Skip to main content
Vous souhaitez soumissionner aux marchés publics ? Découvrez notre service de préparation TaaS
Retour aux appels d'offres

Accord-cadre pour le développement et la maintenance de l'outil d'approvisionnement de l'Administration des transports

Ouvert
Date limite
12 jours restants
Avril 16, 2026
Détails du contrat
Catégorie
Services
Référence
306270
Valeur
€700,000
Lieu
Estonia, Estonie
Publié
Février 18, 2026
Organisation
Code CPV
Critères d'évaluation
Cost per working hour for development and maintenance services without VAT50%
First stage project plan50%
Calendrier du projet

Publication de l'appel d'offres

Février 18, 2026

Date limite pour les questions

Avril 09, 2026

Date limite de soumission

Avril 16, 2026

Ouverture de l'appel d'offres

Mars 30, 2026

Probabilité de gainPRO
🔒
Passer au Professionnel
Consultez votre probabilité de gain estimée basée sur les données historiques.
Passer au Professionnel →
Intelligence acheteurPRO
🔒
Débloquer l'intelligence acheteur
Consultez les modèles de dépenses, les procédures préférées et plus encore.
Passer au Professionnel →
Aperçu du secteurPRO
🔒
Débloquer les aperçus du secteur
Consultez les prix gagnants moyens, les niveaux de concurrence et les tendances du marché.
Passer au Professionnel →
Budget
€700,000
Durée
36 mois
Lieu
Estonia
Type
Services
81
Score de qualité/100
Excellent
Référentiel de marché
Prix moyen gagnant
€187,707
Offres moyennes
2.0
Concurrence
Faible
PME gagnantes
89%
1,029 appels d'offres analysés

Description originale de l'appel d'offres

Achat de services de développement et de maintenance pour l'outil d'approvisionnement de l'Administration des transports conformément aux conditions stipulées dans les documents d'appel d'offres publics.
Soumission électronique

Analyse des risques

Évaluation complète des risques couvrant les incohérences documentaires, les risques de soumission et l'évaluation de la préparation.

Risque critique
85/100 score de risque
Préparation à la soumission
30%
3 critique9 élevé12 moyen1 faible

Résumé des risques

This comprehensive risk analysis reveals several critical and high-severity risks primarily stemming from document inconsistencies and ambiguities. Key concerns include conflicting or missing information regarding contract durations, scope definitions, and technical specifications across various documents. The lack of clarity on deadlines, maximum contract values, and specific technical requirements presents a significant challenge for bidders and increases the potential for disputes. Addressing these inconsistencies is paramount to ensuring a fair and transparent procurement process.

Actions prioritaires

Provide all missing annexes and referenced documents (procurement basic document, Technical Specification Annexes 1-4).
Clarify and explicitly state all undefined deadlines, contract values, and specific requirements (e.g., 'more favorable' pricing, ISKE/E-ITS details).
Resolve contradictions regarding work completion deadlines and ensure consistency across all contract documents.

Risques identifiés

!Undefined Work Completion Deadline in Development Contract
Calendrier

The 'HD II-2 Hankelepingu projekt (arendusteenus)' document states that work will commence immediately after contract signing, but the specific deadline for the completion of the work ('Töö teostamise tähtaeg') is left blank. This creates significant uncertainty for project planning and execution.

Impact: Potential for delays, disputes over project timelines, and inability to effectively plan resource allocation. Bidders may be hesitant to commit without a defined end date.
Source: HD II-2 Hankelepingu projekt (arendusteenus)
Töö teostamise tähtaeg on ....
Atténuation: Clarify and explicitly state the 'Töö teostamise tähtaeg' in the 'HD II-2 Hankelepingu projekt (arendusteenus)' document. This should align with the overall project scope and objectives.
!Undefined Total Contract Value in Development Contract
Financier

The 'HD II-2 Hankelepingu projekt (arendusteenus)' document specifies the total cost of the work ('Töö maksumus') as '...' euros, with VAT to be added. This value is not specified, making it impossible to ascertain the financial scope of the development contract.

Impact: Inability for bidders to assess the financial viability and scale of the development work. Potential for disputes regarding budget limitations and scope creep if the actual cost exceeds expectations.
Source: HD II-2 Hankelepingu projekt (arendusteenus)
Töö maksumus on kokku ... eurot, millele lisandub käibemaks (edaspidi Tasu).
Atténuation: Clearly define and state the 'Töö maksumus' in the 'HD II-2 Hankelepingu projekt (arendusteenus)' document. This should be a concrete figure or a well-defined calculation method.
!Missing Reference to Framework Agreement Details in Development Contract
Conformité

The 'HD II-2 Hankelepingu projekt (arendusteenus)' contract states it is concluded based on the framework agreement ('raamlepingu alusel'), but the specific details or reference number of the framework agreement are not provided within this document. This creates uncertainty about which framework agreement terms apply.

Impact: Risk of applying incorrect or conflicting terms and conditions. Difficulty in understanding the full contractual obligations and rights. Potential for legal challenges.
Source: HD II-2 Hankelepingu projekt (arendusteenus)
Lepingu esemeks on riigihanke „Transpordiameti hanketöövahendi arenduste ja hoolduse raamhange (viitenumber 306270) tulemusel sõlmitud raamlepingu alusel Lepingu sõlmimiseks esitatud tellimuses nimeta
Atténuation: Explicitly reference the specific framework agreement (e.g., by its reference number or title) in the 'HD II-2 Hankelepingu projekt (arendusteenus)' document. Ensure all referenced documents are readily available.
!Non-compliance with EU Sanctions against Russia
Conformité

Tenderers must ensure that no subcontractors or suppliers involved in the contract execution, exceeding 10% of the contract value, are citizens, residents, or entities established in the Russian Federation, or are owned or controlled by such entities. Failure to comply could lead to the contract being void.

