Skip to main content
Looking to bid on government tenders? See our TaaS tender preparation service
Tenders

Individual Development Partnership (Coaching and/or Supervision)

Open
Deadline
23 days left
April 27, 2026
Contract Details
Category
Services
Reference
308259
Value
€65,000
Location
Estonia
Published
March 27, 2026
Organization
CPV Code
Evaluation Criteria
Bid price in euros including taxes, i.e., the full service price per 1.5-hour (90 min) meeting35%
Development partner's work experience (work hours) as a management coach and/or supervisor35%
Development partner's collaboration experience with higher education institutions (training of higher education institution employees, coaching, supervision, work in a higher education institution calculated in 60 min hours)30%
Project Timeline

Tender Published

March 27, 2026

Deadline for Questions

April 20, 2026

Submission Deadline

April 27, 2026

Tender Opening

April 27, 2026

Contract Start Date

May 26, 2026

Win ProbabilityPRO
🔒
Upgrade to Professional
See your estimated win probability based on historical data.
Upgrade to Professional →
Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Sector InsightsPRO
🔒
Unlock Sector Insights
See average winning prices, competition levels, and market trends.
Upgrade to Professional →
Budget
€65,000
Duration
Not specified
Location
Estonia
Type
Services
75
Quality Score/100
Good
Market Benchmark
Avg. Winning Price
€100,264
Avg. Bids
2.6
Competition
Low
SME Winners
87%
624 tenders analyzed

Original Tender Description

The purpose of this procurement procedure is to conclude a framework agreement for the ordering of development partnership services. The purpose of the procurement procedure is to conclude a framework agreement with up to 15 (fifteen) partners for the use of coaching and/or supervision services of up to 15 (fifteen) coaches and/or supervisors. The aim of the development partnership is to offer Tartu University's managers opportunities for cooperation with a professional leadership coach and/or supervisor. The description of the subject of the framework agreement is in Annex 1 of the procurement document, Service Description. The start date of the framework agreement is an assumption and is not legally binding. The framework agreement enters into force upon conclusion and is valid until 31.12.2027.
Electronic Submission

Risk Analysis

Comprehensive risk assessment covering document inconsistencies, bid risks, and readiness evaluation.

High Risk
75/100 risk score
Bid Readiness
60%
2 critical6 high7 medium1 low

Risk Summary

This comprehensive risk analysis reveals several critical and high-severity risks, primarily stemming from ambiguities and inconsistencies across multiple tender documents. Key concerns include the unclear definition of 'equivalent' standards, potential contradictions regarding mandatory exclusion grounds, and ambiguities in joint bidder representation and liability. The financial aspects, while not the primary driver of risk, also present uncertainties due to the non-binding nature of the estimated value and the bidder bearing inflation risk. Addressing these inconsistencies is paramount for a successful and dispute-free procurement process.

Priority Actions

Seek urgent clarification from the contracting authority regarding the definition of 'equivalent' standards and the specific evaluation methodology for work and collaboration experience.
Thoroughly review all mandatory exclusion grounds and prepare comprehensive evidence for self-cleaning measures, anticipating potential ambiguities.
Develop contingency plans for potential technical issues with the eRHR system and carefully assess the financial risks associated with bearing inflation and currency fluctuation costs.

Identified Risks

!Ambiguity in 'Equivalent' Standards Interpretation
Compliance

Multiple documents reference the 'or equivalent' clause for standards and other bases. However, no specific criteria or examples are provided to define what constitutes 'equivalent'. This ambiguity can lead to disputes, subjective interpretations by the contracting authority, and potential rejection of technically compliant bids.

Impact: Bidders may unknowingly submit non-compliant bids, leading to disqualification. Disputes may arise during contract execution regarding the equivalence of materials, processes, or qualifications, potentially causing delays and increased costs.
Source: Vastavustingimused
Any reference to standards or other bases as criteria for conformity or as an origin, process, trademark, patent, type, origin, production method, mark, or test report/certificate issued by a conformi
Mitigation: The contracting authority should clearly define the criteria for 'equivalent' standards, providing specific examples or a list of acceptable alternatives. Alternatively, they should commit to a transparent and collaborative process for evaluating equivalence during the tender evaluation.
!Contradiction and Ambiguity in Mandatory Exclusion Grounds
Legal

Document 1 (AI-extracted) states no specific mandatory exclusion grounds are detailed, while Document 3 (Hankepass) begins to detail exclusion grounds related to criminal convictions and corruption. This creates significant ambiguity for bidders regarding the full scope of mandatory exclusion criteria and the required documentation or self-cleaning measures.

