Kattava riskien arviointi, joka kattaa asiakirjojen epäjohdonmukaisuudet, tarjousriskit ja valmiuden arvioinnin.
This comprehensive risk analysis reveals several critical and high-severity risks primarily stemming from missing crucial documentation and inconsistencies across tender documents. Key concerns include the lack of a detailed technical specification, ambiguous evaluation criteria beyond lowest price, and potential compliance issues related to sanctions and exclusion grounds. The pricing structure also presents risks due to its lack of transparency. Addressing these gaps and inconsistencies is paramount for a successful and compliant procurement process.
The tender document explicitly states that any bid resulting in a contract void under RSanS § 7 lg 1, referencing EU Council Regulation (EU) 2022/576, will be rejected. Bidders must confirm they will not engage subcontractors or suppliers who are Russian citizens, residents, or entities established in the Russian Federation, or entities more than 50% owned by such persons/entities, or acting on their instructions. Document 1 states this applies to subcontractors or suppliers for more than 10% of the contract value. This creates a critical compliance risk if not meticulously adhered to.
The definition of 'other numerical indicators characterizing the bid' for services, which cannot be declared as a business secret, could be open to interpretation. This may lead to disputes if the contracting authority disagrees with a bidder's classification of information as a business secret, particularly concerning evaluation criteria.
The evaluation focuses solely on the total 24-month cost, with bidders submitting a single monthly unit price for two locations. There is no requirement for a detailed breakdown of costs per service type (manned vs. technical security) or per month. This lack of transparency could hide inflated costs or lead to sustainability issues.
The 'Hankepass' document outlines exclusion grounds but provides only partial information for the corruption ground (RHS § 95 lg). The full text and details for this ground are missing, potentially leading to misinterpretation or non-compliance by bidders.
The selection of the winning bid is based solely on the lowest price, as indicated in both 'Hindamiskriteeriumid ja hinnatavad näitajad' and 'Pakkumuse esitamise ettepanek'. This approach may not adequately account for quality, experience, or other crucial service delivery factors, potentially leading to suboptimal service provision.
Document 6 states the contract duration is 25 months, while the service provision period is 24 months starting from 16.06.2026. This discrepancy creates ambiguity regarding the exact end date of obligations and final payments.
The contract (Document 5) explicitly states that the contractor's more detailed obligations are outlined in Annex 1 (Technical Specification). Without access to Annex 1, the full scope of operational requirements, quality standards, and specific duties is unknown.
The exclusion of 'other numerical indicators characterizing the bid' for services from being declared as a business secret (Document 1) is vague. This could lead to disputes if bidders attempt to protect cost-related data that the contracting authority deems relevant for evaluation.
The tender process is exclusively electronic. The contracting authority disclaims responsibility for issues arising from the e-environment beyond their control, including force majeure, power outages, or internet disruptions affecting either party.
While the contract states headings do not affect interpretation, the overall clarity of the contract's structure and the interplay between different sections, especially with Annex 1, could lead to differing interpretations.
The contract allows for separate payment of additional/exceptional services with prior approval, but the process and definition of 'exceptional' are not detailed, potentially leading to disputes over payment for unforeseen services.
The contracting authority may reject bids that do not meet tender conditions, with the interpretation of 'substantial deviation' being subjective. This poses a risk for bids that might have minor, unintentional deviations.
The broad authority granted to the authorized representative for joint bidders lacks explicit limits, potentially leading to disputes if the representative acts beyond the intended scope or if there are disagreements among joint bidders.
The tender requires the bid cost to be presented according to a specific structure provided on the 'Evaluation Criteria and Indicators to be Assessed' worksheet. Failure to adhere to this exact structure could lead to non-compliance or difficulties in evaluation.
Bidders must confirm compliance with point 3 of the technical specification. The content of point 3 is not provided in Document 1, creating a risk if the bidder misunderstands or fails to meet these specific technical requirements.
If the bid submitter is not a registered board member with representation rights, a power of attorney is required. Details of authorized representatives not visible in the commercial register must also be provided. Failure to submit correct documents can lead to bid rejection.
The evaluation method relying on a single monthly unit price multiplied by 24 might incentivize bidders to set an artificially low initial price, potentially impacting cost sustainability or quality over the contract term.
Payment terms are 20 calendar days after invoice receipt. While standard, any delays in invoice processing or payment by the contracting authority could impact the contractor's cash flow.