Impact: Contract voidance, reputational damage, and potential legal repercussions if non-compliance is discovered post-award.
Source: Vastavustingimused
Pakkuja kinnitab, et ta ei kaasa üle 10% hankelepingu maksumusest hankelepingu täitmisele alltöövõtjaid ega tarnijaid, kes on: 1. Vene Föderatsiooni kodanik, resident või Vene Föderatsioonis asutatud
Atténuation: Implement a robust due diligence process for all subcontractors and suppliers to verify their compliance with EU sanctions. Obtain explicit declarations from bidders regarding their compliance.
!Inaccurate Declaration of Authorized Persons for Exclusion Grounds Check
Juridique

Tenderers must provide the names and personal identification codes of all authorized persons who can represent the company, make decisions on its behalf, or control it, and who are not visible in the business register. Failure to provide accurate information or a confirmation of their absence could hinder the exclusion grounds check.

Impact: Delays in the exclusion grounds check, potential disqualification of the bidder if information is incomplete or inaccurate, and increased administrative burden.
Source: Vastavustingimused
Kõrvaldamise aluste kontrolli (RHS § 95 lg 1 p 1-3) teostamiseks peab pakkuja esitama ettevõtja muud isikud, kellel on volitus seda ettevõtjat esindada, tema nimel otsuseid teha või teda kontrollida n
Atténuation: Provide clear instructions and a standardized form for bidders to declare authorized persons. Emphasize the importance of accuracy and completeness in this declaration.
!Non-compliance with Mandatory Exclusion Grounds
Conformité

Bidders must not fall under any mandatory exclusion grounds as specified in the procurement basic document. This includes convictions for participation in a criminal organization or corruption within the last five years. Bidders must confirm they do not fall under these grounds.

Impact: Disqualification of the bidder, potential legal issues for the contracting authority if a non-compliant bidder is awarded the contract.
Source: Hankepass täiendatavate selgitustega
MANDATORY EXCLUSION GROUNDS * The bidder must not fall under the exclusion grounds specified in the procurement basic document. * The bidder must comply with the participation restrictions specified i
Atténuation: Clearly define and communicate all mandatory exclusion grounds. Implement a thorough verification process for bidder declarations regarding exclusion grounds.
!Failure to Meet Eligibility and Qualification Criteria
Conformité

Bidders must meet specific compliance conditions ('Vastavustingimused'), general qualification criteria, and agree to the terms of the draft framework agreement and service contracts. The 'Hankepass täiendatavate selgitustega' document references 'Vastavustingimused' and 'procurement basic document' for these criteria.

Impact: Disqualification of the bidder if they fail to meet any of the specified criteria. Inability to proceed with the contract.
Source: Hankepass täiendatavate selgitustega
ELIGIibility REQUIREMENTS * The bidder must meet the compliance conditions specified in the tender document 'Vastavustingimused'. * The bidder must meet the qualification criteria specified in the pro
Atténuation: Ensure all eligibility and qualification criteria are clearly defined and communicated in the tender documents. Provide bidders with sufficient information to assess their eligibility.
!Inadequate Technical Capability for Development and Maintenance
Technique

The tender requires bidders to demonstrate capability in providing maintenance and development services according to detailed technical specifications, including scope, volumes, response times, business requirements, software architecture (microservices), data model, non-functional requirements, integration guidelines, UI/UX design adherence, and specific functional requirements. These are detailed across multiple technical specification annexes.

Impact: Risk of selecting a bidder who cannot deliver the required technical solutions, leading to project failure, delays, and increased costs.
Source: Hankepass täiendatavate selgitustega
TECHNICAL CAPABILITY REQUIREMENTS * The bidder must be able to provide maintenance and development services according to the technical requirements, including scope, indicative volumes, and response t
Atténuation: Thoroughly review and assess bidder's technical proposals against the detailed technical specifications. Consider requiring proof of past performance or technical demonstrations.
!Unclear Framework Agreement End Date vs. Sub-contract Duration
Calendrier

The framework agreement has a validity of 36 months or until the maximum cost is reached. However, if a sub-contract extends beyond the framework agreement's end date, the framework agreement's terms will apply until the sub-contract is fulfilled. This creates ambiguity regarding the governing terms and potential for disputes.

Impact: Confusion over which terms and conditions apply to ongoing sub-contracts after the framework agreement's nominal end date. Potential for disputes if framework agreement terms are less favorable than originally intended for the sub-contract.
Source: HD II-1 Raamlepingu projekt
1.3. Lepingu kehtivus on 36 kuud või kuni Lepingu punktis 7.1 toodud maksimaalse maksumuse täitumiseni, sõltuvalt kumb tingimus saabub varem. Juhul, kui Lepingu alusel sõlmitud Hankeleping kehtib pära
Atténuation: Clarify the exact mechanism for how framework agreement terms will govern sub-contracts extending beyond its validity period. Ensure this is clearly articulated to prevent disputes.
!Ambiguity in Mini-Competition Pricing
Financier

While mini-competitions are based on the lowest price, the tender document states that unit prices offered in mini-competitions must be the same or more favorable than those fixed in the framework agreement. It is unclear how 'more favorable' will be assessed and if this implies a potential for further price reductions beyond the initial hourly rates.

Impact: Uncertainty for bidders on how to price their offers in mini-competitions. Potential for disputes if the interpretation of 'more favorable' differs between the contracting authority and the bidder.
Source: HD II-1 Raamlepingu projekt
Minikonkursi hindamiskriteerium on madalam hind. Minikonkursil pakutud ühikuhinnad peavad olema samad või soodsamad kui Lepingus fikseeritud.
Atténuation: Provide a clear definition and examples of what constitutes 'more favorable' pricing in mini-competitions. This could include specific discount mechanisms or conditions.
!Ambiguity in Warranty vs. Non-Warranty Issue Resolution
Opérationnel

The process for distinguishing between warranty defects and other issues (e.g., system modification needs) and the subsequent notification and ordering process is complex. The reliance on Jira for notifications and orders, with email as a fallback, could lead to delays or miscommunication if either system is unavailable or if the distinction between issue types is not clearly understood by the bidder.