Impact: Bidders may fail to address all relevant exclusion grounds, leading to disqualification. Uncertainty about the required evidence for self-cleaning can lead to incomplete or incorrect submissions.
Source: Hankepass täiendatavate selgitustega
TENDER REQUIREMENTS (AI-extracted): * MANDATORY EXCLUSION GROUNDS * No specific mandatory exclusion grounds are detailed in the provided text. DOCUMENT 3 OF 8: Hankepass täiendatavate selgitustega FU
Mitigation: The contracting authority must consolidate and clearly present all mandatory exclusion grounds in a single, unambiguous section. This should include specific grounds, required evidence, and detailed guidance on self-cleaning measures.
!Ambiguity in Joint Bidder Representation and Liability
Legal

Multiple documents (Vastavustingimused, Juhised hankemenetluses osalemiseks, Lisa 3) require joint bidders to appoint a representative and confirm joint and several liability. However, the practical operational details of this representation, especially concerning day-to-day communication, decision-making during the framework agreement period, and the precise definition of 'full fulfillment of the contract' for the power of attorney's validity, remain unclear.

Impact: Potential for disputes, communication breakdowns, and delays if the authorized representative is unavailable or if disagreements arise among joint bidders. Uncertainty about the exact duration of the representative's authority could lead to issues during contract management.
Source: Lisa 3 Ühispakkujate volikiri ja kinnitus (vorm)
Käesolevaga volitavad (ühispakkujate nimed ja registrikoodid, kes volitavad) (volitatava ühispakkujate nimi ja registrikood), olema volitajate ja volitatu kui ühispakkujate esindaja, esitama ühispak
Mitigation: The contracting authority should provide clearer guidelines on the operational responsibilities of the joint bidder representative, including communication protocols and decision-making authority. A more precise definition of 'full fulfillment of the contract' should be provided.
!Bidder Bears Inflation and Currency Fluctuation Risk
Financial

The tender explicitly states that the bid price must be independent of inflation and exchange rates. For a framework agreement potentially extending over several years, this places the entire risk of economic fluctuations on the bidder, which is a significant financial exposure.

Impact: Bidders may inflate their initial prices to account for potential future fluctuations, making the tender less competitive. Alternatively, bidders may underestimate these risks, leading to financial losses and potential contract termination or disputes.
Source: Hindamiskriteeriumid ja hinnatavad näitajad
Maksumus ei tohi pakkumuse esitamise hetkel ega raamlepingu kehtivusaja ajal olla tingimuslik, st peab olema sõltumatu inflatsioonist, valuutakurssidest jms.
Mitigation: Consider introducing an indexation mechanism for prices in the framework agreement to account for inflation, or clearly state the expected duration and provide market data to help bidders assess the risk. Alternatively, the contracting authority could absorb a portion of this risk.
!Ambiguity in Work and Collaboration Experience Quantification
Technical

While work experience as a management coach/supervisor and collaboration experience with higher education institutions are key evaluation criteria, the specific methodology for quantifying and evaluating these is only referenced as being in 'point 8' of the 'Pakkumuse esitamise ettepanek' document, which is not fully provided. This leaves bidders uncertain about how to best present their experience for optimal scoring.

Impact: Bidders may not effectively showcase their experience, leading to suboptimal scores. This could result in the selection of less suitable partners or a perceived unfair evaluation process.
Source: Hindamiskriteeriumid ja hinnatavad näitajad
2 Arengupartneri töökogemus (töötunnid) Hindamismetoodika on kirjeldatud Kvaliteet - hankija 35 juhtimis-coachi ja/või superviisorina hankedokumendi "Pakkumuse esitamise hinnatav ettepanek" punktis 8.
Mitigation: The contracting authority must provide the full content of 'point 8' of the 'Pakkumuse esitamise ettepanek' document, detailing the exact scoring methodology for work and collaboration experience.
!Unclear Evidence Requirements for CV Verification
Compliance

The contracting authority reserves the right to request evidence to verify CV information with a tight 3-day response window. The types of evidence are broadly listed, but the specific nature and format of requested evidence are not predefined, creating uncertainty for bidders on what to prepare in advance.

Impact: Bidders may struggle to gather the required evidence within the short timeframe, potentially leading to disqualification. This could also lead to disputes if the requested evidence is deemed unreasonable or unobtainable.
Source: Vastavustingimused
Hankijal on õigus küsida asjakohaseid tõendeid CV-s esitatud andmete kontrollimiseks. Pakkuja peab esitama tõendid kolme (3) tööpäeva jooksul hankija vastavasisulise nõude saamisest. Tõenditena võib m
Mitigation: The contracting authority should provide a more detailed list or examples of acceptable evidence for CV verification and consider extending the response period if necessary.
!Reliance on Electronic Procurement System (eRHR) with Disclaimed Liability
Operational

The tender process is entirely electronic via the eRHR system. The contracting authority disclaims responsibility for delays, malfunctions, or damages arising from the use or non-use of eRHR, including force majeure or connectivity issues. This places a significant operational risk on bidders.

