatsioonis asutatud ettevõtja, sh füüsilisest isikust ettevõtja, juriidiline isik, asutus või muu üksus; 2. rohkem kui 50% ulatuses otseselt või kaudselt punktis 1 nimetatud isiku, asutuse või muu üksuse omandis; 3. punktis 1 või 2 nimetatud isiku, asutuse või muu üksuse esindaja või tegutseb sellise isiku juhiste alusel. Hankija lükkab tagasi pakkumuse, mille alusel sõlmitav hankeleping oleks RSanS § 7 lg 1 alusel tühine.
Määrust kohaldatakse riigihangetele alates rahvusvahelisest piirmäärast. NÕUKOGU MÄÄRUS (EL) 2022/576, 8. aprill 2022, millega muudetakse määrust (EL) nr 833/2014, mis käsitleb piiravaid meetmeid seoses Venemaa tegevusega, mis destabiliseerib olukorda Ukrainas.
Ettevõtjalt oodatavad vastused: 1. Pakkuja kinnitab, et ta ei kaasa üle 10% hankelepingu maksumusest hankelepingu täitmisele alltöövõtjaid ega tarnijaid, kes on: 1. Vene Föderatsiooni kodanik, resident või Vene Föderatsioonis asutatud ettevõtja, sh füüsilisest isikust ettevõtja, juriidiline isik, asutus või muu üksus; 2. rohkem kui 50% ulatuses otseselt või kaudselt punktis 1 nimetatud isiku, asutuse või muu üksuse omandis; 3. punktis 1 või 2 nimetatud isiku, asutuse või muu üksuse esindaja või tegutseb sellise isiku juhiste alusel. (Raadionupp valikutega "Jah/Ei")
Vastus: Jah
RAHVUSVAHELISE SANKTSIOONI OBJEKT Pakkuja kinnitab, et pakutav kaup ei ole rahvusvahelise sanktsiooni objektiks või pärit sanktsiooni all olevatest piirkondadest. Hankija lükkab tagasi pakkumuse, mille alusel sõlmitav hankeleping oleks RSanS § 7 lg 1 alusel tühine.
Ettevõtjalt oodatavad vastused: 1. Pakkuja kinnitab, et pakutav kaup ei ole rahvusvahelise sanktsiooni objektiks ega pärit sanktsiooni all olevatest piirkondadest. (Raadionupp valikutega "Jah/Ei")
Vastus: Jah
1/4
Annex 2
to the 29.04.2026
contract No 2-2/26/642-2
SECURITY REQUIREMENTS
As the object of the public procurement is located within the security area of the Defence Forces, the
contracting partner shall be informed of the following conditions, rights and obligations in order to
clarify the parties’ rights and obligations regarding compliance with security requirements within the
Defence Forces security area.
1. DEFINITIONS
1.1 Person responsible for security (hereinafter „PRS“) – the Defence Forces sub-unit or service
member responsible for ensuring compliance with the security requirements applicable to the
public procurement object located within the relevant Defence Forces security area (hereinafter
„DFSA“).
1.2 Security requirements – the general security requirements established for entry to and
presence within the Defence Forces security area (Annex 5), as well as the requirements laid
down in other legislation for the purpose of ensuring the security of the Defence Forces.
1.3 Defence Forces Security Area (hereinafter “DFSA”) – the territory under the control of the
Defence Forces and the vessels, aircraft and vehicles of the Defence Forces.
1.4 Contracting Partner’s Contact Person – the person designated by the Contracting Partner
and/or its subcontractor who is responsible for compliance with the contractual performance
requirements and the Security Requirements.
1.5 Consent – the prior written consent required for the conduct of a background check, by which
the person authorises the Defence Forces to collect data concerning him or her and to make
enquiries for a period of five years from the giving of the consent (pursuant to § 416 of the
Military Service Act) (Annex 3 in English).
1.6 ECDI Contact Person – the person designated under the contract through whom the
organisation of the performance of the contractual obligations and the transmission of notices,
claims and other documents provided for in the contract shall be carried out on behalf of the
Estonian Centre for Defence Investment (ECDI).
1.7 Object of the Public Procurement – the work area located within the Defence Forces Security
Area designated for the performance of the contract.
1.8 Background Check – a check carried out pursuant to § 413 of the Defence Forces Organisation
Act (EDFOA) and in the manner provided in § 41⁵ thereof, for the purpose of deciding whether
to permit a person associated with the provision of services to the Defence Forces (the “Service
Provider”) to access the Defence Forces Security Area (DFSA).