Impact: Delays in issue resolution, potential for disputes over responsibility and cost allocation for resolving issues. Inefficient use of resources.
Source: HD III Tehniline kirjeldus
Vigade lokaliseerimisel/kõrvaldamisel tuleb selgitada, kas veateade on põhjustatud garantiiveast. Kui viga ei kuulu garantii korras kõrvaldamisele, esitab Täitja Tellijale põhjendused kirjalikus vormi
Atténuation: Clearly define the criteria for distinguishing between warranty defects and other types of issues. Establish a clear and unambiguous process for issue reporting, classification, and escalation, including fallback procedures.
!Adherence to ISKE/(E-ITS) Requirements
Conformité

The tender requires the bidder to ensure compliance with ISKE/(E-ITS) requirements. The specific details and scope of these requirements are not fully elaborated within this document, necessitating a thorough understanding and potential further inquiry to ensure full compliance.

Impact: Risk of non-compliance with critical security and interoperability standards, leading to potential security breaches, system failures, or legal penalties.
Source: HD III Tehniline kirjeldus
Täitja peab teenust osutades tagama ISKE/(E-ITS) nõuete täitmise.
Atténuation: Provide detailed documentation or a clear reference to the specific ISKE/(E-ITS) requirements that bidders must adhere to. Offer a Q&A session to clarify any ambiguities.
~Non-compliance with Team Requirements and Language Proficiency
Conformité

The tenderer must confirm they have the required minimum 6-person team, including key personnel capable of working in Estonian with the client and understanding Estonian and English technical specifications from external parties. The team members must also meet the requirements specified in 'HD IV Nõuded Täitja meeskonnale'.

Impact: Disqualification of the bidder if the team composition or language capabilities do not meet the requirements. Inability to effectively communicate and collaborate with the client.
Source: Vastavustingimused
Pakkumuse esitamisega kinnitab pakkuja, et tal on hankelepingu täitmiseks olemas riigihanke alusdokumentides nõutud minimaalne 6-liikmeline meeskond. Meeskond koosneb vähemalt ühest või mitmest võtmei
Atténuation: Clearly outline the team composition requirements, including mandatory roles, minimum experience, and language proficiency. Request detailed CVs and evidence of language skills.
~Misunderstanding of Business Secret Definition
Opérationnel

Tenderers must clearly define and justify any information declared as a business secret, adhering to specific legal provisions. Certain information, such as bid costs, numerical indicators related to evaluation criteria, or performance indicators for goods/works, cannot be declared as business secrets.

Impact: Disputes over the confidentiality of information. Potential for disclosure of sensitive bid details. Increased administrative burden for reviewing and validating business secret claims.
Source: Vastavustingimused
Teabe ärisaladuseks määramisel lähtutakse ebaausa konkurentsi takistamise ja ärisaladuse kaits
Atténuation: Clearly define what can and cannot be declared as a business secret, referencing the relevant legal provisions. Provide guidance to bidders on how to properly justify their business secret claims.
~Inadequate Project Plan Submission
Conformité

The tenderer must submit a project plan that adheres to the requirements outlined in Technical Specification Annex 4. This plan needs to cover specific sections including work stages, dependencies, methodology, resource allocation, risk analysis, communication, integration, and deployment.

Impact: Inability to assess the bidder's understanding of the project scope and their proposed approach. Potential for project delays and cost overruns if the project plan is unrealistic or incomplete.
Source: Vastavustingimused
Pakkuja peab pakkumuse koosseisus esitama projektiplaani, mis on koostatud lähtudes HD III Tehnilise kirjelduse lisast 4. Projektiplaan peab hõlmama vähemalt järgmisi osi: tööde etapid ja nende kirjel
Atténuation: Provide a detailed template or clear guidelines for the project plan, specifying all required sections and the level of detail expected. Ensure Annex 4 is comprehensive and accessible.
~Unclear Costing Structure for Services
Financier

The tender requires bidders to provide the cost per working hour for development and maintenance services. The overall financial viability and competitiveness of the bid will depend on this pricing. This is a key evaluation criterion.

Impact: Difficulty in comparing bids if the costing structure is not standardized or if there are hidden costs. Potential for bidders to submit unrealistic pricing, leading to future disputes or contract failure.
Source: Hankepass täiendatavate selgitustega
FINANCIAL REQUIREMENTS * The bidder must provide the cost per working hour for development and maintenance services
Atténuation: Clearly define the components included in the 'cost per working hour' and provide a standardized format for bidders to present their pricing. Ensure the evaluation methodology for this criterion is transparent.
~Reliance on Subcontractors and Joint Bidding
Opérationnel

The tender document includes sections for bidders to declare if they are participating jointly with others or relying on the capacities of other entities (subcontractors). The management and performance of these third parties are critical.

Impact: Risk of underperformance or failure of subcontractors impacting the overall project delivery. Increased complexity in contract management and oversight.
Source: Hankepass täiendatavate selgitustega
TEAVE TEISTE ÜKSUSTE SUUTLIKKUSELE TOETUMISE KOHTA Kas ettevõtja toetub teiste üksuste suutlikkusele, et täita esitatud valikukriteeriumid ning eeskirjad (kui neid on)? TEAVE NENDE ALLHANKIJATE KOHTA,
Atténuation: Implement a thorough vetting process for subcontractors and joint bidders. Ensure clear contractual arrangements are in place with subcontractors, defining responsibilities and liabilities.
~Unspecified Maximum Contract Value
Opérationnel

The framework agreement's validity is tied to a maximum cost (punktis 7.1), but this maximum cost is not provided in the document. This makes it difficult to assess the overall potential value and scope of the framework agreement.

Impact: Uncertainty for bidders regarding the potential total value of the framework agreement. Difficulty in resource planning and strategic commitment.
Source: HD II-1 Raamlepingu projekt
1.3. Lepingu kehtivus on 36 kuud või kuni Lepingu punktis 7.1 toodud maksimaalse maksumuse täitumiseni, sõltuvalt kumb tingimus saabub varem.
Atténuation: Clearly state the maximum contract value (punktis 7.1) in the 'HD II-1 Raamlepingu projekt' document. This provides a crucial parameter for bidders.
~Potential for Unforeseen Work
Conformité

The definition of 'Töö' (Work) includes 'all works and actions (including works and actions not mentioned in the Agreement that are necessary to achieve the result specified in the Agreement)'. This broad definition could lead to scope creep and disputes over what constitutes necessary work not explicitly stated.