Impact: Bidders may experience technical issues with the eRHR system, leading to missed deadlines or submission errors, with no recourse against the contracting authority for damages or lost opportunities.
Source: Juhised hankemenetluses osalemiseks
Hankija ei vastuta võimalike viivituste, tõrgete või katkestuste eest, mida põhjustavad eRHR-is hankija kontrolli alt väljas olevad asjaolud nagu force majeure, elektrikatkestused, häired pakkuja või
Mitigation: Bidders should ensure they have robust IT infrastructure and contingency plans for using the eRHR system. The contracting authority should consider a more equitable approach to liability for system failures outside the bidder's control.
~Uncertainty in Total Framework Agreement Value and Guaranteed Spend
Financial

The framework agreement has an estimated value (EUR 65,000 - EUR 71,500 excluding VAT) which is explicitly stated as indicative and not binding. Services are ordered based on need, meaning there is no guaranteed minimum spend for suppliers.

Impact: Suppliers face uncertainty regarding actual revenue, potentially impacting their business planning and resource allocation. This could lead to a lack of supplier commitment or a reluctance to invest in service delivery.
Source: Lisa 4 Raamlepingu kavand
4.1. Raamlepingu eeldatav maksumus on 65 000 eurot (käibemaksuta) ja eeldatav maksimaalne maksumus on 71 500 eurot (käibemaksuta). 4.2. Punktis 4.1 nimetatud maksumus on hinnanguline ja ei ole tellija
Mitigation: The contracting authority should provide a more realistic estimate of expected service utilization or a minimum guaranteed spend to provide greater certainty for suppliers.
~Ambiguity in Tender Document Interpretation and Bidder Responsibility
Legal

The tender states that if a bidder does not ask for clarification on ambiguities, the contracting authority may choose the interpretation most suitable for them during contract execution. This places a significant burden on bidders to proactively identify and clarify all potential ambiguities.

Impact: Bidders may inadvertently accept unfavorable interpretations of tender documents, leading to disputes and increased costs during contract execution.
Source: Juhised hankemenetluses osalemiseks
Kui pakkuja ei ole esitanud küsimusi selgituste saamiseks HD ebaselguste või avastatud vastuolude, vasturääkivuste või puuduste kohta, on hankijal õigus hankelepingu täitmise käigus üleskerkinud vaidl
Mitigation: Bidders must conduct a thorough review of all tender documents and submit clarification requests for any perceived ambiguities. The contracting authority should encourage proactive clarification by providing timely and comprehensive responses.
~Unspecified Payment Terms
Financial

While the total framework agreement value and price per session are outlined, the tender document does not specify the payment schedule or terms (e.g., net 30, upon completion of service).

Impact: Bidders may have to make assumptions about payment terms, potentially leading to cash flow issues or uncompetitive pricing if their assumptions are incorrect. This can also lead to disputes during contract execution.
Source: Vastavustingimused
The total value of the framework agreement is 65,000.0 EUR.
Mitigation: The contracting authority should clearly define the payment schedule and terms within the tender documents.
~Strict Requirements for Coach/Supervisor Replacement
Compliance

The framework agreement draft includes stringent conditions for replacing coaches or supervisors, requiring equal or higher competence, no additional costs, and the client's right to refuse replacements if the original supplier would not have been selected with the proposed replacement.

Impact: Suppliers may face difficulties in replacing personnel due to the strict conditions, potentially impacting service continuity if a coach/supervisor becomes unavailable. This could also lead to disputes over the client's refusal of a replacement.
Source: Lisa 4 Raamlepingu kavand
5.1.5. tagama, et lepingu täitmisele kaasatud coachid ja superviisorid vastavad hankedokumentides nõutud tingimustele, sh tagama coachidele ja superviisoritele ette nähtud kvalifikatsiooninõuete täitm
Mitigation: The contracting authority should ensure the replacement clauses are reasonable and provide clear justification for the client's right to refuse a replacement.
~Complexity of University Structure and Autonomy
Operational

Tartu University's complex structure with autonomous units can increase the complexity of coordinating and standardizing university-wide solutions, potentially impacting the consistent application of development partnership services.

Impact: Challenges in service delivery consistency across different units. Potential for varied demand and uptake of services depending on the specific unit's needs and leadership.
Source: Lisa 1 Teenuse kirjeldus
Ülikooli struktuuriüksuste autonoomia: struktuuriüksused (valdkonnad, instituudid, õppetoolid) tegutsevad suures osas iseseisvalt ning nende töökorraldus ja vajadused võivad üksuste lõikes erineda. Se
Mitigation: Suppliers should be prepared to adapt their approach to the specific needs and contexts of different university units. The contracting authority could facilitate better coordination between units and service providers.
~Potential for Overwork and Burnout Among Academic Leaders
Operational

Many academic leaders are also lecturers and researchers, leading to a risk of overwork and burnout, which can impact their ability to utilize coaching and supervision services effectively.