1.9 Background Check Request (e-mail) – a request submitted by the Contracting Partner’s Contact
Person to the Service Provider to initiate the conduct of a background check (Annex 1).
1.10 Service Provider – an employee of the Contracting Partner and/or its subcontractor in respect
of whom a background check is conducted, subject to his or her prior written consent, in
connection with an application for access rights to the DFSA.
2/4
1.11 Secure Area – an area authorised for the processing of state secrets or classified foreign
information at the level of confidential, secret or top secret, and for the processing of classified
information carriers containing such information.
1.12 Access Application (e-mail) – a request submitted by the Contracting Partner’s Contact Person
for permitting the Service Provider to access the Defence Forces Security Area (Annex 4)
1.13 Right of Access – the right to be present at the object of the public procurement located within
the Defence Forces Security Area in connection with the performance of the contract.
1.14 Person Holding a Right of Access – a person who has passed the background check, whose entry
to the object of the public procurement located within the Defence Forces Security Area has
been approved, and who is entitled to enter and remain at that object unescorted in connection
with the performance of the contract.
2. RIGHTS AND OBLIGATIONS OF THE CONTRACTING PARTNER
2.1 The Contracting Partner, including the Service Provider and the Contracting Partner’s Contact
Person, shall have the right to obtain from the Person Responsible for Security (PRS) of the
object of the public procurement the information necessary for complying with the Security
Requirements and information concerning the obtaining of access rights to the Defence Forces
Security Area (DFSA). The ECDI Contact Person shall provide the Contracting Partner with the
contact details of the PRS for the specific object at the earliest opportunity.
2.2 The Contracting Partner shall:
2.2.1 The Contracting Partner shall not plan to assign to the Defence Forces Security Area
any foreign nationals who are subject to a notification obligation. At the date of
conclusion of the contract, the states subject to such notification obligation, pursuant
to Order No. 1-3/112 of the Minister of the Interior of 29 September 2023, are1:
Republic of Armenia;
Republic of Azerbaijan;
People’s Republic of China (including the Hong Kong and Macao Special Administrative
Regions);
Islamic Republic of Iran;
Republic of Kazakhstan;
Kyrgyz Republic;
Democratic People’s Republic of Korea;
Republic of Tajikistan;
Turkmenistan;
Republic of Uzbekistan;
Republic of Belarus;
Russian Federation.
Should the above-mentioned Order be amended, the Contracting Partner shall be
notified thereof and these Security Conditions shall be amended as necessary;
2.2.2 shall ensure that the Contracting Partner’s Contact Person submits the Background
Check Request (Annex 1 together with Annex 3) at the earliest opportunity, taking into
1https://kapo.ee/sites/default/files/content_page_attachments/Teatamiskohustusega%20v%C3%A4lisriikideni mekirja%20kehtestamine_0.pdf
3/4
account the contractually agreed commencement date of performance and the time
required for the background check (14 calendar days), to the e-mail address
2.2.3 shall ensure that, in the case of a foreign national, the Contracting Partner’s Contact
Person attaches to the background check initiation request:
2.2.3.1 a copy of the page of the identity document containing the photograph,
including the visa or other document evidencing a lawful basis for stay in
Estonia;
2.2.3.2 an extract from the criminal records register of the person’s country of
residence;
2.2.4 shall ensure that the Contracting Partner’s Contact Person submits the Access
Application (Annex 4) at the earliest opportunity—taking into account the
contractually agreed commencement date of performance and a reasonable time for
processing the application—to the e-mail address of the ECDI Contact Person or the
person designated by the latter;
2.2.5 shall immediately notify, by e-mail, of the early cessation of the Service Provider’s need
for access to the DFSA, to the Defence Forces background check address
[email protected] and to the ECDI Contact Person;
2.2.6 shall comply with, and ensure the Service Provider’s compliance with, the Security
Requirements under the conditions established within the DFSA, and shall ensure such
compliance by its subcontractor(s).