The 'Hankepass' document includes a section on 'The Bidder is a Protected Workplace,' relevant for reserved procurements. However, it's unclear if this specific tender is a reserved procurement and what the implications are.
The joint bidder authorization document requires bidder name and registration code. Incomplete or inaccurate information could lead to issues in identifying responsible entities.
In case of equal scores (though scoring is only based on price here, this clause implies a potential for future scoring mechanisms or is a standard clause), the winner will be decided by a public lottery.
Document 5 (Contract Draft) explicitly states that Annex 1 (Technical Specification) contains the contractor's detailed obligations. However, Annex 1 is not provided in the tender documents analyzed. This is a critical omission as it defines the core service requirements.
Document 1 (Terms and Conditions) mandates that the bid cost must be presented according to a specific structure on the 'Evaluation Criteria and Indicators to be Assessed' worksheet. This worksheet is not provided, making it impossible to adhere to the required pricing format.
Document 3 (Hankepass) mentions exclusion grounds, including corruption (RHS § 95 lg), but only provides partial information for this ground. The full text and details are missing, creating a risk of non-compliance.
Document 6 states the contract duration is 25 months, while the service provision period is 24 months. Document 5 (Contract Draft) implies the contract covers the service provision and related activities. This discrepancy needs clarification.
Document 3 (Hankepass) refers to fields for financial and technical capacity descriptions but does not specify the minimum requirements or expected standards from the contracting authority.
Document 3 mentions 'self-cleaning' but does not fully detail the specific requirements for this evidence (e.g., format, content, issuer), making it difficult for bidders to provide appropriate documentation.
Document 3 includes a section on 'The Bidder is a Protected Workplace,' relevant for reserved procurements. It is unclear from the provided documents whether this specific tender is a reserved procurement and what the implications are.
Document 1 requires bidders to confirm compliance with point 3 of the technical specification. The content of point 3 is not provided in Document 1, creating a risk of misunderstanding or failure to meet requirements.
Document 2 states pricing will be evaluated 'Ilma maksudeta' (without taxes). While common, ensuring consistent understanding and application by all bidders is crucial to avoid misinterpretation and affect bid comparability.
Hanki tekoälyllä luotu voittostrategia, joka on räätälöity tähän tarjouskilpailuun. Sisältää voiton todennäköisyyspisteet, keskeiset mahdollisuudet ja haasteet, suositellut tarjouksen painopistealueet, kilpailuasemanäkemykset ja toimintasuositukset mahdollisuuksiesi maksimoimiseksi.
Kirjaudu sisäänPäivitä nähdäksesi, mitkä yritykset todennäköisesti tekevät tarjouksen tästä hankinnasta, perustuen historialliseen hankintadataan.
Kirjaudu sisäänTekoäly poimii ja järjestää kaikki vaatimukset tarjousasiakirjoista – pakolliset pätevyydet, tekniset eritelmät, taloudelliset ehdot ja toimitussäännöt – selkeästi luokiteltuna, jotta tiedät tarkalleen, mitä tarjouksen tekeminen vaatii.
Kirjaudu sisään7 asiakirjaa saatavilla AI-yhteenvedoilla
Tälle asiakirjalle ei ole saatavilla yhteenvetoa.
Tälle asiakirjalle ei ole saatavilla yhteenvetoa.
Tälle asiakirjalle ei ole saatavilla yhteenvetoa.
Tälle asiakirjalle ei ole saatavilla yhteenvetoa.
Tälle asiakirjalle ei ole saatavilla yhteenvetoa.
Tälle asiakirjalle ei ole saatavilla yhteenvetoa.
Tälle asiakirjalle ei ole saatavilla yhteenvetoa.
Rekisteröidy nähdäksesi asiakirjojen yhteenvedot ja analyysin
Kattava laatuanalyysi tästä tarjouksesta, joka pisteyttää lainmukaisuuden, selkeyden, täydellisyyden, oikeudenmukaisuuden, käytännöllisyyden, tietojen johdonmukaisuuden ja kestävyyden 0–100 asteikolla yksityiskohtaisella erittelyllä ja suosituksilla.
Kirjaudu sisäänHankinta-asiantuntijamme valmistavat kaiken. Todistetusti toimii – sinä tarkistat, hyväksyt ja lähetät.
Hei! Olen tekoälyavustajasi tässä hankinnassa. Voin auttaa sinua ymmärtämään vaatimuksia, määräaikoja, kelpoisuuskriteerejä ja tarjoamaan strategisia oivalluksia.
Luottokorttia ei vaadita