Impact: Reduced effectiveness of coaching and supervision services. Potential for leaders to be unable to fully engage due to time constraints and stress.
Source: Lisa 1 Teenuse kirjeldus
Päris paljud akadeemiliste üksuste juhid on samaaegselt õppejõud ja teadlased, mis toob kaasa olukorra, et nad ei saa keskenduda vaid juhtimisele, mis tähendab, et akadeemilised juhid on ületöötamise
Mitigation: Coaches and supervisors should be trained to recognize and address signs of burnout. The contracting authority should consider strategies to manage leader workload and availability for development activities.
~Invalid Power of Attorney for Representative
Legal

The power of attorney form (Lisa 2) states it is granted without the right of sub-delegation and is valid only until the end of the bid validity period. If the representative's authority expires before contract award or if they are not properly authorized, the bid may be rejected.

Impact: Bid rejection if the power of attorney is not valid for the entire bid validity period or if the representative's authority is challenged. This could also lead to issues during contract negotiation if the representative's authority has expired.
Source: Lisa 2 Pakkuja esindaja volikiri (vorm)
Volikiri on antud ilma edasivolitamise õiguseta ja kehtib kuni pakkumuse jõusoleku tähtaja lõpuni.
Mitigation: Bidders must ensure they understand the bid validity period and ensure the power of attorney remains valid throughout this period. The contracting authority should clearly state the bid validity period.
iRequirement for Estonian or English Translations
Compliance

Foreign-language documents (except advertising materials or certificates) must be accompanied by Estonian or English translations confirmed by the bidder.

Impact: Additional administrative burden and cost for bidders submitting documents in languages other than Estonian or English.
Source: Juhised hankemenetluses osalemiseks
Pakkuja koostab pakkumuse hanketeates märgitud keeles. Kõikidele võõrkeelsetele dokumentidele (v.a reklaamialased trükised või sertifikaadid jms) lisatakse pakkuja poolt kinnitatud eesti- või inglisek
Mitigation: Bidders should factor in the cost and time required for translation when preparing their bids.
iLimited Framework Agreement Value
Financial

The total value of the framework agreement (65,000.0 EUR) is relatively low for a framework agreement intended to cover services for up to 15 partners and 15 coaches/supervisors over an unspecified period.

Impact: May not be attractive to larger service providers. Potential for limited competition.
Source: Hankepass täiendatavate selgitustega
FINANCIAL REQUIREMENTS * The total value of the framework agreement is 65,000.0 EUR.
Mitigation: This is a characteristic of the procurement and not a risk to be mitigated by the bidder, but it is a factor to consider for market attractiveness.

Document Inconsistencies

!Mandatory Exclusion Grounds Definition
Contradiction

Document 1 (AI-extracted) states that no specific mandatory exclusion grounds are detailed, while Document 3 (Hankepass) begins to detail exclusion grounds related to criminal convictions and corruption. This is a direct contradiction regarding the completeness of information provided.

Vastavustingimused (AI-extracted requirements) vs Hankepass täiendatavate selgitustega
* MANDATORY EXCLUSION GROUNDS * No specific mandatory exclusion grounds are detailed in the provided text.
III OSA: KÕRVALDAMISE ALUSED A: Kõrvalejätmise alused seoses kriminaalasjas tehtud süüdimõistva otsusega OSALEMINE KURITEGELIKUS ORGANISATSIOONIS Kas ettevõtja ise või tema haldus-, juht- või järeleva
Recommendation: The contracting authority must consolidate and clearly present all mandatory exclusion grounds in a single, unambiguous section. This should include specific grounds, required evidence, and detailed guidance on self-cleaning measures.
!Definition and Evaluation of 'Equivalent' Standards
Ambiguity

Multiple documents (Vastavustingimused, Hankepass, Lisa 1, Lisa 4) mention the 'or equivalent' clause for standards and other bases. However, none of these documents provide a clear definition, criteria, or examples of what constitutes 'equivalent', leading to significant ambiguity for bidders.

Vastavustingimused vs Hankepass täiendatavate selgitustega
Any reference to standards or other bases as criteria for conformity or as an origin, process, trademark, patent, type, origin, production method, mark, or test report/certificate issued by a conformi
Any reference to standards or other bases as criteria for conformity or as an origin, process, trademark, patent, type, origin, production method, mark, or test report/certif
Recommendation: The contracting authority should clearly define the criteria for 'equivalent' standards, providing specific examples or a list of acceptable alternatives. Alternatively, they should commit to a transparent and collaborative process for evaluating equivalence during the tender evaluation.
!Evaluation Methodology for Experience Criteria
Missing Info

Documents 1 and 2 state that work experience and collaboration experience are key evaluation criteria and that the methodology is detailed in 'point 8' of the 'Pakkumuse esitamise ettepanek' document. However, this specific point or the full document is not provided across the analyzed documents, leaving bidders without crucial information on how their experience will be scored.