3. RIGHTS AND OBLIGATIONS OF THE DEFENCE FORCES
3.1 The Defence Forces shall have the right to:
3.1.1 conduct a Background Check on a person associated with the provision of services to
the Defence Forces for the purpose of deciding whether to permit access to the DFSA;
3.1.2 grant or restrict the Service Provider’s Right of Access to the DFSA on the basis of
circumstances established in the course of the Background Check2;
3.1.3 leave a Background Check Request unexamined in accordance with the Administrative
Procedure Act;
3.1.4 refuse, on security grounds, to grant a Right of Access to a person who has not
undergone a Background Check, has failed the Background Check, or for whom it is not
possible to conduct a Background Check;
3.1.5 restrict or refuse to grant a Right of Access to the DFSA and to Secure Areas to stateless
persons or foreign nationals on security grounds;
3.1.6 verify compliance with the Security Requirements applicable at the object of the public
procurement by any Service Provider holding a Right of Access and, in the event of non-
compliance or breach, prohibit the Service Provider from being present within the DFSA.
3.2 The Defence Forces shall:
3.2.1 notify, in a form reproducible in writing, the person who submitted the Background
Check Request of the outcome of the Service Provider’s Background Check;
2 https://www.riigiteataja.ee/akt/106072023031#para14
4/4
3.2.2 notify, in a form reproducible in writing, the person who submitted the Access
Application of the Service Provider’s obtaining a Right of Access to the DFSA, including
any restrictions thereto;
3.2.3 brief the Service Provider on the Security Requirements in force at the object of the
public procurement located within the DFSA;
3.2.4 notify ECDI if the Service Provider and/or the Contracting Partner breaches the Security
Conditions or fails to comply with the Security Requirements applicable at the object of
the public procurement (Annex 5);
3.2.5 where a request is left unexamined pursuant to clause 3.1.3, provide written notice
thereof.
4. FINAL PROVISIONS
4.1 The contact persons referred to in the security conditions shall be designated upon
conclusion of the procurement contract and any changes thereto shall be notified to the
parties by e-mail.
4.2 The processing of personal data shall be carried out in accordance with the requirements
laid down in the applicable legislation.
1/1
Annex 1: Sample Background Check Request (e-mail)
Send the request to: [email protected]
SUBJECT: Background Check Request (name of campus and object)
TEXT:
Hello,
In connection with ECDI contract [contract name], No. [xxxxxxxxx], concluded on [dd.mm.yyyy], I hereby
submit to the Defence Forces the details of the persons listed below for the purpose of conducting a
Background Check.
Background Check documents are attached to this e-mail.
Additional information is provided in the table:
First name Surname Personal ID
code Company
Service to
be
provided
Object where
the service
will be
provided
Start date of
service period
(dd.mm.yyyy)
End date of
service period
(dd.mm.yyyy)
Provision of service
in a Secure Area
YES/NO
I am aware that the Background Check may take up to 14 calendar days from the submission of a compliant
request.
Kind regards,
[First name Surname of the requester]
[Position]
[Company name]
[Contact phone, e-mail address]
FOR INTERNAL USE ESTONIAN DEFENCE FORCES Restrictions on access apply
as of the date the form is completed and as long as required but no longer than 75 years.
Legal grounds: Public Information Act clause 35 (1) 12)
FOR OFFICIAL USE ONLY
FOR OFFICIAL USE ONLY 1/2
ANNEX 3: CONSENT FORM (English)
APPROVED With the Commander of the
Defence’s Order No. 223 of 07.02.2025 Annex No. 4
AUTHORISATION FOR BACKGROUND CHECK FOR A PERSON APPLYING TO GET CLEARANCE TO
ENTER THE RESTRICTED MILITARY AREAS OF THE ESTONIAN DEFENCE FORCES FOR THE PROVISION OF SERVICES
(first and last name) Personal identification code:
I hereby authorise the Estonian Defence Forces to process my personal data in order to obtain clearance to access restricted military areas for the duration of my service provision agreement but no longer than five years after I gave authorisation. By giving this authorisation, I confirm that I am aware of the following conditions:
1. The Estonian Defence Forces (EDF) has the right to conduct a background check in accordance with
section 415 of the Estonian Defence Forces Organisation Act (hereinafter the EDFOA).
2. I have the right to refuse to authorise the background check (clause 416 (2) 1) of the EDFOA).
3. I have the right to refuse to disclose information that might cause myself, my partner or a person
close to me to become subject to offence proceedings (clause 416 (2) 2) of the EDFOA).
4. I have the right to request the termination of collecting my data or making queries about me
(clause 416 (2) 3) of the EDFOA).
