Identify potential risks, inconsistencies, and red flags across all tender documents. Get a detailed risk report with severity levels and mitigation recommendations.
LoginAI-powered analysis of this tender's requirements, opportunities, and challenges. Get strategic insights to maximize your win probability.
This tender requires a highly cost-competitive bid with a strong emphasis on operational efficiency and reliability. Bidders must leverage their existing vessel capabilities and demonstrate a robust plan for substitute vessel provision, while also incorporating a compelling social value proposition to secure maximum evaluation points.
Unrivaled Cost Efficiency: Delivering the most economically advantageous solution for the Estonian Ministry of Rural Affairs.
Operational Excellence and Reliability: Ensuring seamless, high-quality ferry services across all designated routes with robust contingency planning.
Commitment to Community and Sustainability: Investing in local talent and contributing to the social fabric of the island communities.
Conduct thorough cost analysis, optimize operational efficiency, explore economies of scale by consolidating services, and consider the long-term value of securing a significant public service contract.
Identify and secure a suitable substitute vessel early in the bidding process. If direct ownership is not feasible, establish firm agreements with third-party providers. Clearly articulate the technical specifications and operational readiness of the substitute vessel.
Develop a comprehensive operational plan that addresses scheduling, capacity management, maintenance, and contingency measures for disruptions. Clearly demonstrate the ability to meet and exceed service level expectations.
Develop a highly aggressive and cost-optimized bid. Conduct a granular cost breakdown, identify all potential cost savings, and ensure the submitted price is the lowest possible while maintaining operational viability. Leverage economies of scale from operating all routes under one contract.
Secure a substitute vessel with a capacity significantly exceeding the minimum requirement of 10 passengers. Aim for a vessel that can comfortably handle peak demand and offers flexibility across different routes. Clearly articulate its capacity and operational readiness.
Guarantee a replacement vessel with an ice class equivalent to or better than IA for the entire contract duration. Provide irrefutable documentation and confirmation from the vessel owner or operator to meet this criterion.
Ensure the proposed substitute vessel is a two-way vessel and provide clear documentation (e.g., General Arrangement Plan) demonstrating this capability. This offers greater operational flexibility and efficiency.
Commit to the minimum requirement of one paid internship per year. Ensure the internship is at least 4 weeks long and that the application process is clearly communicated and accessible to students.
Given the 78% weighting of total bid cost, meticulously analyze all cost components to submit the lowest possible price. This involves optimizing vessel utilization, fuel efficiency, crewing, and maintenance schedules. Explore potential synergies across the three ferry lines to achieve economies of scale.
Identify and secure a substitute vessel that meets or exceeds the ice class (IA equivalent or better) and two-way operational requirements. Provide comprehensive technical documentation, including General Arrangement Plans, to prove compliance. Aim for a capacity significantly above the minimum 10 passengers to gain additional points.
Leverage the fact that the tender is not divided into lots. Present a unified operational plan that demonstrates how managing all three routes under one contract leads to greater efficiency, cost savings, and a more consistent service quality compared to fragmented operations.
While the minimum requirement is 1 internship per year, consider offering more or extending the duration. Clearly outline the application process and the benefits for students. This demonstrates a stronger commitment to social value and can be a subtle differentiator.
Carefully review the technical specifications and operating hours of the provided ferries ('Soela', 'Kihnu Virve', 'Ormö'). Understand their limitations and operational characteristics to ensure your proposed schedule and capacity volumes are realistic and achievable, and to identify any potential operational challenges.
Familiarize yourself with the provided reporting forms for ferry line service data and public line transport reporting. Ensure your internal systems can accurately capture and report trip data, mileage, line time, and fuel quantities as required by the contracting authority.
Beyond meeting the minimum requirements, highlight any additional benefits your substitute vessel offers, such as enhanced safety features, greater fuel efficiency, or improved passenger comfort, even if not directly scored.
Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.
Login28 requirements across 5 categories
Sign up to view complete requirements and analysis
24 documents available with AI summaries
The contracting authority will check subcontractors' backgrounds regarding criminal organization membership and corruption, requiring relevant explanations and evidence.
This document outlines requirements for submitting joint bids, confirming bid compliance, marking trade secrets, and proving equivalency.
Bidders must submit detailed costings for ferry line services using an Excel form, including periodic fees, per-trip fees, and total costs.
Bidders must submit a detailed form outlining their substitute vessel's technical specifications and ownership rights to demonstrate contract fulfillment capability.
The tender evaluation criteria outline how various factors, including cost, replacement vessel characteristics, and the provision of internships, will influence the overall score of a bid.
