Terviklik riskihinnang, mis hõlmab dokumentide vastuolusid, pakkumise riske ja valmisoleku hindamist.
This procurement presents significant risks primarily due to extensive ambiguities and missing critical information across multiple documents. Key concerns include undefined 'equivalent' product criteria, unclear national security threat definitions, and a lack of detailed technical specifications and environmental criteria. The contract documents themselves contain placeholders for essential financial and supplier details. These inconsistencies and omissions create a high risk of disputes, bid rejection, and potential project failure if not addressed proactively.
The document states that references to specific models, suppliers, brands, or standards should be interpreted as 'or equivalent'. However, it does not provide a clear framework or criteria for determining what constitutes an 'equivalent' product or service. This ambiguity could lead to disputes during the evaluation process or challenges from bidders whose offerings are deemed non-equivalent without clear justification.
The document introduces national security requirements, including restrictions on suppliers, subcontractors, and entities whose capabilities are relied upon, based on their registration location and adherence to international agreements. The definition of 'interests that could threaten national security' and the specific conditions for these threats are not detailed within this document, requiring reference to external legal acts. Furthermore, the exceptions for entities listed in the Law on the Protection of Objects Important for National Security are broad and could lead to interpretation challenges.
The tender requires the supplier to provide support services that fully comply with Grass Valley's 'Prime Support' package. If the supplier offers a non-manufacturer package, it must be demonstrably equivalent or better. Failure to meet these exact specifications could lead to system instability, operational disruptions, and inability to access critical manufacturer support.
The tender explicitly states that CIS requirements are an integral part of the technical specification. Suppliers must confirm they meet these requirements and commit to adhering to them throughout the contract. Failure to comply, especially if discovered during an audit, can lead to penalties and contract termination.
The tender requires the bidder to understand and comply with GDPR (Regulation (EU) 2016/679). If the bidder will process personal data on behalf of the Contracting Authority, they must sign a Data Processing Agreement. Failure to comply with GDPR or to sign the agreement can lead to legal penalties and contract termination.
Bidders must declare that their entity is not influenced by Russia as per Council Regulation (EU) 2022/576, and that services will not be provided from listed countries or territories that pose a threat to national security. Failure to comply or provide necessary documentation can lead to disqualification.
The document outlines a hierarchy for resolving contradictions between different tender documents (announcement, general conditions, special conditions, and their appendices). However, the specific wording regarding which document takes precedence in case of conflicts could lead to disputes if not clearly understood and followed by all parties.
Suppliers may be excluded from the procurement procedure at any stage if it is revealed that they meet at least one of the exclusion grounds defined in the procurement documents, due to their actions or inactions before or during the procurement procedure. This includes criminal convictions related to organized crime, corruption, fraud, money laundering, terrorism, human trafficking, and other offenses impacting EU financial interests.
The contract value is marked with 'XXX XXX,XX' and 'XX ct' for both the initial value and the total price, indicating that the actual financial commitment is not yet defined in this document. This leaves uncertainty regarding the total budget allocated for the services.
While the document states that support services must cover the 'entire operational GV STRATUS PAM ecosystem' and refers to 'Table 1. List of operational GV STRATUS PAM system', the content of Table 1 is not provided in this extract. This lack of detail makes it difficult to fully assess the scope of work and potential complexities.
The tender explicitly states that this procurement is related to national security and that special requirements for supplier services are outlined in Chapter 5 of the Special Procurement Conditions. Without access to Chapter 5, it's impossible to fully assess the compliance burden and potential restrictions.
The document states that the procurement is a 'green procurement' and refers to specific environmental protection criteria in Annex 2 'Technical Specification'. However, these criteria are not detailed within this specific document (TAK_0_specialiosios.docx) or in the technical specification document (TAK_2_Techninė specifikacija.docx).
The document notes that due to system limitations (CVP IS), deadlines might be presented with a slight discrepancy (e.g., 00:00 on the next day) compared to the intended end of the day. This could lead to confusion or disputes if not clearly understood.