5. I have the right to give explanations about the information collected about me (clause 416 (2) 4) of
the EDFOA).
6. I have the right to turn to the court, the Chancellor of Justice and the Data Protection Inspectorate
to protect my rights and challenge the decisions made about me based on the data collected in
accordance with section 416 of the EDFOA to verify that my data is collected in compliance with
my fundamental rights and freedoms and the principle of good governance (clause 416 (2) 5) of
the EDFOA).
FOR INTERNAL USE ESTONIAN DEFENCE FORCES Restrictions on access apply
as of the date the form is completed and as long as required but no longer than 75 years.
Legal grounds: Public Information Act clause 35 (1) 12)
FOR OFFICIAL USE ONLY
FOR OFFICIAL USE ONLY 2/2
7. If I refuse to authorise or request the termination of collecting my data or making queries about
me, this serves as the grounds for not giving me clearance to enter the restricted military area of
the EDF (section 417 of the EDFOA).
8. The EDF has the right to restrict my rights regarding the personal data being processed (clause 4110
(3) 4) of the EDFOA).
9. When I am on the restricted military area of the EDF (subsection 52 (3) of the EDFOA), I am
obligated to follow the order in force in the EDF (including the order for fire safety, traffic and
parking) and the orders of representatives of the EDF (subsection 52(2) of the EDFOA), and I am
aware that
9.1. it is forbidden to enter the restricted military area of the EDF while in the possession of alcohol
or narcotic or psychoactive substances, firearms, explosives, partially or fully automatic or
remote-controlled flying objects (e.g. drones), radioactive and easily flammable substances
or items that contain such substances, and other things that might endanger myself or other
persons, technology and equipment on the premises;
9.2. third persons cannot be brought to or allowed to enter the restricted military area of the EDF
without the permission of the EDF;
9.3. the person entering the restricted military area of the EDF in a vehicle is obligated to cover
up, turn off or remove all on-board cameras with video and/or audio recording;
9.4. the EDF has the right to detain a person (or a vehicle) entering, staying in or leaving the
restricted military area of the EDF to conduct a security inspection and check the person
(including their clothing, possessions and vehicle) by visual inspection, groping, or with a
technical device or a trained service dog;
9.5. for security and safety reasons, the EDF can temporarily prohibit a person from entering the
restricted military area, or to order the persons staying in the restricted military area of the
EDF to leave, or to prohibit them from leaving;
9.6. without a prior consent of the EDF, it is forbidden to take photographs or videos or make
audio recordings in the restricted military area or buildings of the EDF, and to share/upload
such recordings in any form or environment;
9.7. it is forbidden to stay in the restricted military area of the EDF under the influence of alcohol,
narcotic, or psychoactive substances, or with the suspicion or signs of such influence;
9.8. it is forbidden to display symbols of aggression (including in vehicles) in the restricted military
area of the EDF.
(day, month, year) [ signed digitally]3
3 Can also be signed on paper
1/1
ANNEX 4: Sample Access Application (e-mail)
The request shall be sent to the e-mail address of the ECDI Contact Person designated in the contract
or to the person designated by the latter.
SUBJECT: Access Application (name of campus and object)
TEXT:
Hello,
In connection with ECDI contract [contract name], Contract
No. [xxxxxxxxx], concluded on [dd.mm.yyyy], I hereby submit
an Access Application.
Additional information is enclosed as an attachment (to be provided in Microsoft Excel format):
First name Surname Personal ID
code Company
Service to
be
provided
Object
where the
service will
be provided
Start date of
service period
(dd.mm.yyyy)
End date of
service period
(dd.mm.yyyy)
Vehicle make and
registration
number
The applicant is aware that:
1. passing the Background Check does not guarantee automatic access to the Defence Forces Security
Area (DFSA);
2. the Defence Forces are entitled to restrict persons’ access to the DFSA.
Kind regards,
[First name Surname of the requester]
[Position]
[Company name]
[Contact phone, e-mail address]
FOR INTERNAL USE ESTONIAN DEFENCE FORCES Restrictions on access apply
as of the date the form is completed and as long as required but no longer than 75 years.
Legal grounds: Public Information Act clause 35 (1) 12)
1/1
ANNEX 5: The general EDF security requirements established for entry to and presence within the
security area.
