Évaluation complète des risques couvrant les incohérences documentaires, les risques de soumission et l'évaluation de la préparation.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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).
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.
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.
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.
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.
Foreign-language documents (except advertising materials or certificates) must be accompanied by Estonian or English translations confirmed by the bidder.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
Analyse IA des exigences, opportunités et défis de cet appel d'offres. Obtenez des perspectives stratégiques pour maximiser vos chances de succès.
Cet appel d'offres vise à établir un accord-cadre pour des services de coaching et de supervision de leadership pour l'Université de Tartu. Une stratégie gagnante se concentrera sur la démonstration d'une compréhension approfondie des défis de leadership dans l'enseignement supérieur, d'une expérience éprouvée dans le secteur et d'une équipe hautement qualifiée, tout en optimisant l'offre par rapport à des critères d'évaluation non énoncés mais implicites, en mettant l'accent sur la qualité et l'expertise.
Expertise éprouvée dans le développement du leadership dans l'enseignement supérieur
Coaching et supervision personnalisés pour les dirigeants universitaires
Engagement envers un partenariat et un impact à long terme
Supposez une évaluation équilibrée où le mérite technique et l'expérience sont aussi importants que le prix. Concentrez-vous sur la clarification de la proposition de valeur et des avantages uniques de votre approche, tout en garantissant un prix compétitif mais durable.
Mettez l'accent sur la capacité et la flexibilité du soumissionnaire à répondre à des demandes variables, et soulignez l'engagement à long terme et l'approche partenariale pour établir la confiance pour les futurs appels d'offres.
Détaillez minutieusement toute l'expérience pertinente en matière de coaching et de supervision de management, en mettant fortement l'accent sur les institutions d'enseignement supérieur. Quantifiez les réalisations lorsque cela est possible et utilisez des exemples spécifiques. Assurez-vous que les CV sont méticuleusement remplis conformément à Lisa 5, en soulignant les qualifications et l'expérience pertinentes.
Élaborez une stratégie de prix compétitive qui reflète la valeur offerte. Bien que le prix soit essentiel, évitez de sous-coter au point de compromettre la qualité ou la durabilité. Comparez avec des services similaires si possible et justifiez les tarifs proposés en fonction de l'expertise et des résultats attendus.
Démontrez une compréhension approfondie des défis auxquels sont confrontés les dirigeants universitaires. Adaptez la proposition pour répondre aux besoins implicites décrits dans la description du service (Lisa 1), en montrant comment votre approche de coaching/supervision contribuera directement à résoudre ces défis.
Assurez-vous que chaque section du formulaire CV (Lisa 5) est entièrement remplie, reflétant avec précision l'éducation, la formation, les compétences linguistiques et, surtout, l'expérience professionnelle pertinente en tant que coach/superviseur de management, avec des exemples concrets de travail avec des institutions d'enseignement supérieur.
Étant donné que les critères d'évaluation ne sont pas spécifiés, supposez une approche équilibrée. Concentrez-vous sur la démonstration d'une capacité technique supérieure, d'une expérience pertinente et d'une compréhension claire des besoins du client, ainsi que d'un prix compétitif. Mettez en évidence la proposition de valeur unique et les résultats attendus.
Allez au-delà de l'expérience générale en coaching. Mettez l'accent sur la connaissance spécifique des structures universitaires, du leadership académique, des environnements de recherche et des défis uniques rencontrés par les dirigeants de l'enseignement supérieur. Fournissez des exemples concrets de succès passés dans ce secteur.
Comprenez toutes les clauses et conditions du projet d'accord-cadre. Identifiez tout risque potentiel ou tout domaine nécessitant une clarification et assurez-vous que la soumission de l'offre confirme explicitement l'acceptation de ces conditions.
Même si la valeur sociale est marquée comme 'Non', envisagez d'inclure une brève mention sur la manière dont le service pourrait, au fil du temps, favoriser le développement des capacités de leadership internes au sein de l'Université de Tartu, en tant que proposition de valeur ajoutée.
Étant donné que le prix de l'offre est un critère d'évaluation clé, développez une structure de prix compétitive mais durable. Soyez prêt à justifier votre tarification en fonction de la qualité et de l'expertise offertes.
Portez une attention particulière à toutes les exigences de soumission, y compris les procurations (Lisa 2, Lisa 3 si applicable) et la confirmation de la compréhension des instructions de l'appel d'offres (Juhised hankemenetluses osalemiseks.pdf).
Passez à un plan supérieur pour voir quelles entreprises sont susceptibles de soumissionner pour cet appel d'offres, basé sur les données historiques.
Se connecter17 exigences dans 5 catégories
Inscrivez-vous pour consulter les exigences et l'analyse complètes
10 documents disponibles avec des résumés IA
The bidder must confirm they have reviewed and fully accept the tender conditions, are ready to fulfill the contract, and submit necessary authorizations.
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.
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.
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.
Tartu University is seeking an individual development partnership to support its leaders in addressing specific university management challenges.
This document authorizes an individual to represent the bidder in Tartu University's individual development partnership tender.
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.
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.
Submit your education, training, language skills, and professional experience using this CV form to demonstrate your suitability for Tartu University's development partner tender.
The University of Tartu invites participation in an open procurement procedure for a framework agreement for individual development partnership (coaching and/or supervision) services.
Inscrivez-vous pour consulter les résumés et l'analyse des documents
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.
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.
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.
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.
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.
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.
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.
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.
Inscrivez-vous pour consulter les exigences et l'analyse complètes
Aucune carte de crédit requise • Configuration en 2 minutes
Nos experts en marchés publics préparent tout. Solution éprouvée — vous relisez, validez et soumettez.
Bonjour ! Je suis votre assistant IA pour cet appel d'offres. Je peux vous aider à comprendre les exigences, les délais, les critères d'admissibilité et vous fournir des informations stratégiques.
Aucune carte de crédit requise