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 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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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'.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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 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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
Passez à un plan supérieur pour voir quelles entreprises sont susceptibles de soumissionner pour cet appel d'offres, basé sur les données historiques.
Se connecter19 exigences dans 5 catégories
Inscrivez-vous pour consulter les exigences et l'analyse complètes
14 documents disponibles avec des résumés IA
Tender document 'Vastavustingimused' in .PDF format (7,713 bytes).
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.
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%).
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.
This draft framework agreement outlines the terms, validity, and appendices for the procurement of development and maintenance services for Transpordiamet's procurement tool.
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.
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.
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.
This document outlines the business requirements for the Transport Administration's procurement tool, including user roles and system objects.
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.
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.
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.
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.
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.
Inscrivez-vous pour consulter les résumés et l'analyse des documents
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.
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.
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.
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.
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.
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.
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.
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.
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