When present in the EDF security area (subsection 52 (3) of the EDFOA), one must comply with the
rules in force in the EDF (including fire safety, traffic and parking regulations) and the instructions of
the representative of the EDF (subsection 52 (2) of the EDFOA), including:
1. it is forbidden to enter the restricted military area of the EDF while in the possession of alcohol or
narcotic or psychoactive substances, firearms, explosives, partially or fully automatic or remote-
controlled flying objects (e.g. drones), radioactive and easily flammable substances or items that
contain such substances, and other things that might endanger myself or other persons,
technology and equipment on the premises;
2. third persons cannot be brought to or allowed to enter the restricted military area of the EDF
without the permission of the EDF;
3. the person entering the restricted military area of the EDF in a vehicle is obligated to cover up,
turn off or remove all on-board cameras with video and/or audio recording;
4. the EDF has the right to detain a person (or a vehicle) entering, staying in or leaving the restricted
military area of the EDF to conduct a security inspection and check the person (including their
clothing, possessions and vehicle) by visual inspection, pat-down, or with a technical device or a
trained service dog;
5. for security and safety reasons, the EDF can temporarily prohibit a person from entering the
restricted military area, or to order the persons staying in the restricted military area of the EDF to
leave, or to prohibit them from leaving;
6. without a prior consent of the EDF, it is forbidden to take photographs or videos or make audio
recordings in the restricted military area or buildings of the EDF, and to share/upload such
recordings in any form or environment;
7. it is forbidden to stay in the restricted military area of the EDF under the influence of alcohol,
narcotic, or psychoactive substances, or with the suspicion or signs of such influence;
8. it is forbidden to display symbols of aggression (including in vehicles) in the restricted military area
of the EDF.
CONTRACT
29.04.2026 No 2-2/26/642-2
The Estonian Centre for Defence Investments (registry code 70009764, address Järve 34a, 11314 Tallinn, Estonia) and the Estonian Defence Forces (registry code 70008641, address Juhkentali 58, 15007 Tallinn, Estonia), represented by Tiaana Kalda Head of Procurement Departement of the Estonian Centre for Defence Investments pursuant to clause 6.3 of the Director's Directive No. 77 of 07.12.2020 (hereinafter Buyer), and joint tenderers Taiklu UAB (registry code 304437662, address Ukrainiečių g. 4, LT-45234 Kaunas) and Defiron OÜ (registry code 17306016, address Narva mnt 7d, 10117 Tallinn, Estonia), represented by Janek Karu, pursuant to the power of attorney (hereinafter Seller), separately Party and jointly Parties, have concluded the following public contract, hereinafter Contract:
1. Basis and Subject of the Contract
1.1. The contract is concluded on the basis of the founding documents and the Tender of the
Seller for the reopening of the competition “Lintlaaduri soetus” (reference number 306096) carried out under the framework agreement no 2-2/25/642 of the public procurement „Lennuvälja lintlaaduri ostmine“ („Purchase of aircraft belt loader“, reference number 297474).
1.2. The subject of this contract is the purchase of one (1) aircraft belt loader (hereinafter goods), including repair and maintenance works (hereinafter services) during at least the warranty period (goods/services described in the technical description) with transport to Ämari Air Base, Ämari, Lääne-Harju Parish, 76102 Harju Country, Estonia.
1.3. The delivery time of the goods is 12 months from the entry into force of the contract. 1.4. All framework agreement no 2-2/25/642 conditions apply for this contract, including the delivery condition Incoterms® 2020 DDP.
2. Performance of the Contract
2.1. The contract shall be concluded to order goods or services on the basis of the list of goods or
services listed in the technical description.
3. Delivery and Acceptance of Goods
3.1. The transport of goods to the Buyer’s designated location takes place via the Seller’s mode
of transportation and at the Seller’s expense. 3.2. The provision of services at the Buyer’s designated location takes place via the Seller’s mode
of transportation and at the Seller’s expense. 3.3. The Seller is obligated to coordinate the exact date of delivery or provision of service with
the Buyer’s contact person within 5 working days at the latest prior to the scheduled delivery of goods or provision of service.
3.4. The time for receiving delivery of the goods is generally from Monday to Thursday between 8.30 and 15.00, except on state and national holidays and working days that precede them and the last three working days of each month.
3.5. If the delivery of goods or provision of services is in delay, if the goods cannot be delivered by the agreed-upon date or the service cannot be provided by the agreed-upon date, the Seller is obligated to notify the Buyer’s contact person promptly via email.