Impact: Scope creep, budget overruns, and disputes between the contracting authority and the contractor regarding the scope of work and associated costs.
Source: HD II-1 Raamlepingu projekt
Tööna käsitletakse infosüsteemi ja selle komponentide parandatud/täiendatud funktsionaalsust kui terviklikku tulemit, mis hõlmab kõiki töid ja toiminguid (sh Lepingus nimetamata töid ja toiminguid, mi
Atténuation: Provide a more precise definition of 'Töö' or establish a clear change management process for any work not explicitly defined in the initial scope. This process should include cost and time impact assessments.
~English Language Requirement for Specific Roles
Technique

While the primary language of the contract is Estonian, the analyst and architect roles within the project team must be capable of working with English specifications if necessary. This requires ensuring the availability of personnel with dual-language capabilities.

Impact: Difficulty in finding qualified personnel with the required language skills. Potential for miscommunication or delays if technical specifications are not fully understood.
Source: HD II-1 Raamlepingu projekt
Lepingu täitmise keel on eesti keel, kuid Täitja peab arvestama, et projektimeeskonna liikmetena analüütik ja arhitekt peavad vajadusel olema võimelised töötama ingliskeelsete spetsifikatsioonidega.
Atténuation: Clearly state the requirement for English language proficiency for specific roles in the team composition requirements. Consider requesting proof of language proficiency.
~Unspecified Response and Resolution Times for 'Low' Criticality Issues
Calendrier

While response and resolution times are defined for 'High' and 'Medium' criticality issues, the 'Low' criticality category specifies a response time of '1 tööpäeva jooksul' (within 1 working day) and a resolution time of '1 nädala jooksul' (within 1 week). This is less precise than the other categories and could lead to interpretation differences.

Impact: Potential for disputes over what constitutes timely resolution for 'Low' criticality issues. Inconsistent service levels for less critical problems.
Source: HD III Tehniline kirjeldus
Kriitilisus | Kirjeldus | Reageerimisaeg | Lahendamise aeg Madal | Olukord, kus teenuses ilmnevad vead/ tõrked/probleemid, mis igapäevast tööd oluliselt ei sega. | 1 tööpäeva jooksul | 1 nädala jooksu
Atténuation: Provide more specific definitions or examples for 'Low' criticality issues and their expected resolution timelines. Consider setting a more precise resolution target if feasible.
~Unspecified Cost for Pre-Analysis and Proposal Preparation
Financier

The document states that time spent on pre-analysis and proposal preparation for works is not considered maintenance work and will not be compensated. However, the specific process for how this pre-analysis is initiated and managed, and what constitutes 'pre-analysis' versus 'maintenance work', is not detailed.

Impact: Potential for disputes over what constitutes 'pre-analysis' and whether it should be compensated. Bidder may incur uncompensated costs, impacting their willingness to bid or their pricing.
Source: HD III Tehniline kirjeldus
Tööde (eel)analüüsiks ja pakkumise koostamiseks kulunud aega ei käsitleta hooldustööna ning nimetatut ei tasustata.
Atténuation: Clearly define the scope and process for 'pre-analysis' and proposal preparation. Establish clear criteria for when such activities are initiated and how they are managed, even if not compensated.
~Dependency on Jira for Order Placement and Communication
Opérationnel

The reliance on Jira for order placement and communication, with email as a fallback, poses a risk. If Jira is unavailable or if there are issues with its functionality, it could lead to significant delays in service delivery and communication.

Impact: Service disruptions and delays if Jira is unavailable. Potential for miscommunication and lost orders if the fallback email system is not robust or monitored effectively.
Source: HD III Tehniline kirjeldus
Juhul, kui vea näol ei ole tegemist garantiilise veaga või konkreetse vea garantii korras parandamise eest ei vastuta Täitja või tegemist ei ole veaga, vaid infosüsteemi muutmise/täiendamise vajaduseg
Atténuation: Ensure a robust and well-tested fallback communication and order placement mechanism is in place. Clearly define service level agreements for the availability and performance of Jira.
iVague UI/UX Design Principles
Technique

While Technical Specification Annex 3 mentions adhering to UI/UX designs and design principles, the specific principles are not detailed in this document. This could lead to subjective interpretations of design adherence.

Impact: Inconsistent user interface and user experience across the procurement tool. Potential for disputes over design compliance.
Source: HD III Tehniline kirjeldus
Täitja peab olema võimeline rakendama esitatud UI/UX kujundusi ja järgima hanketööriista kujunduspõhimõtteid, nagu on kirjeldatud tehnilise kirjelduse lisa 3-s.
Atténuation: Provide detailed UI/UX design principles or a comprehensive style guide in Technical Specification Annex 3. This will ensure a consistent understanding and application of design standards.

Incohérences documentaires

!Conflicting Information on Work Completion Deadline
Contradiction

The 'HD II-2 Hankelepingu projekt (arendusteenus)' document leaves the work completion deadline blank ('...'), while the 'HD III Tehniline kirjeldus' document implies defined response and resolution times based on criticality, suggesting a need for timely completion. The absence of a clear deadline in the development contract is a major contradiction.

HD II-2 Hankelepingu projekt (arendusteenus) vs HD III Tehniline kirjeldus
Töö teostamise tähtaeg on ....
Kriitilisus | Kirjeldus | Reageerimisaeg | Lahendamise aeg Kõrge | Olukord, kus teenus on kasutuskõlbmat
Recommandation: The 'HD II-2 Hankelepingu projekt (arendusteenus)' must be updated to include a specific and realistic work completion deadline that aligns with the overall project timeline and the response/resolution times outlined in the technical specification.
!Undefined Maximum Contract Value in Framework Agreement
Information manquante

The 'HD II-1 Raamlepingu projekt' document references a 'maksimaalse maksumuse' (maximum cost) in point 7.1 to determine the framework agreement's validity. However, this maximum cost is not provided within the document itself, making it impossible to assess the full financial scope.