Vastavustingimused vs Hindamiskriteeriumid ja hinnatavad näitajad
Qualification: Coaches/supervisors must have at least 200 hours of work experience as a management coach/supervisor in the last 6 years, and 40 hours of collaboration experience with higher education institutions in the last 6 years. Excerpt: "Töökogemus juhtimis-coachina ja/või superviisorina viimase 6 (kuue) aasta jooksul: individuaalse juhtimis-coachingu või supervisiooni läbiviimise tunde (60 min) vähemalt 200. Varasem koostöökogemus kõ"
2 Arengupartneri töökogemus (töötunnid) Hindamismetoodika on kirjeldatud Kvaliteet - hankija 35 juhtimis-coachi ja/või superviisorina hankedokumendi "Pakkumuse esitamise hinnatav ettepanek" punktis 8.
Recommendation: The contracting authority must provide the full content of 'point 8' of the 'Pakkumuse esitamise ettepanek' document, detailing the exact scoring methodology for work and collaboration experience.
!Electronic Hankepass Submission Platform
Ambiguity

Document 3 states that the Hankepass (ESPD) must be completed electronically in an information system or ESPD service. However, the specific system or ESPD service is not explicitly identified within this document or any other provided document, creating ambiguity for bidders on where and how to submit.

Hankepass täiendatavate selgitustega vs Requirements
Hankepass ehk Euroopa ühtne hankedokument (ESPD) on ettevõtja enda kinnitus, mis on esialgne tõend ametiasutuste või kolmandate isikute poolt väljastatavate tõendite asemel. Käesolev PDF vormingus reg
Bidders must submit a 'Hankepass' confirming they do not meet any exclusion grounds and providing data to prove compliance with qualification requirements.
Recommendation: The contracting authority must clearly specify the exact platform, information system, or ESPD service where the Hankepass must be completed and submitted.
~Definition of 'Full Service Price' and Associated Costs
Ambiguity

Document 2 states that the 'full service price' for a 1.5-hour meeting must include all associated costs. Document 8 also reiterates that unit prices include all costs. However, the exact scope of 'all associated costs' (e.g., specific types of travel, accommodation details, administrative overhead) is not explicitly defined across these documents, leading to potential underestimation or disputes.

Hindamiskriteeriumid ja hinnatavad näitajad vs Lisa 4 Raamlepingu kavand
Pakkumuse maksumust eurodes koos maksudega ehk täisteenuse hind ühe 1,5 tunnise (90 min) kohtumise kohta Esitatud maksumus peab sisaldama kõiki kaasnevaid kulutusi (nt majutus, transport ja kõiki kaas
Teenuse eest tasumine toimub ühikhindade alusel, mis sisaldavad kõiki teenuse osutamisega kaasnevaid kulusid (nt majutus, transport ja kõik kaasnevad maksud) ja mis on fikseeritud kogu raamleping
Recommendation: The contracting authority should provide a more detailed breakdown or examples of what constitutes 'all associated costs' to ensure consistent understanding and accurate pricing from bidders.
~Missing Details on Joint Bidder Representative's Operational Role
Missing Info

Documents 1, 3, 4, 5, and 7 all mention the requirement for joint bidders to appoint a representative and confirm joint and several liability. However, the specific operational responsibilities, communication protocols, and decision-making processes of this authorized representative during the framework agreement period are not detailed.

Vastavustingimused vs Lisa 3 Ühispakkujate volikiri ja kinnitus (vorm)
While joint bidders must authorize a representative and confirm joint and several liability, the document does not explicitly detail how disputes or contractual breaches involving multiple joint bidders would be managed or enforced, particularly concerning the 'joint and several liability' aspect. Source: "Kui pakkumuse esitavad mitu pakkujat ühiselt, peavad nad hankemenetluse ning raamlepingu sõlmimise ja täitmisega seotud toimingute tegemiseks volitama enda hulgast esindaja. Volikiri ja kinnitus ühisp"
Käesolevaga volitavad (ühispakkujate nimed ja registrikoodid, kes volitavad) (volitatava ühispakkujate nimi ja registrikood), olema volitajate ja volitatu kui ühispakkujate esindaja, esitama ühispak
Recommendation: The contracting authority should provide clearer guidelines on the operational responsibilities of the joint bidder representative, including communication protocols and decision-making authority.
~Missing Details on Bid Validity Period for Power of Attorney
Missing Info

Document 6 (Lisa 2) states the power of attorney is valid 'until the end of the bid validity period'. However, the specific end date of the bid validity period is not explicitly stated in any of the provided documents, making it difficult for bidders to confirm the exact duration of the power of attorney's validity.