2/3
3.6. The delivery of goods or provision of services takes place via a delivery note. The delivery note must include at minimum the Buyer’s name (Estonian Centre for Defence Investments, Estonian Defence Forces); the Buyer’s contact person’s name; framework agreement and public contract (purchase contract etc.) number; name, quantity, unit, time and location of goods or type of service and time and place of provision and the Seller’s name.
3.7. In accordance with the number of delivery locations or provision of services, the same number of delivery notes shall be made.
3.8. In the absence of the delivery note, the Buyer has the right to take possession of the given goods, however, delivery and acceptance shall be deemed to be finalized upon the reception of a corresponding delivery note.
3.9. The Seller is obligated to hand over to the Buyer all documents that are necessary for the receiving, management, use and handling of the goods.
3.10. The goods cannot be damaged during transportation and handling. 3.11. The Seller must take into account, that if the delivery of goods or provision of services takes
place on a security area / premises / special-surveillance area, the Seller and their subcontractors are required to fulfill the requirements and conditions stipulated in the Estonian Defence Forces’ document „Security Conditions“ (see document „Security Conditions with Annexes“). The Seller must apply for an entry permit to the Estonian Defence Forces’ security area at least 7 working days prior to the start of the delivery of goods or provision of services on the basis of requirements stipulated in § 41³ of the Estonian Defence Forces Organisation Act and submit an application for an entry permit alongside details of their employees (and subcontractors) and a written consent for a background check. The Seller must also take into account that in the event that security requirements are not followed, the Buyer has the right to refuse entry to the premises for the Seller and their subcontractors.
4. Cost of Contract and Terms of Payment
4.1. This contract has been concluded to make an order based on the Buyer’s necessities. The
unit price of the goods/services has been fixed in the Seller’s tender and it is binding for the duration of this contract. The total cost of this contract is 114 000,00 Euros, whereas VAT shall be added in accordance with the law.
4.2. The Seller bears all costs relevant to the delivery and transportation of goods until the delivery has been finalized. The Seller also bears all goods-related costs and incumbrances until the delivery has been finalized, except costs which derive from circumstances arising from the Buyer. The Seller also bears all costs relevant to the provision of services.
4.3. The Buyer bears all costs relevant to the acceptance of delivered goods or rendered services, as well as costs relevant to the preparation of this contract and the payment of the purchase price.
4.4. The Seller shall issue an e-invoice. In the event that a Seller registered outside of the Republic of Estonia has no technical capabilities to issue e-invoices, then they shall issue the invoice in PDF-format to the email address stipulated in the contract. The Seller shall issue an invoice with the following details:
Estonian Centre for Defence Investments, registry code 70009764, Järve 34a, 11314 Tallinn, Estonia; Other details required for the invoice: Contact person name Lehti Peri; Framework agreement number 2-2/25/642; Contract number 2-2/26/642-2 15-digit reference number of the contract 297474002001000; Quantity and name of goods, product code (if applicable) / type of service, time and location of provision; Unit price and other relevant information.
3/3
Seller`s bank details: Seller: Taiklu UAB; Recipient`s bank name: Citadele; Recipient`s bank account numbetr: IBAN LT98 7290 0000 1546 7528; SWIFT code: INDULT2X.
4.5. The Buyer shall pay for the goods and services that were accepted and are in compliance with the terms of the contract to the billing account set in the contract within 28 days of receiving an invoice that is in compliance with the terms of the contract. The basis for issuing an invoice is a delivery-acceptance act and/or delivery note that is signed by both Parties.
4.6. The Buyer shall not accept an invoice which is not in compliance with the terms of the contract. In such an event, the Seller shall issue a new invoice within 7 working days.
5. Warranty Obligation
5.1. With this contract, the Seller grants warranty for goods/services for a minimum of 24 months.
6. Contact Persons
6.1. The Buyer’s contact person is Allar Siiroja (+372 5567 7364, [email protected]). 6.2. The Seller’s contact person is Janek Karu (+372 5244 300, [email protected]).
7. Final Provisions
7.1 This Contract shall enter into force from the Buyer’s signature and is valid until the fulfillment
of contractual obligations.
8. Annexes
8.1. Annex 1. The Seller`s Tender; 8.2. Annex 2. Security Requirements with Annexes.
Buyer: Seller: (signed digitally) (signed digitally) Tiaana Kalda Janek Karu Head of Procurement Departement Defiron OÜ