HD II-1 Raamlepingu projekt vs Requirements
1.3. Lepingu kehtivus on 36 kuud või kuni Lepingu punktis 7.1 toodud maksimaalse maksumuse täitumiseni, sõltuvalt kumb tingimus saabub varem.
ESTIMATED VALUE: 700000.0
Recommandation: The 'HD II-1 Raamlepingu projekt' must explicitly state the maximum contract value (EUR 700,000.0) in point 7.1 or clearly reference where this information is definitively located and binding.
!Lack of Specificity on Exclusion Grounds and Qualification Criteria
Information manquante

Multiple documents ('Vastavustingimused', 'Hankepass täiendatavate selgitustega') reference the 'procurement basic document' for mandatory exclusion grounds and qualification criteria. However, the content of this 'procurement basic document' is not provided, leaving bidders to guess or infer these critical requirements.

Vastavustingimused vs Hankepass täiendatavate selgitustega
The bidder must comply with the participation restrictions specified in the procurement basic document.
The bidder must not fall under the exclusion grounds specified in the procurement basic document. The bidder must meet the qualification criteria specified in the pro
Recommandation: The 'procurement basic document' containing the detailed list of exclusion grounds and qualification criteria must be provided as part of the tender package. Alternatively, these details must be fully integrated into the existing tender documents.
!Undefined Technical Specification Annexes
Information manquante

Several documents ('Vastavustingimused', 'Hankepass täiendatavate selgitustega', 'HD III Tehniline kirjeldus') refer to Technical Specification Annexes 1, 2, 3, and 4 for crucial details on technical requirements, software architecture, UI/UX, and project planning. These annexes are not provided, making it impossible for bidders to fully understand the technical scope.

Vastavustingimused vs HD III Tehniline kirjeldus
Pakkuja peab pakkumuse koosseisus esitama projektiplaani, mis on koostatud lähtudes HD III Tehnilise kirjelduse lisast 4.
Täitja peab järgima etteantud tarkvara arhitektuuri, mikroteenuseid, andmemudelit, mittefunktsionaalseid nõudeid ja integratsioonijuhiseid, mis on esitatud tehnilise kirjelduse lisa 2-s.
Recommandation: All referenced Technical Specification Annexes (1, 2, 3, and 4) must be provided as part of the tender documentation. Without these, bidders cannot adequately assess the technical requirements.
~Ambiguity in 'More Favorable' Pricing for Mini-Competitions
Ambiguïté

The 'HD II-1 Raamlepingu projekt' states that unit prices in mini-competitions must be 'samad või soodsamad' (the same or more favorable) than those in the framework agreement. The interpretation of 'more favorable' is not defined, leading to potential ambiguity in how bids will be evaluated and compared.

HD II-1 Raamlepingu projekt vs Requirements
Minikonkursil pakutud ühikuhinnad peavad olema samad või soodsamad kui Lepingus fikseeritud.
Arendusteenuse- ja hooldusteenuse ühe töötunni maksumus ilma käibemaksuta: 50.0% weight
Recommandation: Provide a clear definition or examples of what constitutes 'more favorable' pricing in mini-competitions to ensure consistent understanding and application.
~Undefined Framework Agreement Reference in Development Contract
Information manquante

The 'HD II-2 Hankelepingu projekt (arendusteenus)' contract mentions it is concluded based on the framework agreement, but the specific framework agreement details (e.g., reference number) are missing. This makes it difficult to definitively link the development contract to the overarching framework agreement.

HD II-2 Hankelepingu projekt (arendusteenus) vs HD II-1 Raamlepingu projekt
Lepingu esemeks on riigihanke „Transpordiameti hanketöövahendi arenduste ja hoolduse raamhange (viitenumber 306270) tulemusel sõlmitud raamlepingu alusel Lepingu sõlmimiseks esitatud tellimuses nimeta
Lepingu esemeks on Transpordiameti hanketöövahendi arenduste ja hooldusteenuse ost (edaspidi Töö). Täitja kohustub Tööd tegema vastavalt Lepingus ja/või hankelepingus (edaspidi Hankeleping) ja Lepingu
Recommandation: The 'HD II-2 Hankelepingu projekt (arendusteenus)' should explicitly state the reference number or full title of the framework agreement it is based upon to ensure clarity and avoid ambiguity.
~Broad Definition of 'Töö' (Work)
Ambiguïté

Both 'HD II-1 Raamlepingu projekt' and 'HD II-2 Hankelepingu projekt (arendusteenus)' define 'Töö' (Work) broadly to include 'all works and actions (including works and actions not mentioned in the Agreement that are necessary to achieve the result specified in the Agreement)'. This broad definition can lead to scope creep and disputes.

HD II-1 Raamlepingu projekt vs HD II-2 Hankelepingu projekt (arendusteenus)
Tööna käsitletakse infosüsteemi ja selle komponentide parandatud/täiendatud funktsionaalsust kui terviklikku tulemit, mis hõlmab kõiki töid ja toiminguid (sh Lepingus nimetamata töid ja toiminguid, mi
Tööna käsitletakse infosüsteemi ja selle komponentide parandatud/täiendatud funktsionaalsust kui terviklikku tulemit, mis hõlmab kõiki töid ja toiminguid (sh Lepingus nimetamata töid ja toiminguid, mi
Recommandation: While this definition is consistent, it is inherently ambiguous. A more precise definition of 'Töö' or a robust change management process should be established to manage potential scope creep and associated costs.
~Unspecified Maximum Contract Value in Framework Agreement (Point 7.1)
Information manquante

The 'HD II-1 Raamlepingu projekt' document references 'punktis 7.1' for the maximum contract value, but the content of point 7.1 is not provided within the document. This leaves a critical piece of information missing for bidders to understand the framework agreement's financial limits.

HD II-1 Raamlepingu projekt vs Requirements
1.3. Lepingu kehtivus on 36 kuud või kuni Lepingu punktis 7.1 toodud maksimaalse maksumuse täitumiseni, sõltuvalt kumb tingimus saabub varem.
ESTIMATED VALUE: 700000.0
Recommandation: The content of point 7.1 in the 'HD II-1 Raamlepingu projekt' must be provided, clearly stating the maximum contract value (EUR 700,000.0) to align with the estimated value and provide clarity to bidders.
Dernière analyse: 2026-03-05

Stratégie gagnante

Analyse IA des exigences, opportunités et défis de cet appel d'offres. Obtenez des perspectives stratégiques pour maximiser vos chances de succès.