The timelines for submitting claims, requests, or legal action are complex and depend on the method of notification (written, electronic) and whether the procuring organization responds within the stipulated period. This complexity could lead to missed opportunities for recourse.
The procuring organization will not organize meetings for clarification of tender conditions or site visits. While this streamlines the process for the buyer, it places the onus entirely on the bidder to understand complex requirements without direct interaction or visual inspection of the environment where the services will be delivered.
Exclusion grounds apply not only to the bidding supplier but also to the entities whose capabilities the supplier relies upon. Failure of these third parties to meet the criteria can lead to the supplier's exclusion.
The section for 'Tiekėjas' (Supplier) details (name, legal entity code, address, VAT code, bank account, bank, phone, email, representative, basis of representation) are all left blank. This indicates that the contract is a template and the specific supplier details are to be filled in later.
The document outlines general principles for contract interpretation, but specific nuances or potential conflicts between the General Conditions and Special Conditions are not fully detailed. This could lead to disputes regarding the application of terms.
The contracting authority considers proportionality when deciding on exclusion based on certain grounds (VPĮ 46 straipsnio 4 ir 6 dalyse). Specifically, for VPĮ 46 straipsnio 4 dalies 7 punkto c, they assess if exclusion would significantly limit competition. This implies a degree of discretion for the contracting authority, which could lead to subjective interpretations.
The procuring organization explicitly states that it will not reimburse bidders for any costs incurred in preparing their bids, including costs arising from the termination of procurement procedures.
The document mentions 'Green Requirements' and refers to 'Table 2. Environmental protection criteria for services' but does not provide the content of this table. The specific environmental criteria are not detailed.
The document requests detailed information about the bidder, including legal entity details, management board, and other governing bodies. It notes that if a specific body is formed, further documents will be requested. The exact nature and extent of these additional documents and the criteria for their request are not fully detailed, potentially leading to delays or disputes.
While the document mentions checking 'e-Certis' for foreign suppliers, the specific documentation required from them might still present challenges if not clearly defined or if 'e-Certis' is not comprehensive for all jurisdictions.
The bidder confirms that the proposed price includes all service provision costs and taxes, and that they assume the risk for all expenses incurred. While this is standard, it means the bidder must be very accurate in their cost estimations.
Document TAK_0_bendrosios.docx and TAK_0_specialiosios.docx mention the procurement object is TV News Service PAM system support services. TAK_2_Techninė specifikacija.docx provides some details but refers to 'Table 1. List of operational GV STRATUS PAM system' and 'Chapter 5 of the Special Procurement Conditions' which are not provided. TAK_6_sutartis_specialiosios.docx also refers to Annex No. 1 'Technical Specification' and Annex No. 2 'Proposal' which are not included. This lack of complete technical detail makes it impossible for bidders to fully understand the scope of work and requirements.
TAK_0_specialiosios.docx states the procurement is 'green procurement' and refers to Annex 2 'Technical Specification' for environmental criteria. TAK_2_Techninė specifikacija.docx also mentions 'Table 2. Environmental protection criteria for services' but its content is not provided. This prevents bidders from understanding and meeting the green procurement requirements.
TAK_6_sutartis_specialiosios.docx contains placeholders ('XXX XXX,XX') for the initial contract value and total price. This critical financial information is missing, making it impossible for bidders to assess the financial scope of the contract.
TAK_6_sutartis_specialiosios.docx has blank fields for all supplier details (name, legal entity code, address, etc.). This indicates the contract is a template and the specific supplier is not yet identified, creating uncertainty about the contracting party.
TAK_2_Techninė specifikacija.docx states that national security requirements are detailed in Chapter 5 of the Special Procurement Conditions. This chapter is not provided, leaving bidders unable to fully assess compliance obligations related to national security.
TAK_0_specialiosios.docx states that references to specific models, suppliers, brands, or standards should be interpreted as 'or equivalent'. However, it does not provide a clear framework or criteria for determining what constitutes an 'equivalent' product or service. This ambiguity exists across the tender documents.
