Publications Office of the EU
Skills Based Upscaling - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates text translated automatically in your browsing language

Skills Based Upscaling Text automatically translated in your browsing language Automatically translated

  • Awarded
    13/10/2025
  • Today
    18/11/2025
Status
Awarded
Type of contract
Services
Subject for Renewal
No
Buyer
Ministerie van Defensie
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: Not available
Business sector (Main CPV)
72000000 IT services: consulting, software development, Internet and support
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
500,000.00 EUR
Tender reference number
a2e4b0b5-8c11-4de6-add6-359b197a2343
Description

Reason for exception Article 2.32(1b) Technical/artistic reasons or protection of exclusive rights I consider that the exception ground for technical exclusivity within the AW 2012 and therefore the choice of one specific supplier is justified for the following reasons: Skill based consists of 6 phases. At the beginning of 2024, this project - Skill based Scaling- started with the aim of developing an AI solution for Defence. Phases 1 and 2 have been completed and completed via the Framework Agreement for Regular Hire. The present request concerns phases 3 to 6 and the nature of the service differs substantially: it is a concrete final result, which builds directly on the previous phases. This solution has been and will be developed specifically for Defence and is therefore not comparable to standard solutions (tools) available on the market. A generic tool purchased off-the-shelf does not meet Defense's unique requirements in terms of safety, process design and integration. Below is an explanation of why this solution should be developed specifically for Defence and why a standard solution is insufficient: 1. The solution runs within Mulan and must integrate seamlessly with existing, often confidential IT infrastructure. This requires customization that generic tools do not offer. 2. Defense works with sensitive information. A standard tool does not provide sufficient guarantees for data security, logging, access control and airgapping required in military contexts. 3. The models are trained on Defense-specific data (such as mobilization and preparation and military tasks). Generic tools are not trained in this context and do not sufficiently understand military terminology or scenarios. 4. The Ministry of Defence is the owner of intellectual property (IP). Only with a custom solution can full control over source code, training data and model output be guaranteed. 5. An off-the-shelf tool often uses third-party infrastructure (e.g. cloud AI services), which increases the risk of data exfiltration or influence on modelling behaviour by external parties. 6. The solution includes custom guardrails and security to ensure the quality of the AI output. This is only achievable with a solution designed from the ground up for Defence. 7. The interface and functions are tailored to readiness and mobilization (Chapter 1). A generic tool does not support this unique process. 8. Within this solution, specific prompts are written and iteratively improved based on internal Defense data. The party that has built up specific tailor-made expertise in the first two phases, also within the context of Defence, is Faraday. Continuation with this party is the most responsible choice in terms of content and organization because of the technical and content-related coherence, the accumulated knowledge and the need for continuity. In fact, there are 2 deadlines, 1 January 2027 it must be operational, for this the model June 2026 must be technically ready. In a time frame in which acceleration has been made an important main objective, a different acquisition choice, regardless of the substantive argumentation, would completely obscure the already under pressure deadline for the (indirect) main task 1-related implementation of this project. For this reason, there is a separate contract with an obligation to achieve a result and this justifies a targeted award to the current supplier, in accordance with Article 2.32(1)(b) of the Aw 2012. Text automatically translated in your browsing language Automatically translated

Submission Method
Not available
Tenders may be submitted
Not available
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
Not available
Place of performance
Award method
Criterion:
Type: price
Description: Totaalprijs
Weight (percentage, exact): 500000
Estimated value
Not available
Final contracted value
500,000.00 EUR
Award of contract
Official name: Fonk Mobile B.V.
Postal address:
Town: Amsterdam
Postal code: 1054 SJ
Country:
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.