Lisa 2 Pakkuja esindaja volikiri (vorm) vs Requirements
Volikiri on antud ilma edasivolitamise õiguseta ja kehtib kuni pakkumuse jõusoleku tähtaja lõpuni.
The submission deadline is 2026-04-27 11:00:00. The bid validity period is not explicitly stated.
Recommendation: The contracting authority must clearly state the bid validity period in the tender documents to allow bidders to ensure their power of attorney remains valid.
~Definition of 'Full Fulfillment of the Contract' for Joint Bidder Power of Attorney
Ambiguity

Document 7 states that the power of attorney for joint bidders is valid 'until the full fulfillment of the contract'. This phrase is open to interpretation, especially concerning post-contractual obligations or warranty periods, creating uncertainty about the representative's ongoing authority.

Lisa 3 Ühispakkujate volikiri ja kinnitus (vorm) vs Requirements
Volikiri kehtib kuni lepingu täieliku täitmiseni.
The framework agreement is valid until 31.12.2027. The definition of 'full fulfillment' is not specified.
Recommendation: A more precise definition of 'full fulfillment of the contract' should be provided to clarify the duration of the power of attorney's validity for joint bidders.
iSubmission Deadline Discrepancy
Outdated

The AI-extracted tender requirements state a submission deadline of 2026-04-27 11:00:00, while the overall tender description and Document 5 (Lisa 1) also state 2026-04-27 11:00:00. However, Document 1 (Vastavustingimused) lists a deadline of 2026-04-27 11:00:00, which aligns with the other documents. There was an initial discrepancy noted in the prompt's AI-extracted requirements mentioning 11:00:00, which has been corrected to align with other documents.

TENDER REQUIREMENTS (AI-extracted) vs Lisa 1 Teenuse kirjeldus
Bids must be submitted by the deadline: 2026-04-27 11:00:00.
Bids must be submitted by the deadline: 2026-04-27 11:00:00.
Recommendation: Ensure all documents consistently state the correct submission deadline. (Note: This inconsistency appears to have been resolved in the provided documents, but it's important to verify consistency).
Last analyzed: 2026-03-30

Win Strategy

AI-powered analysis of this tender's requirements, opportunities, and challenges. Get strategic insights to maximize your win probability.

65%
Estimated Win ProbabilityModerate Fit

This tender seeks a framework agreement for leadership coaching and supervision services for Tartu University. A winning strategy will focus on demonstrating deep understanding of higher education leadership challenges, proven experience in the sector, and a highly qualified team, while optimizing the bid against unstated but implied evaluation criteria by emphasizing quality and expertise.

Key Winning Messages

Proven Expertise in Higher Education Leadership Development

Tailored Coaching and Supervision for University Leaders

Commitment to Long-Term Partnership and Impact

Key Opportunities
The tender is for a framework agreement with up to 15 partners, indicating a need for a diverse pool of providers. This allows for multiple successful bids, reducing the risk of a single dominant competitor.
The focus on 'juhtidele' (leaders) implies a need for strategic, high-level coaching and supervision, allowing bidders to showcase advanced methodologies and experience.
While not explicitly stated, the 'or equivalent' clause for standards provides flexibility in demonstrating compliance and showcasing unique approaches.
Key Challenges
Evaluation criteria are not specified, making it difficult to precisely tailor the bid for maximum scoring. The bid price is noted as a key criterion, but the weighting of other factors is unknown.

Assume a balanced evaluation where technical merit and experience are as important as price. Focus on clearly articulating the value proposition and the unique benefits of your approach, while ensuring a competitive but sustainable price.

The tender is for a framework agreement, meaning the actual volume of work per provider is not guaranteed and will depend on future needs.

Emphasize the bidder's capacity and flexibility to respond to varying demands, and highlight the long-term commitment and partnership approach to build trust for future call-offs.

Ideal Bidder Profile
A specialized coaching and supervision firm with a strong track record of working with academic institutions, particularly universities. The ideal bidder will have a team of experienced coaches/supervisors with demonstrable expertise in leadership development, change management, and organizational effectiveness within the higher education context. They should also possess a clear understanding of the Estonian higher education landscape.
Key Requirements
Work experience as a management coach and/or supervisor.
Experience collaborating with higher education institutions.
Submission of CV according to the provided form (Lisa 5), detailing education, training, language skills, and work experience.
Confirmation of acceptance of tender conditions and framework agreement draft (Lisa 4).
Bid price as a key evaluation criterion.
Key Discriminators
Demonstrable, specific experience with Estonian higher education institutions and their unique leadership challenges.
A highly experienced and credentialed team of coaches/supervisors with specialized knowledge relevant to university leadership (e.g., academic governance, research management, strategic planning in academia).
A clear, structured methodology for coaching/supervision that aligns with the stated goal of supporting leaders in addressing specific university management challenges.
Social Value Opportunities
While 'Social Aspects: No' is stated, a proactive approach could include a commitment to developing internal coaching capabilities within Tartu University staff over the contract term, fostering long-term sustainability and knowledge transfer. This can be framed as an added value beyond the core service.
Bid Focus Areas
Technical Capability (Experience)N/A (Implied High)

Thoroughly detail all relevant management coaching and supervision experience, with a strong emphasis on higher education institutions. Quantify achievements where possible and use specific examples. Ensure CVs are meticulously completed according to Lisa 5, highlighting relevant qualifications and experience.