TAK_0_specialiosios.docx mentions national security threats and interests but refers to external legal acts (VPĮ 37 straipsnio 9 dalies 1 ir/arba 2 punkte, VPĮ 47 straipsnio 9 dalyje) for definitions. These definitions are not elaborated within the tender documents, creating ambiguity for bidders.
TAK_0_bendrosios.docx establishes a hierarchy for resolving contradictions. However, the wording 'teisinga laikoma informacija, nurodyta skelbime' (information indicated in the announcement is considered correct) might be interpreted differently than a strict precedence rule, potentially leading to disputes if not clearly defined.
TAK_2_Techninė specifikacija.docx states that CIS requirements are integral but does not detail them. It mentions they define 'minimal information and cyber security level' but the specifics are absent, making it difficult for bidders to confirm compliance.
TAK_3_pasiūlymas.docx requests detailed bidder information, including governing bodies, and notes that further documents may be requested if a specific body is formed. The exact nature and extent of these additional documents and the criteria for their request are not fully detailed.
TAK_4_pašalinimo_pagrindai.docx mentions checking 'e-Certis' for foreign suppliers but does not clearly define the specific documentation required from them, potentially causing issues if 'e-Certis' is not comprehensive for all jurisdictions.
TAK_6_sutartis_bendrosios.docx defines an 'Order' but states that specific methods and contacts for sending these orders will be detailed in the Special Conditions. This information is not provided in the available Special Conditions document (TAK_6_sutartis_specialiosios.docx).
TAK_0_specialiosios.docx explicitly states that the allocated budget is not specified. While this is common in tenders, it makes it difficult for bidders to assess economic viability and price competitively.
TAK_4_pašalinimo_pagrindai.docx mentions that suppliers confirm they meet 'qualification requirements' by confirming the absence of exclusion grounds. However, the specific qualification requirements themselves are not detailed in this document and are only referenced as being in 'procurement documents'.
Saate tehisintellektil põhineva võidustrateegia, mis on kohandatud sellele hankele. Sisaldab võidutõenäosuse skoori, peamisi võimalusi ja väljakutseid, soovituslikke pakkumise fookusalasid, konkurentsipositsioonide ülevaadet ja tegevussoovitusi.
Logi sisseUuendage, et näha, millised ettevõtted tõenäoliselt sellele hankele pakkumise esitavad, tuginedes ajaloolistele hankeandmetele.
Logi sisseTehisintellekt eraldab ja korrastab kõik nõuded hankedokumentidest — kohustuslikud kvalifikatsiooninõuded, tehnilised spetsifikatsioonid, finantstingimused ja esitamise reeglid — selgelt kategoriseerituna.
Logi sisse11 dokumenti saadaval koos AI kokkuvõtetega
Selle dokumendi jaoks pole kokkuvõtet saadaval.
Selle dokumendi jaoks pole kokkuvõtet saadaval.
Selle dokumendi jaoks pole kokkuvõtet saadaval.
Selle dokumendi jaoks pole kokkuvõtet saadaval.
Selle dokumendi jaoks pole kokkuvõtet saadaval.
Selle dokumendi jaoks pole kokkuvõtet saadaval.
Selle dokumendi jaoks pole kokkuvõtet saadaval.
Selle dokumendi jaoks pole kokkuvõtet saadaval.
Selle dokumendi jaoks pole kokkuvõtet saadaval.
Registreeru, et näha dokumentide kokkuvõtteid ja analüüsi
Selle hanke põhjalik kvaliteedianalüüs, mis hindab õiguslikku vastavust, selgust, täielikkust, õiglust, praktilisust, andmete järjepidevust ja jätkusuutlikkust skaalal 0–100 koos üksikasjaliku jaotuse ja soovitustega.
Logi sisseTere! Olen teie AI assistent selle hanke jaoks. Saan aidata mõista nõudeid, tähtaegu, sobivuse kriteeriume ja anda strateegilisi nõuandeid.
Krediitkaart pole vajalik