The procurement pass is an initial self-declaration by the economic operator, containing the contracting authority's stipulated conditions and expected responses, but is not intended for completion.
This document is a price offer form where bidders must submit the periodic fee, per-trip fee, and total cost for ferry line services, excluding VAT.
Submit the budget for ferry line revenues and expenses according to the provided form, which includes fixed costs for different routes and vessels.
The tender seeks a ferry line service, providing a specific timetable and transport capacity for the Rohuküla-Sviby route.
Bidders must submit data regarding the ferry service schedule and cargo capacity as presented in this annex, as part of the tender for the small island ferry line service.
This document outlines the ferry schedule and transport capacity for the Sõru-Triigi route, crucial for bid preparation.
This document provides public route service statistics for 2023-2025, crucial for ferry route service tender bidders.
This document is a draft public service contract for passenger transport, outlining the terms and appendices for ferry line services.
This document provides the operating hours of the main engines of state-owned vessels as of 31.12.2025, which is important information for potential bidders to assess the condition of the vessels.
This document is a public line service report form requiring detailed reporting of performed voyages, mileage, service time, and fuel quantities on a ferry route.
This document is a reporting form used for collecting and submitting data on ferry line service trips.
This document outlines the terms and conditions for the use of the passenger ferry 'Ormsö', including contract duration, user responsibilities for asset preservation and costs, and the handover process.
This document details the technical specifications of the ferry 'Ormö', including its dimensions, machinery, passenger and cargo capacity, and safety and rescue equipment, crucial for providing ferry line services.
This document outlines the terms and conditions for the use of the passenger ferry 'Kihnu Virve', including its usage and return procedures for fulfilling a public service contract.
This document details the technical specifications of the ferry 'Kihnu Virve', which bidders must consider when offering ferry line services.
This document outlines the terms and conditions for the use of the passenger ferry 'Soela', including its operation, maintenance, and return, in accordance with state and public transport laws.
This document details the technical specifications of the ferry 'Soela', including its dimensions, machinery, passenger and cargo capacity, and fire-fighting and rescue equipment, which is crucial for the ferry line service tender.
The bidder must submit a form confirming the existence or right to use a replacement vessel, including detailed information about the vessel's technical specifications.
The Ministry of Regional Affairs and Agriculture is inviting bids for a public service contract for passenger ferry services on the routes Rohuküla – Sviby, Kihnu – Munalaid and Munalaid – Manilaid, Sõru – Triigi.
Sign up to view document summaries and analysis
This tender for ferry services is well-structured with clear technical requirements and financial information. However, it could benefit from explicit inclusion of sustainability criteria.
The tender generally adheres to legal compliance, with a clear procedure, proper CPV code, and reasonable deadlines. The mention of 'Negotiation Allowed' might require careful handling to ensure fair practice. No disputes are indicated. The estimated value is disclosed and within limits. Contract start date is clearly defined.
The description of the ferry routes is clear, and the AI-extracted requirements provide detailed technical and financial specifications. Annexes are provided for schedules, capacities, and vessel technical data. Evaluation criteria are based on relative weighting, indicating a clear assessment methodology.
Most basic information is present, including deadlines, value, and duration. A substantial number of documents (25) are attached, covering technical specifications, contract forms, and reporting. However, the 'Hankepass rahvusvahelises formaadis (ESPD) v2.0 laiendatud' is not AI-analyzable, and 'Hankepass täiendatavate selgitustega' is noted as not required to be filled, which may cause some confusion.
Full document access is provided, and the estimated value is disclosed. E-submission and e-procurement are mandated. The criteria for evaluation are described as relative weighting, suggesting objectivity. Joint bids are permitted, and exclusion grounds are clearly stated. No requirements appear tailored to specific companies.
The tender specifies e-submission and e-procurement. A clear contract start date is provided. Financing information is not explicitly detailed, but the estimated value is given. The duration is defined by 'PERIOD' and the tender is valid for 6 months. The opening place is an e-procurement portal URL.
Key fields like title, reference, organization, dates (reveal, submission, opening, contract start), and value are populated and appear consistent. No suspension or disputes are flagged. The dates for contract start (2027-04-01) and tender validity (6 months) are logically sequenced relative to the submission deadline (2026-04-22).
The tender mentions 'Social Criteria' and 'Green procurement' is listed as 'Not green procurement' in the AI check. There is no explicit focus on innovation. It is not explicitly stated as EU funded, although implied by the e-procurement platform and value.
Sign up to view complete requirements and analysis
No credit card required • Setup in 2 minutes
Our procurement experts prepare everything. Proven to work — you review, approve, and submit.
Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.
No credit card required