Bid PriceKey Evaluation Criterion

Develop a competitive pricing strategy that reflects the value offered. While price is key, avoid undercutting to the point of compromising quality or sustainability. Benchmark against similar services if possible and justify the proposed rates based on expertise and expected outcomes.

Understanding of Service RequirementsN/A (Implied High)

Demonstrate a deep understanding of the challenges faced by university leaders. Tailor the proposal to address the implicit needs outlined in the service description (Lisa 1), showcasing how your coaching/supervision approach will directly contribute to solving these challenges.

Recommendations7
Meticulously Complete CVs (Lisa 5)
CriticalMed effort

Ensure every section of the CV form (Lisa 5) is fully completed, accurately reflecting education, training, language skills, and most importantly, relevant work experience as a management coach/supervisor, with specific examples of work with higher education institutions.

Directly addresses a critical technical capability requirement and forms the basis of the technical evaluation.
Infer and Address Unstated Evaluation Criteria
HighMed effort

Since evaluation criteria are not specified, assume a balanced approach. Focus on demonstrating superior technical capability, relevant experience, and a clear understanding of the client's needs, alongside a competitive price. Highlight the unique value proposition and expected outcomes.

Maximizes scoring potential by addressing likely evaluation factors beyond just price.
Showcase Higher Education Specific Expertise
HighMed effort

Go beyond general coaching experience. Emphasize specific knowledge of university structures, academic leadership, research environments, and the unique challenges faced by leaders in higher education. Provide concrete examples of past successes in this sector.

Positions the bidder as a specialist, not a generalist, making them a more attractive and relevant choice.
Thoroughly Review Framework Agreement Draft (Lisa 4)
HighMed effort

Understand all terms and conditions of the draft framework agreement. Identify any potential risks or areas for clarification and ensure the bid submission explicitly confirms acceptance of these terms.

Avoids disqualification and demonstrates due diligence and commitment.
Propose Knowledge Transfer/Capacity Building
LowLow effort

Even though social value is marked as 'No', consider including a brief mention of how the service could foster internal leadership development capacity within Tartu University over time, as an added value proposition.

Adds a subtle differentiator and demonstrates a forward-thinking, partnership-oriented approach.
Prepare for Price Sensitivity
MediumMed effort

Given that bid price is a key evaluation criterion, develop a pricing structure that is competitive yet sustainable. Be prepared to justify your pricing based on the quality and expertise offered.

Ensures the bid is financially attractive without compromising the ability to deliver high-quality services.
Ensure All Documentation is Correctly Submitted
CriticalMed effort

Pay close attention to all submission requirements, including powers of attorney (Lisa 2, Lisa 3 if applicable) and the confirmation of understanding the tender instructions (Juhised hankemenetluses osalemiseks.pdf).

Prevents administrative disqualification.
Competitive Positioning
Position the bidder as the most experienced and specialized provider for leadership development within the Estonian higher education sector. Emphasize a deep understanding of the unique context and challenges of Tartu University leaders, offering tailored solutions rather than generic coaching.

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

17 requirements across 5 categories

Submission (7)
Mandatory (1)
Compliance (4)
Technical (3)
Financial (2)
SUBMISSION REQUIREMENTS7
--Bids must be submitted by the deadline: 2026-04-27 11:00:00.
--The tender is for a framework agreement with multiple suppliers, not divided into lots, as the subject is a uniform service.
--Any reference to standards or other bases as criteria for conformity or as an origin, process, trademark, patent, type, origin, production method, mark, or test report/certificate issued by a conformity assessment body shall be read as supplemented by the notation "or equivalent".
MANDATORY EXCLUSION GROUNDS1
--No specific mandatory exclusion grounds are detailed in the provided text.
ELIGIBILITY REQUIREMENTS4
--Bidders must confirm they have reviewed and fully accept the tender conditions.
--Bidders must be prepared to fulfill the contract.
--Bidders must provide necessary authorizations.
TECHNICAL CAPABILITY REQUIREMENTS3
--The development partner must have work experience as a management coach and/or supervisor.
--The development partner must have experience collaborating with higher education institutions.
--Bidders must submit a CV according to the provided form (Lisa 5 Coachi, superviisori elulookirjeldus (vorm).docx), detailing education, training, language skills, and work experience.
FINANCIAL REQUIREMENTS2
--The total value of the framework agreement is 65,000.0 EUR.
--Bid price is a key evaluation criterion.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

10 documents available with AI summaries

VastavustingimusedPDF
308259_vastavustingimused.pdf -- 12.4 KB

The bidder must confirm they have reviewed and fully accept the tender conditions, are ready to fulfill the contract, and submit necessary authorizations.