65%
Probabilité de succès estiméeAdéquation modérée

Cet appel d'offres pour le développement et la maintenance de l'outil d'approvisionnement de l'Administration des Transports nécessite une proposition technique solide et des prix compétitifs. Le succès dépend de la démonstration d'une compréhension approfondie des spécifications techniques, d'un plan de projet robuste pour la phase initiale et d'un taux horaire rentable.

Messages clés de victoire

Développement et maintenance fiables et efficaces de l'outil d'approvisionnement essentiel de l'Administration des Transports, garantissant un fonctionnement sans faille et une évolutivité future.

Solution rentable offrant une grande valeur grâce à des taux horaires optimisés et une première phase méticuleusement planifiée.

Équipe d'experts ayant une expérience avérée dans l'architecture logicielle moderne et les systèmes d'approvisionnement gouvernementaux.

Opportunités clés
Démontrez une compréhension approfondie des besoins commerciaux décrits dans l'annexe 1 des spécifications techniques, en montrant comment la solution proposée répond directement aux rôles des utilisateurs et aux objets du système.
Utilisez les directives techniques détaillées de l'annexe 2 des spécifications techniques pour proposer une solution qui est non seulement conforme, mais aussi avant-gardiste dans son architecture et sa stratégie d'intégration.
Proposer un plan de projet très détaillé et réaliste pour la première étape, démontrant une compréhension claire de la portée, des livrables et du calendrier, ce qui représente 50 % de la pondération de l'évaluation.
Offrir un coût horaire compétitif, car cela représente également 50 % des critères d'évaluation, ce qui en fait un déterminant direct de la notation.
Défis principaux
L'absence de critères d'évaluation clairs rend difficile l'optimisation précise de l'offre par rapport à une pondération spécifique. La répartition 50/50 entre le plan de projet et le prix est la seule indication explicite.

Concentrez-vous fortement sur les deux critères explicitement pondérés : le plan de projet et le taux horaire. Assurez-vous que le plan de projet est exceptionnellement détaillé, réaliste et démontre une compréhension claire des exigences techniques. Comparez les taux horaires aux normes du marché pour des services similaires en Estonie afin d'assurer la compétitivité sans sous-évaluer le service.

L'appel d'offres concerne un accord-cadre, impliquant un potentiel de travaux futurs et la nécessité d'établir une relation solide et à long terme. L'offre initiale doit en poser les bases.

Positionnez l'offre comme un partenariat. Mettez en avant les avantages à long terme d'un fournisseur stable et fiable. Soulignez l'engagement de l'équipe à comprendre et à évoluer avec les besoins de l'Administration des Transports sur la durée de 36 mois.

Profil du soumissionnaire idéal
Une entreprise expérimentée en développement et maintenance informatique ayant fait ses preuves dans la création et le support de solutions logicielles complexes pour le gouvernement ou le secteur public. Ils devraient disposer d'une équipe qualifiée avec une expérience démontrable en architecture de microservices, modélisation de données, conception UI/UX et intégration, capable de fournir un travail de haute qualité dans les délais et budgets définis.
Exigences clés
Plan de projet de haute qualité pour la première étape
Coût par heure de travail pour les services de développement et de maintenance
Capacité technique démontrée conformément aux annexes 1 à 4 des spécifications techniques
Composition de l'équipe et expérience (rôles obligatoires, expérience minimale)
Conformité à tous les motifs d'exclusion obligatoires et aux exigences d'éligibilité
Facteurs de différenciation clés
Un plan de projet très détaillé et innovant pour la première étape, qui va au-delà de la simple conformité, en proposant des solutions proactives et des stratégies d'atténuation des risques.
Expérience démontrée dans le développement et la maintenance de systèmes d'approvisionnement ou administratifs similaires pour des entités du secteur public, étayée par des études de cas ou des références.
Un récit clair et convaincant dans la proposition d'offre qui exprime une compréhension approfondie des défis et objectifs spécifiques de l'Administration des Transports, au-delà des simples exigences techniques.
Opportunités de valeur sociale
Bien que la valeur sociale ne soit pas explicitement demandée, envisagez d'inclure un engagement à employer des talents locaux ou à offrir des opportunités de formation aux développeurs juniors au sein de l'équipe de projet, si cela est réalisable et aligné sur les exigences de composition de l'équipe. Cela peut être subtilement intégré au plan de projet ou à la présentation de l'équipe.
Domaines de concentration de l'offre
Plan de projet pour la première étape50%

Développez un plan de projet complet, réaliste et conscient des risques. Détaillez les méthodologies, les calendriers, les étapes clés, l'allocation des ressources et les protocoles de communication. Démontrez une approche proactive face aux défis potentiels et décrivez clairement comment les objectifs de la première étape seront atteints de manière efficace et efficiente.

Coût par heure de travail50%

Menez une analyse approfondie des coûts pour déterminer un taux horaire compétitif mais rentable. Comparez avec les taux du marché pour des services similaires en Estonie. Articulez clairement la proposition de valeur qui justifie le taux proposé, en la liant à la qualité et à l'expérience de l'équipe proposée ainsi qu'à l'efficacité du processus de développement proposé.

Recommandations6
Maîtriser les spécifications techniques
CritiqueEffort élevé

Analysez et comprenez en profondeur toutes les spécifications techniques (annexes 1-4). Assurez-vous que la solution proposée répond à l'architecture logicielle, aux microservices, au modèle de données, aux exigences non fonctionnelles et aux directives d'intégration. Mappez directement les fonctionnalités proposées et les approches techniques à ces exigences.

Assure la conformité technique et démontre une compréhension approfondie des besoins du client, ce qui est crucial pour la capacité technique et la qualité du plan de projet.
Optimiser le plan de projet pour une pondération de 50 %
CritiqueEffort élevé

Investissez des efforts considérables dans la création d'un plan de projet détaillé, réaliste et convaincant pour la première étape. Il doit inclure des jalons clairs, des livrables, l'allocation des ressources, l'évaluation des risques et des stratégies d'atténuation. Démontrez une approche proactive et organisée.

Aborde directement 50 % des critères d'évaluation, influençant considérablement le score global.
Stratégie de taux horaire compétitif
CritiqueEffort moyen

Déterminez un taux horaire compétitif pour les services de développement et de maintenance. Comparez avec les taux du marché pour des services similaires en Estonie. Assurez-vous que le taux reflète la qualité et l'expérience de l'équipe proposée tout en restant attractif pour l'autorité contractante.

Aborde directement les 50 % restants des critères d'évaluation, ce qui en fait un moteur clé du succès de l'offre.
Mettre en avant l'expertise et l'expérience de l'équipe
ÉlevéEffort moyen

Mettez en avant les qualifications et l'expérience pertinente des membres de l'équipe proposés, en particulier pour les rôles obligatoires. Utilisez méticuleusement les formulaires de CV fournis et assurez-vous que toutes les informations requises, y compris les confirmations, sont incluses. Présentez les succès passés dans des projets similaires.

Instaure la confiance dans la capacité du soumissionnaire à livrer et le différencie des concurrents ayant des équipes moins expérimentées.
Traiter rigoureusement les exclusions et les exigences d'éligibilité
MoyenEffort moyen

Effectuez un examen interne approfondi pour garantir la conformité à tous les motifs d'exclusion obligatoires et aux exigences d'éligibilité. Examinez attentivement les 'Vastavustingimused' (Conditions de conformité) et les projets d'accord-cadre/contrats de service.

Évite la disqualification, ce qui est une exigence fondamentale pour toute offre.
Utiliser tous les formulaires fournis
MoyenEffort faible

Assurez-vous que tous les formulaires du fichier 'HD I Vormid.zip' sont utilisés et remplis avec précision conformément aux instructions. Cela démontre une attention aux détails et le respect des exigences de soumission.

Évitez la disqualification administrative et démontrez la diligence dans le respect des instructions de l'appel d'offres.
Positionnement concurrentiel
Positionnez-vous comme un partenaire fiable et techniquement compétent, capable de fournir une solution de haute qualité et rentable pour un outil essentiel du secteur public. Mettez l'accent sur l'expérience avérée dans les projets informatiques gouvernementaux et une compréhension approfondie des nuances techniques décrites dans les documents d'appel d'offres. Mettez en avant la force et l'expérience de l'équipe proposée comme différenciateur clé.

Concurrents

Passez à un plan supérieur pour voir quelles entreprises sont susceptibles de soumissionner pour cet appel d'offres, basé sur les données historiques.

Se connecter

Exigences et qualifications

19 exigences dans 5 catégories

Soumission (7)
Obligatoire (2)
Conformité (3)
Technique (6)
Financier (1)
SUBMISSION REQUIREMENTS7
--The bid must be submitted electronically.
--The bid must be submitted by March 30, 2026, 13:00:00.
--The bidder must adhere to the expected response format described in the explanatory Tender Pass.
MANDATORY EXCLUSION GROUNDS2
--The bidder must not fall under the exclusion grounds specified in the procurement basic document.
--The bidder must comply with the participation restrictions specified in the procurement basic document.
ELIGIBILITY REQUIREMENTS3
--The bidder must meet the compliance conditions specified in the tender document 'Vastavustingimused'.
--The bidder must meet the qualification criteria specified in the procurement basic document.
--The bidder must agree to the terms and conditions outlined in the draft framework agreement and the draft development and maintenance service contracts.
TECHNICAL CAPABILITY REQUIREMENTS6
--The bidder must be able to provide maintenance and development services according to the technical requirements, including scope, indicative volumes, and response times, as described in the technical specification.
--The bidder must understand and address the business requirements of the procurement tool, including user roles and system objects, as detailed in Technical Specification Annex 1.
--The bidder must adhere to the specified software architecture, microservices, data model, non-functional requirements, and integration guidelines provided in Technical Specification Annex 2.
FINANCIAL REQUIREMENTS1
--The bidder must provide the cost per working hour for development and maintenance services, which accounts for 50% of the evaluation criteria.

Aperçu des exigences

Inscrivez-vous pour consulter les exigences et l'analyse complètes

Documents

14 documents disponibles avec des résumés IA

VastavustingimusedPDF
306270_vastavustingimused.pdf -- 7.5 KB

Tender document 'Vastavustingimused' in .PDF format (7,713 bytes).

HD III Tehnilise kirjelduse lisa 4DOC
HD III Tehnilise kirjelduse lisa 4.docx -- 48.3 KB

This document describes the functionalities of the procurement tool's first phase, including general data model principles (extensibility, classifiers, audit log), and requirements for integration and data exchange.

Hindamiskriteeriumid ja hinnatavad näitajadPDF
306270_hindamiskriteeriumid.pdf -- 3.0 KB

This document details the tender's evaluation criteria, which include the cost of development and maintenance services per hour (50%) and the quality of the first stage project plan (50%).

Hankepass täiendatavate selgitustegaPDF
306270_hankepass_taiendavate_selgitustega.pdf -- 72.5 KB

This document is an explanatory European Single Procurement Document (ESPD) that introduces the Transport Administration's procurement conditions and the expected format of responses from companies, but it is not for completion, rather for familiarization with the conditions.

HD II-1 Raamlepingu projektDOC
HD II-1 Raamlepingu projekt.docx -- 54.7 KB

This draft framework agreement outlines the terms, validity, and appendices for the procurement of development and maintenance services for Transpordiamet's procurement tool.

HD II-2 Hankelepingu projekt (arendusteenus)DOC
HD II-2 Hankelepingu projekt (arendusteenus).... -- 37.0 KB

This document is a draft development service procurement contract outlining the terms and conditions between the Transport Administration and the contractor, including the subject of the contract and its appendices.

HD II-3 Hankelepingu projekt (hooldusteenus)DOC
HD II-3 Hankelepingu projekt (hooldusteenus).... -- 21.2 KB

This draft service agreement outlines the terms and conditions for the maintenance service contract to be concluded under the framework agreement for the development and maintenance of the Transport Agency's procurement tool, including work scope and appendices.

HD III Tehniline kirjeldusDOC
HD III Tehniline kirjeldus.docx -- 47.7 KB

This document outlines the technical specifications for the maintenance and development service of the Transport Administration's procurement tool, including service scope, indicative volumes, and response times.

HD III Tehnilise kirjelduse lisa 1PDF
HD III Tehnilise kirjelduse lisa 1.pdf -- 1.4 MB

This document outlines the business requirements for the Transport Administration's procurement tool, including user roles and system objects.

HD III Tehnilise kirjelduse lisa 2PDF
HD III Tehnilise kirjelduse lisa 2 - Susteemi... -- 721.7 KB

This document describes the software architecture, microservices, data model, non-functional requirements, and integrations for the Transport Administration's procurement tool, providing technical guidelines for development work.

HD III Tehnilise kirjelduse lisa 3PDF
HD III Tehnilise kirjelduse lisa 3 - UIUX dis... -- 4.1 KB

The document contains UI/UX designs for the procurement tool, providing an overview of views for various sections (e.g., dashboard, procurements, contracts) along with Figma links.

HD IV Nõuded täitja meeskonnaleDOC
HD IV Nouded arendusmeeskonnale.docx -- 35.7 KB

This document outlines the requirements for the contractor's team, including mandatory roles, their minimum experience, and qualifications to ensure the fulfillment of the framework agreement.

HD V Meeskonnaliikmete CV vormDOC
HD V Meeskonnaliikmete CV vorm.docx -- 25.7 KB

This document is a form for verifying the qualifications and work experience of team members (project manager, analyst, developer, architect, UI/UX designer), requiring a signed confirmation from each individual for data accuracy and consent to participate in their specified role.

Riigihanke alusdokumentDOC
Riigihanke alusdokument.docx -- 35.1 KB

This document outlines the general terms and conditions for the Transport Administration's framework procurement, including contracting authority details, electronic procurement procedures, bidder qualification and exclusion grounds, and participation restrictions.

Aperçu des documents

Inscrivez-vous pour consulter les résumés et l'analyse des documents

81
Excellent

Score de qualité de l'appel d'offres

This tender for development and maintenance services for the Transport Administration's procurement tool is well-structured and highly detailed, particularly in its technical specifications and evaluation criteria. While demonstrating strong legal compliance and clarity, the limitation of maximum participants for a framework agreement with reopening competition raises concerns regarding fairness and future competition.

Répartition du score

Conformité légale90/100

The tender demonstrates strong legal compliance with clearly defined procedure types, appropriate CPV codes, and reasonable submission timelines. The justification for not dividing the procurement into lots is provided, and all mandatory disclosure requirements appear to be met.

Clarté95/100

The tender excels in clarity, providing extensive and detailed technical specifications across multiple annexes, clearly outlining business requirements, software architecture, UI/UX designs, and first-phase functionalities. Evaluation criteria are explicitly defined as 50% cost and 50% project plan quality.

Exhaustivité85/100

The tender is highly complete, including all essential basic information, financial details, and a comprehensive set of 16 documents covering general terms, technical specifications, draft contracts, and required forms. The only minor omission is a precise physical location, which is less critical for IT services.

Precise physical location not specified
Équité70/100

While the tender ensures transparency with disclosed value, reasonable deadlines, and objective evaluation criteria, the restriction of a maximum of three participants for a framework agreement with reopening competition significantly limits potential competition and could impact fairness in subsequent mini-competitions.

Maximum of 3 participants for framework agreement with reopening competition limits competition
Aspect pratique75/100

The tender supports electronic submission and specifies an online opening place, enhancing practicality. The contract duration is clear, and financing information (estimated value) is available. However, an explicit contract start date is not provided in the summary.

Explicit contract start date not provided
Cohérence des données95/100

All key fields are populated, and the dates provided are logical and consistent. There are no reported suspensions or disputes, indicating a well-managed and consistent data set.

Durabilité20/100

The tender lacks explicit criteria or focus on green procurement, social aspects, or innovation. It is also not indicated as EU-funded, resulting in a low score for sustainability considerations.

No green procurement criteria
No social criteria

Points forts

Highly detailed technical specifications and requirements
Clear and objective evaluation criteria
Comprehensive documentation provided
Electronic submission and e-procurement enabled
Framework agreement with reopening competition

Préoccupations

Maximum of 3 participants for the framework agreement limits competition
Lack of sustainability (green, social, innovation) considerations
Explicit contract start date not provided in summary
Precise physical location not specified (minor)

Recommandations

1. Reconsider the maximum number of participants for the framework agreement to foster greater competition.
2. Integrate sustainability criteria (e.g., environmental impact, social responsibility, innovation) into future tenders.
3. Ensure all key dates, including contract start, are explicitly stated in the main tender summary.

Aperçu de la notation IA

Inscrivez-vous pour consulter les exigences et l'analyse complètes

Analyse complète du score de qualité
Répartition détaillée des sous-scores
Aperçu des forces et des préoccupations
Recommandations stratégiques

Aucune carte de crédit requise • Configuration en 2 minutes

Nouveau service

Vous voulez qu'on s'occupe de cet appel d'offres ?

Nos experts en marchés publics préparent tout. Solution éprouvée — vous relisez, validez et soumettez.

~1hVotre temps uniquement
80%+80%+
$0D'avance
Voir la comparaison complète
Sans TaaSAvec TaaS
40–80 heures
Temps de préparation
~1 heure
Votre temps uniquement
15–25%
Taux de réussite moyen
80%+
Taux de réussite
Risque d'erreurs
Vérification manuelle
QA expert
Contrôle de conformité
Vous faites tout
Gérez tout vous-même
Nous faisons tout
Service clé en main
Gagnons cet appel d'offres !
Payez uniquement en cas de victoire — frais de succès uniquement · Utilisé par plus de 400 entreprises
Ou faites-le vous-même

Ajouter au Pipeline