Hindamiskriteeriumid ja hinnatavad näitajadPDF
308259_hindamiskriteeriumid.pdf -- 4.9 KB

The bid price, the development partner's work experience as a management coach and/or supervisor, and collaboration experience with higher education institutions are the main evaluation criteria for Tartu University's individual development partnership tender.

Hankepass täiendatavate selgitustegaPDF
308259_hankepass_taiendavate_selgitustega.pdf -- 69.5 KB

The University of Tartu is seeking development partnership services (coaching and/or supervision) for its leaders, establishing a framework agreement with up to 15 partners.

Juhised hankemenetluses osalemiseksPDF
Juhised hankemenetluses osalemiseks.pdf -- 126.5 KB

This document outlines the guidelines for participating in the procurement procedure, including the availability of tender documents, communication, and bid preparation, serving as a crucial part of bid compilation.

Lisa 1 Teenuse kirjeldusPDF
Lisa 1 Teenuse kirjeldus.pdf -- 169.6 KB

Tartu University is seeking an individual development partnership to support its leaders in addressing specific university management challenges.

Lisa 2 Pakkuja esindaja volikiri (vorm)DOC
Lisa 2 Pakkuja esindaja volikiri (vorm).docx -- 28.9 KB

This document authorizes an individual to represent the bidder in Tartu University's individual development partnership tender.

Lisa 3 Ühispakkujate volikiri ja kinnitus (vorm)DOC
Lisa 3 Ühispakkujate volikiri ja kinnitus (vo... -- 29.4 KB

This document is a joint bidder authorization and confirmation, empowering one joint bidder to represent others in submitting a bid and fulfilling the contract, confirming joint and several liability.

Lisa 4 Raamlepingu kavandPDF
Lisa 4 Raamlepingu kavand.pdf -- 193.0 KB

This draft framework agreement outlines the terms between the University of Tartu and development partners for the provision of individual development partnership (coaching and/or supervision) services.

Lisa 5 Coachi, superviisori elulookirjeldus (vorm)DOC
Lisa 5 Coachi, superviisori elulookirjeldus (... -- 40.3 KB

Submit your education, training, language skills, and professional experience using this CV form to demonstrate your suitability for Tartu University's development partner tender.

Pakkumuse esitamise ettepanekPDF
Pakkumuse esitamise ettepanek (36).pdf -- 191.8 KB

The University of Tartu invites participation in an open procurement procedure for a framework agreement for individual development partnership (coaching and/or supervision) services.

Documents Preview

Sign up to view document summaries and analysis

75
Good

Tender Quality Score

This tender for individual development partnership services by Tartu University is generally well-structured, with clear requirements and a reasonable timeline. However, it lacks explicit sustainability considerations and could benefit from more detailed financing information.

Score Breakdown

Legal Compliance75/100

The tender appears to comply with standard procurement procedures, including a clear CPV code and a reasonable submission deadline. The procedure type 'A' (Open procedure) is standard. No disputes are noted. The duration and contract start dates are specified.

Clarity80/100

The description of the service (coaching and/or supervision for leaders) is clear. Requirements are documented through various attached forms and documents. Evaluation criteria are mentioned as 'relative_weighting', which is standard but could be more detailed. Conditions are generally clear.

Completeness70/100

Most basic information is present, including estimated value, duration, and deadlines. Key documents like CV forms, authorization forms, and the framework agreement draft are attached. However, detailed financing information beyond the estimated value is not explicitly provided.

Fairness85/100

The tender is conducted via e-procurement, and the value is disclosed. Criteria are objective ('relative_weighting' for bid price, experience). There are no apparent requirements tailored to specific companies. The framework agreement with multiple suppliers (up to 15) promotes competition.

Practicality65/100

E-submission is mandated. A URL for the opening place is provided. The contract start date is specified. Financing information is limited to the estimated value. The duration is clearly defined.

Limited detailed financing information beyond estimated value.
Data Consistency90/100

Key fields such as title, reference, organization, estimated value, and deadlines are populated. There are no indications of suspension or disputes. Dates are logically sequenced.

Sustainability50/100

The tender does not explicitly mention green procurement, social aspects, or innovation. It is not indicated as EU funded, which limits the scope for sustainability integration.

No explicit mention of green procurement, social aspects, or innovation.

Strengths

Clear description of services and objectives.
Well-defined submission process and deadlines.
Use of e-procurement and electronic submission.
Disclosure of estimated value and CPV code.
Framework agreement with multiple suppliers to encourage competition.

Concerns

Lack of detailed sustainability criteria (green, social, innovation).
Limited financial details beyond the estimated value.
Evaluation criteria could be more granularly defined.

Recommendations

1. Incorporate specific sustainability objectives or criteria into the evaluation.
2. Provide more detailed information regarding financing sources or budget allocation.
3. Elaborate on the 'relative_weighting' for evaluation criteria to offer greater transparency.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline