Skip to main content
Norite dalyvauti viešuosiuose pirkimuose? Žiūrėkite mūsų TaaS konkursų rengimo paslaugą
Atgal į konkursus

Individuali plėtros partnerystė (koučingas ir/arba supervizija)

Atviras
Galutinis terminas
Liko 23 dienų
Balandis 27, 2026
Informacija apie sutartį
Kategorija
Paslaugos
Nuoroda
308259
Vertė
€65,000
Vieta
Estonia, Estija
Paskelbta
Kovas 27, 2026
Organizacija
CPV kodas
Vertinimo kriterijai
Bid price in euros including taxes, i.e., the full service price per 1.5-hour (90 min) meeting35%
Development partner's work experience (work hours) as a management coach and/or supervisor35%
Development partner's collaboration experience with higher education institutions (training of higher education institution employees, coaching, supervision, work in a higher education institution calculated in 60 min hours)30%
Projekto grafikas

Konkursas paskelbtas

Kovas 27, 2026

Klausimų pateikimo terminas

Balandis 20, 2026

Pasiūlymų pateikimo terminas

Balandis 27, 2026

Konkurso atidarymas

Balandis 27, 2026

Sutarties pradžios data

Gegužė 26, 2026

Laimėjimo tikimybėPRO
🔒
Atnaujinti į Professional
Peržiūrėkite savo apskaičiuotą laimėjimo tikimybę pagal istorinius duomenis.
Atnaujinti į Professional →
Pirkėjo analitikaPRO
🔒
Atrakinkite pirkėjo analitiką
Peržiūrėkite išlaidų modelius, pageidaujamas procedūras ir kita.
Atnaujinti į Professional →
Sektoriaus įžvalgosPRO
🔒
Atrakinkite sektoriaus įžvalgas
Peržiūrėkite vidutines laimėjimo kainas, konkurencijos lygius ir rinkos tendencijas.
Atnaujinti į Professional →
Biudžetas
€65,000
Trukmė
Nenurodyta
Vieta
Estonia
Tipas
Paslaugos
75
Kokybės įvertinimas/100
Gerai
Rinkos lyginamoji analizė
Vidutinė laimėjimo kaina
€100,264
Vidutinis pasiūlymų skaičius
2.6
Konkurencija
Žema
MVĮ laimėtojai
87%
624 išanalizuotų pirkimų skaičius

Originalus konkurso aprašymas

Šios pirkimo procedūros tikslas – sudaryti preliminarią sutartį dėl plėtros partnerystės paslaugų teikimo. Pirkimo procedūros tikslas – sudaryti preliminarią sutartį su ne daugiau kaip 15 (penkiolika) partnerių, kad būtų galima naudotis ne daugiau kaip 15 (penkiolikos) koučų ir/arba supervizorių koučingo ir/arba supervizijos paslaugomis. Plėtros partnerystės tikslas – suteikti Tartu universiteto vadovams galimybes bendradarbiauti su profesionaliu vadovavimo koučeriu ir/arba supervizoriumi. Preliminarios sutarties dalyko aprašymas pateikiamas pirkimo dokumento 1 priede „Paslaugos aprašymas“. Preliminarios sutarties sudarymo pradžios data yra numanoma ir nėra teisiškai įpareigojanti. Preliminari sutartis įsigalioja jos sudarymo dieną ir galioja iki 2027 m. gruodžio 31 d.
Elektroninis pateikimas

Rizikos analizė

Visapusiškas rizikos vertinimas, apimantis dokumentų neatitikimus, pasiūlymo rizikas ir parengties vertinimą.

Aukšta rizika
75/100 Rizikos rodiklis
Pasiūlymo parengtis
60%
2 kritinė6 aukšta7 vidutinė1 žema

Rizikos santrauka

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.

Prioritetiniai veiksmai

Seek urgent clarification from the contracting authority regarding the definition of 'equivalent' standards and the specific evaluation methodology for work and collaboration experience.
Thoroughly review all mandatory exclusion grounds and prepare comprehensive evidence for self-cleaning measures, anticipating potential ambiguities.
Develop contingency plans for potential technical issues with the eRHR system and carefully assess the financial risks associated with bearing inflation and currency fluctuation costs.

Nustatytos rizikos

!Ambiguity in 'Equivalent' Standards Interpretation
Atitiktis

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.

Poveikis: Bidders may unknowingly submit non-compliant bids, leading to disqualification. Disputes may arise during contract execution regarding the equivalence of materials, processes, or qualifications, potentially causing delays and increased costs.
Šaltinis: Vastavustingimused
Any reference to standards or other bases as criteria for conformity or as an origin, process, trademark, patent, type, origin, production method, mark, or test report/certificate issued by a conformi
Švelninimas: The contracting authority should clearly define the criteria for 'equivalent' standards, providing specific examples or a list of acceptable alternatives. Alternatively, they should commit to a transparent and collaborative process for evaluating equivalence during the tender evaluation.
!Contradiction and Ambiguity in Mandatory Exclusion Grounds
Teisinė

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.

Poveikis: Bidders may fail to address all relevant exclusion grounds, leading to disqualification. Uncertainty about the required evidence for self-cleaning can lead to incomplete or incorrect submissions.
Šaltinis: Hankepass täiendatavate selgitustega
TENDER REQUIREMENTS (AI-extracted): * MANDATORY EXCLUSION GROUNDS * No specific mandatory exclusion grounds are detailed in the provided text. DOCUMENT 3 OF 8: Hankepass täiendatavate selgitustega FU
Švelninimas: The contracting authority must consolidate and clearly present all mandatory exclusion grounds in a single, unambiguous section. This should include specific grounds, required evidence, and detailed guidance on self-cleaning measures.
!Ambiguity in Joint Bidder Representation and Liability
Teisinė

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.

Poveikis: Potential for disputes, communication breakdowns, and delays if the authorized representative is unavailable or if disagreements arise among joint bidders. Uncertainty about the exact duration of the representative's authority could lead to issues during contract management.
Šaltinis: Lisa 3 Ühispakkujate volikiri ja kinnitus (vorm)
Käesolevaga volitavad (ühispakkujate nimed ja registrikoodid, kes volitavad) (volitatava ühispakkujate nimi ja registrikood), olema volitajate ja volitatu kui ühispakkujate esindaja, esitama ühispak
Švelninimas: The contracting authority should provide clearer guidelines on the operational responsibilities of the joint bidder representative, including communication protocols and decision-making authority. A more precise definition of 'full fulfillment of the contract' should be provided.
!Bidder Bears Inflation and Currency Fluctuation Risk
Finansinė

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.

Poveikis: Bidders may inflate their initial prices to account for potential future fluctuations, making the tender less competitive. Alternatively, bidders may underestimate these risks, leading to financial losses and potential contract termination or disputes.
Šaltinis: Hindamiskriteeriumid ja hinnatavad näitajad
Maksumus ei tohi pakkumuse esitamise hetkel ega raamlepingu kehtivusaja ajal olla tingimuslik, st peab olema sõltumatu inflatsioonist, valuutakurssidest jms.
Švelninimas: Consider introducing an indexation mechanism for prices in the framework agreement to account for inflation, or clearly state the expected duration and provide market data to help bidders assess the risk. Alternatively, the contracting authority could absorb a portion of this risk.
!Ambiguity in Work and Collaboration Experience Quantification
Techninė

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.

Poveikis: Bidders may not effectively showcase their experience, leading to suboptimal scores. This could result in the selection of less suitable partners or a perceived unfair evaluation process.
Šaltinis: Hindamiskriteeriumid ja hinnatavad näitajad
2 Arengupartneri töökogemus (töötunnid) Hindamismetoodika on kirjeldatud Kvaliteet - hankija 35 juhtimis-coachi ja/või superviisorina hankedokumendi "Pakkumuse esitamise hinnatav ettepanek" punktis 8.
Švelninimas: The contracting authority must provide the full content of 'point 8' of the 'Pakkumuse esitamise ettepanek' document, detailing the exact scoring methodology for work and collaboration experience.
!Unclear Evidence Requirements for CV Verification
Atitiktis

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.

Poveikis: Bidders may struggle to gather the required evidence within the short timeframe, potentially leading to disqualification. This could also lead to disputes if the requested evidence is deemed unreasonable or unobtainable.
Šaltinis: Vastavustingimused
Hankijal on õigus küsida asjakohaseid tõendeid CV-s esitatud andmete kontrollimiseks. Pakkuja peab esitama tõendid kolme (3) tööpäeva jooksul hankija vastavasisulise nõude saamisest. Tõenditena võib m
Švelninimas: The contracting authority should provide a more detailed list or examples of acceptable evidence for CV verification and consider extending the response period if necessary.
!Reliance on Electronic Procurement System (eRHR) with Disclaimed Liability
Operacinė

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.

Poveikis: Bidders may experience technical issues with the eRHR system, leading to missed deadlines or submission errors, with no recourse against the contracting authority for damages or lost opportunities.
Šaltinis: Juhised hankemenetluses osalemiseks
Hankija ei vastuta võimalike viivituste, tõrgete või katkestuste eest, mida põhjustavad eRHR-is hankija kontrolli alt väljas olevad asjaolud nagu force majeure, elektrikatkestused, häired pakkuja või
Švelninimas: Bidders should ensure they have robust IT infrastructure and contingency plans for using the eRHR system. The contracting authority should consider a more equitable approach to liability for system failures outside the bidder's control.
~Uncertainty in Total Framework Agreement Value and Guaranteed Spend
Finansinė

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.

Poveikis: Suppliers face uncertainty regarding actual revenue, potentially impacting their business planning and resource allocation. This could lead to a lack of supplier commitment or a reluctance to invest in service delivery.
Šaltinis: Lisa 4 Raamlepingu kavand
4.1. Raamlepingu eeldatav maksumus on 65 000 eurot (käibemaksuta) ja eeldatav maksimaalne maksumus on 71 500 eurot (käibemaksuta). 4.2. Punktis 4.1 nimetatud maksumus on hinnanguline ja ei ole tellija
Švelninimas: The contracting authority should provide a more realistic estimate of expected service utilization or a minimum guaranteed spend to provide greater certainty for suppliers.
~Ambiguity in Tender Document Interpretation and Bidder Responsibility
Teisinė

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.

Poveikis: Bidders may inadvertently accept unfavorable interpretations of tender documents, leading to disputes and increased costs during contract execution.
Šaltinis: Juhised hankemenetluses osalemiseks
Kui pakkuja ei ole esitanud küsimusi selgituste saamiseks HD ebaselguste või avastatud vastuolude, vasturääkivuste või puuduste kohta, on hankijal õigus hankelepingu täitmise käigus üleskerkinud vaidl
Švelninimas: Bidders must conduct a thorough review of all tender documents and submit clarification requests for any perceived ambiguities. The contracting authority should encourage proactive clarification by providing timely and comprehensive responses.
~Unspecified Payment Terms
Finansinė

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).

Poveikis: Bidders may have to make assumptions about payment terms, potentially leading to cash flow issues or uncompetitive pricing if their assumptions are incorrect. This can also lead to disputes during contract execution.
Šaltinis: Vastavustingimused
The total value of the framework agreement is 65,000.0 EUR.
Švelninimas: The contracting authority should clearly define the payment schedule and terms within the tender documents.
~Strict Requirements for Coach/Supervisor Replacement
Atitiktis

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.

Poveikis: Suppliers may face difficulties in replacing personnel due to the strict conditions, potentially impacting service continuity if a coach/supervisor becomes unavailable. This could also lead to disputes over the client's refusal of a replacement.
Šaltinis: Lisa 4 Raamlepingu kavand
5.1.5. tagama, et lepingu täitmisele kaasatud coachid ja superviisorid vastavad hankedokumentides nõutud tingimustele, sh tagama coachidele ja superviisoritele ette nähtud kvalifikatsiooninõuete täitm
Švelninimas: The contracting authority should ensure the replacement clauses are reasonable and provide clear justification for the client's right to refuse a replacement.
~Complexity of University Structure and Autonomy
Operacinė

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.

Poveikis: Challenges in service delivery consistency across different units. Potential for varied demand and uptake of services depending on the specific unit's needs and leadership.
Šaltinis: Lisa 1 Teenuse kirjeldus
Ülikooli struktuuriüksuste autonoomia: struktuuriüksused (valdkonnad, instituudid, õppetoolid) tegutsevad suures osas iseseisvalt ning nende töökorraldus ja vajadused võivad üksuste lõikes erineda. Se
Švelninimas: Suppliers should be prepared to adapt their approach to the specific needs and contexts of different university units. The contracting authority could facilitate better coordination between units and service providers.
~Potential for Overwork and Burnout Among Academic Leaders
Operacinė

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.

Poveikis: Reduced effectiveness of coaching and supervision services. Potential for leaders to be unable to fully engage due to time constraints and stress.
Šaltinis: Lisa 1 Teenuse kirjeldus
Päris paljud akadeemiliste üksuste juhid on samaaegselt õppejõud ja teadlased, mis toob kaasa olukorra, et nad ei saa keskenduda vaid juhtimisele, mis tähendab, et akadeemilised juhid on ületöötamise
Švelninimas: Coaches and supervisors should be trained to recognize and address signs of burnout. The contracting authority should consider strategies to manage leader workload and availability for development activities.
~Invalid Power of Attorney for Representative
Teisinė

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.

Poveikis: Bid rejection if the power of attorney is not valid for the entire bid validity period or if the representative's authority is challenged. This could also lead to issues during contract negotiation if the representative's authority has expired.
Šaltinis: Lisa 2 Pakkuja esindaja volikiri (vorm)
Volikiri on antud ilma edasivolitamise õiguseta ja kehtib kuni pakkumuse jõusoleku tähtaja lõpuni.
Švelninimas: Bidders must ensure they understand the bid validity period and ensure the power of attorney remains valid throughout this period. The contracting authority should clearly state the bid validity period.
iRequirement for Estonian or English Translations
Atitiktis

Foreign-language documents (except advertising materials or certificates) must be accompanied by Estonian or English translations confirmed by the bidder.

Poveikis: Additional administrative burden and cost for bidders submitting documents in languages other than Estonian or English.
Šaltinis: Juhised hankemenetluses osalemiseks
Pakkuja koostab pakkumuse hanketeates märgitud keeles. Kõikidele võõrkeelsetele dokumentidele (v.a reklaamialased trükised või sertifikaadid jms) lisatakse pakkuja poolt kinnitatud eesti- või inglisek
Švelninimas: Bidders should factor in the cost and time required for translation when preparing their bids.
iLimited Framework Agreement Value
Finansinė

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.

Poveikis: May not be attractive to larger service providers. Potential for limited competition.
Šaltinis: Hankepass täiendatavate selgitustega
FINANCIAL REQUIREMENTS * The total value of the framework agreement is 65,000.0 EUR.
Švelninimas: This is a characteristic of the procurement and not a risk to be mitigated by the bidder, but it is a factor to consider for market attractiveness.

Dokumentų neatitikimai

!Mandatory Exclusion Grounds Definition
Prieštaravimas

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.

Vastavustingimused (AI-extracted requirements) vs Hankepass täiendatavate selgitustega
* MANDATORY EXCLUSION GROUNDS * No specific mandatory exclusion grounds are detailed in the provided text.
III OSA: KÕRVALDAMISE ALUSED A: Kõrvalejätmise alused seoses kriminaalasjas tehtud süüdimõistva otsusega OSALEMINE KURITEGELIKUS ORGANISATSIOONIS Kas ettevõtja ise või tema haldus-, juht- või järeleva
Rekomendacija: The contracting authority must consolidate and clearly present all mandatory exclusion grounds in a single, unambiguous section. This should include specific grounds, required evidence, and detailed guidance on self-cleaning measures.
!Definition and Evaluation of 'Equivalent' Standards
Dviprasmiškumas

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.

Vastavustingimused vs Hankepass täiendatavate selgitustega
Any reference to standards or other bases as criteria for conformity or as an origin, process, trademark, patent, type, origin, production method, mark, or test report/certificate issued by a conformi
Any reference to standards or other bases as criteria for conformity or as an origin, process, trademark, patent, type, origin, production method, mark, or test report/certif
Rekomendacija: The contracting authority should clearly define the criteria for 'equivalent' standards, providing specific examples or a list of acceptable alternatives. Alternatively, they should commit to a transparent and collaborative process for evaluating equivalence during the tender evaluation.
!Evaluation Methodology for Experience Criteria
Trūkstama informacija

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.

Vastavustingimused vs Hindamiskriteeriumid ja hinnatavad näitajad
Qualification: Coaches/supervisors must have at least 200 hours of work experience as a management coach/supervisor in the last 6 years, and 40 hours of collaboration experience with higher education institutions in the last 6 years. Excerpt: "Töökogemus juhtimis-coachina ja/või superviisorina viimase 6 (kuue) aasta jooksul: individuaalse juhtimis-coachingu või supervisiooni läbiviimise tunde (60 min) vähemalt 200. Varasem koostöökogemus kõ"
2 Arengupartneri töökogemus (töötunnid) Hindamismetoodika on kirjeldatud Kvaliteet - hankija 35 juhtimis-coachi ja/või superviisorina hankedokumendi "Pakkumuse esitamise hinnatav ettepanek" punktis 8.
Rekomendacija: The contracting authority must provide the full content of 'point 8' of the 'Pakkumuse esitamise ettepanek' document, detailing the exact scoring methodology for work and collaboration experience.
!Electronic Hankepass Submission Platform
Dviprasmiškumas

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.

Hankepass täiendatavate selgitustega vs Requirements
Hankepass ehk Euroopa ühtne hankedokument (ESPD) on ettevõtja enda kinnitus, mis on esialgne tõend ametiasutuste või kolmandate isikute poolt väljastatavate tõendite asemel. Käesolev PDF vormingus reg
Bidders must submit a 'Hankepass' confirming they do not meet any exclusion grounds and providing data to prove compliance with qualification requirements.
Rekomendacija: The contracting authority must clearly specify the exact platform, information system, or ESPD service where the Hankepass must be completed and submitted.
~Definition of 'Full Service Price' and Associated Costs
Dviprasmiškumas

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.

Hindamiskriteeriumid ja hinnatavad näitajad vs Lisa 4 Raamlepingu kavand
Pakkumuse maksumust eurodes koos maksudega ehk täisteenuse hind ühe 1,5 tunnise (90 min) kohtumise kohta Esitatud maksumus peab sisaldama kõiki kaasnevaid kulutusi (nt majutus, transport ja kõiki kaas
Teenuse eest tasumine toimub ühikhindade alusel, mis sisaldavad kõiki teenuse osutamisega kaasnevaid kulusid (nt majutus, transport ja kõik kaasnevad maksud) ja mis on fikseeritud kogu raamleping
Rekomendacija: The contracting authority should provide a more detailed breakdown or examples of what constitutes 'all associated costs' to ensure consistent understanding and accurate pricing from bidders.
~Missing Details on Joint Bidder Representative's Operational Role
Trūkstama informacija

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.

Vastavustingimused vs Lisa 3 Ühispakkujate volikiri ja kinnitus (vorm)
While joint bidders must authorize a representative and confirm joint and several liability, the document does not explicitly detail how disputes or contractual breaches involving multiple joint bidders would be managed or enforced, particularly concerning the 'joint and several liability' aspect. Source: "Kui pakkumuse esitavad mitu pakkujat ühiselt, peavad nad hankemenetluse ning raamlepingu sõlmimise ja täitmisega seotud toimingute tegemiseks volitama enda hulgast esindaja. Volikiri ja kinnitus ühisp"
Käesolevaga volitavad (ühispakkujate nimed ja registrikoodid, kes volitavad) (volitatava ühispakkujate nimi ja registrikood), olema volitajate ja volitatu kui ühispakkujate esindaja, esitama ühispak
Rekomendacija: The contracting authority should provide clearer guidelines on the operational responsibilities of the joint bidder representative, including communication protocols and decision-making authority.
~Missing Details on Bid Validity Period for Power of Attorney
Trūkstama informacija

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.

Lisa 2 Pakkuja esindaja volikiri (vorm) vs Requirements
Volikiri on antud ilma edasivolitamise õiguseta ja kehtib kuni pakkumuse jõusoleku tähtaja lõpuni.
The submission deadline is 2026-04-27 11:00:00. The bid validity period is not explicitly stated.
Rekomendacija: The contracting authority must clearly state the bid validity period in the tender documents to allow bidders to ensure their power of attorney remains valid.
~Definition of 'Full Fulfillment of the Contract' for Joint Bidder Power of Attorney
Dviprasmiškumas

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.

Lisa 3 Ühispakkujate volikiri ja kinnitus (vorm) vs Requirements
Volikiri kehtib kuni lepingu täieliku täitmiseni.
The framework agreement is valid until 31.12.2027. The definition of 'full fulfillment' is not specified.
Rekomendacija: A more precise definition of 'full fulfillment of the contract' should be provided to clarify the duration of the power of attorney's validity for joint bidders.
iSubmission Deadline Discrepancy
Pasenusi

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.

TENDER REQUIREMENTS (AI-extracted) vs Lisa 1 Teenuse kirjeldus
Bids must be submitted by the deadline: 2026-04-27 11:00:00.
Bids must be submitted by the deadline: 2026-04-27 11:00:00.
Rekomendacija: Ensure all documents consistently state the correct submission deadline. (Note: This inconsistency appears to have been resolved in the provided documents, but it's important to verify consistency).
Paskutinė analizė: 2026-03-30

Laimėjimo strategija

AI analizuoja šio konkurso reikalavimus, galimybes ir iššūkius. Gaukite strateginių įžvalgų, kad padidintumėte laimėjimo tikimybę.

65%
Numatoma laimėjimo tikimybėVidutinis atitikimas

Šis konkursas skelbia viešąjį pirkimą dėl vadovavimo koučingo ir supervizijos paslaugų teikimo sutarties su Tartu universitetu. Sėkminga strategija bus orientuota į tai, kad būtų parodytas gilus aukštojo mokslo vadovavimo iššūkių supratimas, įrodyta patirtis šiame sektoriuje ir aukštos kvalifikacijos komanda, tuo pačiu optimizuojant pasiūlymą pagal nenurodytus, bet numanomus vertinimo kriterijus, pabrėžiant kokybę ir kompetenciją.

Pagrindinės laimėjimo žinutės

Įrodyta kompetencija aukštojo mokslo vadovybės ugdyme

Individualizuotas koučingas ir supervizija universitetų vadovams

Įsipareigojimas ilgalaikei partnerystei ir poveikiui

Pagrindinės galimybės
Pirkimas yra dėl sutarties su iki 15 partnerių, o tai rodo poreikį įvairiems paslaugų teikėjams. Tai leidžia sulaukti daug sėkmingų pasiūlymų, sumažinant vieno dominuojančio konkurento riziką.
Akcentas ant „juhtidele“ (vadovams) rodo poreikį strateginiam, aukšto lygio koučingui ir supervizijai, leidžiant teikėjams parodyti pažangias metodikas ir patirtį.
Nors tiesiogiai nenurodyta, standartų nuostata „arba lygiavertis“ suteikia lankstumo įrodant atitiktį ir demonstruojant unikalius metodus.
Pagrindiniai iššūkiai
Vertinimo kriterijai nenurodyti, todėl sunku tiksliai pritaikyti pasiūlymą maksimaliam balui gauti. Pasiūlymo kaina nurodyta kaip pagrindinis kriterijus, tačiau kitų veiksnių svoris nežinomas.

Darykite prielaidą, kad vertinimas bus subalansuotas, kur techniniai nuopelnai ir patirtis bus tokie pat svarbūs kaip ir kaina. Sutelkite dėmesį į aiškų vertės pasiūlymo ir jūsų požiūrio unikalių privalumų išdėstymą, tuo pačiu užtikrinant konkurencingą, bet tvarų kainą.

Pirkimas yra dėl sutarties, o tai reiškia, kad faktinis darbo kiekis kiekvienam tiekėjui nėra garantuotas ir priklausys nuo būsimų poreikių.

Pabrėžkite tiekėjo gebėjimus ir lankstumą reaguoti į įvairius poreikius, taip pat išryškinkite ilgalaikį įsipareigojimą ir partnerystės požiūrį, siekiant sukurti pasitikėjimą ateities užsakymams.

Idealaus dalyvio profilis
Specializuota koučingo ir supervizijos įmonė, turinti didelę patirtį dirbant su akademinėmis institucijomis, ypač universitetais. Idealiu atveju tiekėjas turės patyrusių koučerių/supervizorių komandą, turinčią įrodomos kompetencijos vadovavimo ugdymo, pokyčių valdymo ir organizacinio efektyvumo srityse aukštojo mokslo kontekste. Jie taip pat turėtų aiškiai suprasti Estijos aukštojo mokslo aplinką.
Pagrindiniai reikalavimai
Darbinė patirtis kaip vadybos koučeris ir/arba supervizorius.
Patirtis bendradarbiaujant su aukštojo mokslo įstaigomis.
CV pateikimas pagal pateiktą formą (Lisa 5), nurodant išsilavinimą, mokymus, kalbų mokėjimą ir darbinę patirtį.
Patvirtinimas, kad priimtos konkurso sąlygos ir preliminarios sutarties projektas (Lisa 4).
Pasiūlymo kaina kaip pagrindinis vertinimo kriterijus.
Pagrindiniai išskirtinumai
Įrodoma, specifinė patirtis su Estijos aukštojo mokslo įstaigomis ir jų unikaliais vadovavimo iššūkiais.
Labai patyrusi ir akredituota koučerių/supervizorių komanda, turinti specializuotų žinių, susijusių su universitetų vadovavimu (pvz., akademinė valdymo sistema, mokslinių tyrimų valdymas, strateginis planavimas akademinėje aplinkoje).
Aiški, struktūruota koučingo/supervizijos metodika, atitinkanti nustatytą tikslą padėti vadovams spręsti konkrečius universitetų valdymo iššūkius.
Socialinės vertės galimybės
Nors nurodyta „Socialiniai aspektai: Ne“, proaktyvus požiūris galėtų apimti įsipareigojimą per sutarties laikotarpį ugdyti Tartu universiteto darbuotojų vidinius koučingo gebėjimus, skatinant ilgalaikį tvarumą ir žinių perdavimą. Tai gali būti pateikta kaip pridėtinė vertė, viršijanti pagrindinę paslaugą.
Pasiūlymo fokuso sritys
Techniniai gebėjimai (patirtis)N/A (Implied High)

Išsamiai aprašykite visą atitinkamą vadybos koučingo ir supervizijos patirtį, ypatingą dėmesį skirdami aukštojo mokslo įstaigoms. Kiek įmanoma kiekybiškai įvertinkite pasiekimus ir naudokite konkrečius pavyzdžius. Užtikrinkite, kad CV būtų kruopščiai užpildyti pagal Lisa 5, pabrėžiant atitinkamas kvalifikacijas ir patirtį.

Pasiūlymo kainaKey Evaluation Criterion

Parengkite konkurencingą kainodaros strategiją, atspindinčią siūlomą vertę. Nors kaina yra svarbi, venkite per mažos kainos, kuri pakenktų kokybei ar tvarumui. Jei įmanoma, palyginkite su panašiomis paslaugomis ir pagrįskite siūlomus įkainius remdamiesi kompetencija ir numatomais rezultatais.

Paslaugų reikalavimų supratimasN/A (Implied High)

Pademonstruokite gilų supratimą apie universitetų vadovų iššūkius. Pritaikykite pasiūlymą, kad atitiktumėte paslaugos aprašyme (Lisa 1) nurodytus netiesioginius poreikius, parodydami, kaip jūsų koučingo/supervizijos metodas tiesiogiai padės spręsti šiuos iššūkius.

Rekomendacijos7
Kruopščiai užpildykite CV (Lisa 5)
KritinisVidutinės pastangos

Užtikrinkite, kad kiekviena CV formos (Lisa 5) dalis būtų pilnai užpildyta, tiksliai atspindint išsilavinimą, mokymus, kalbų mokėjimą ir, svarbiausia, atitinkamą darbinę patirtį kaip vadybos koučeris/supervizorius, su konkrečiais pavyzdžiais apie darbą su aukštojo mokslo įstaigomis.

Tiesiogiai atitinka kritinį techninių gebėjimų reikalavimą ir sudaro techninio vertinimo pagrindą.
Nustatykite ir atsižvelkite į nenurodytus vertinimo kriterijus
AukštasVidutinės pastangos

Kadangi vertinimo kriterijai nenurodyti, darykite prielaidą dėl subalansuoto požiūrio. Sutelkite dėmesį į geresnių techninių gebėjimų, atitinkamos patirties ir aiškaus klientų poreikių supratimo demonstravimą, kartu su konkurencinga kaina. Pabrėžkite unikalų vertės pasiūlymą ir numatomus rezultatus.

Padidina galimų balų skaičių, atsižvelgiant į tikėtinus vertinimo veiksnius, neapsiribojant tik kaina.
Pristatykite specifinę aukštojo mokslo kompetenciją
AukštasVidutinės pastangos

Eikite toliau nei bendra koučingo patirtis. Pabrėžkite specifines žinias apie universitetų struktūras, akademinę vadovybę, mokslinių tyrimų aplinką ir unikalius iššūkius, su kuriais susiduria aukštojo mokslo vadovai. Pateikite konkrečius ankstesnių sėkmių pavyzdžius šiame sektoriuje.

Pozicionuoja tiekėją kaip specialistą, o ne bendrosios praktikos teikėją, todėl jis tampa patrauklesniu ir tinkamesniu pasirinkimu.
Atidžiai peržiūrėkite preliminarios sutarties projektą (Lisa 4)
AukštasVidutinės pastangos

Supraskite visas preliminarios sutarties sąlygas. Nustatykite visus galimus rizikus ar sritis, kurias reikia patikslinti, ir įsitikinkite, kad pateikdami pasiūlymą aiškiai patvirtinate šių sąlygų priėmimą.

Užkerta kelią diskvalifikacijai ir parodo atidžius veiksmus bei įsipareigojimą.
Pasiūlykite žinių perdavimą/kompetencijų ugdymą
ŽemasMažos pastangos

Net jei socialinė vertė pažymėta kaip „Ne“, apsvarstykite trumpą paminėjimą, kaip paslauga laikui bėgant galėtų skatinti Tartu universiteto vidinius vadovavimo ugdymo gebėjimus, kaip papildomą vertės pasiūlymą.

Suteikia subtilų skirtumą ir demonstruoja į ateitį orientuotą, partnerystės požiūrį.
Pasiruoškite kainos jautrumui
VidutinisVidutinės pastangos

Kadangi pasiūlymo kaina yra pagrindinis vertinimo kriterijus, parengkite konkurencingą, bet tvarų kainos struktūrą. Būkite pasirengę pagrįsti savo kainodarą, remdamiesi siūloma kokybe ir kompetencija.

Užtikrina, kad pasiūlymas būtų finansiškai patrauklus, nepakenkiant aukštos kokybės paslaugų teikimo gebėjimams.
Užtikrinkite, kad visi dokumentai būtų pateikti teisingai
KritinisVidutinės pastangos

Atkreipkite ypatingą dėmesį į visus pateikimo reikalavimus, įskaitant įgaliojimus (Lisa 2, Lisa 3, jei taikoma) ir patvirtinimą, kad suprantamos konkurso instrukcijos (Juhised hankemenetluses osalemiseks.pdf).

Užkerta kelią administracinei diskvalifikacijai.
Konkurencinis pozicionavimas
Pozicionuokite tiekėją kaip labiausiai patyrusį ir specializuotą paslaugų teikėją vadovavimo ugdymo srityje Estijos aukštojo mokslo sektoriuje. Pabrėžkite gilų unikalios aplinkos ir Tartu universiteto vadovų iššūkių supratimą, siūlydami individualizuotus sprendimus, o ne bendro pobūdžio koučingą.

Konkurentai

Atnaujinkite, kad matytumėte, kurios įmonės greičiausiai pateiks pasiūlymą šiam konkursui, remiantis istoriniais viešųjų pirkimų duomenimis.

Prisijungti

Reikalavimai ir kvalifikacija

17 reikalavimų 5 kategorijose

Pateikimas (7)
Privalomas (1)
Atitiktis (4)
Techninis (3)
Finansinis (2)
SUBMISSION REQUIREMENTS7
--Bids must be submitted by the deadline: 2026-04-27 11:00:00.
--The tender is for a framework agreement with multiple suppliers, not divided into lots, as the subject is a uniform service.
--Any reference to standards or other bases as criteria for conformity or as an origin, process, trademark, patent, type, origin, production method, mark, or test report/certificate issued by a conformity assessment body shall be read as supplemented by the notation "or equivalent".
MANDATORY EXCLUSION GROUNDS1
--No specific mandatory exclusion grounds are detailed in the provided text.
ELIGIBILITY REQUIREMENTS4
--Bidders must confirm they have reviewed and fully accept the tender conditions.
--Bidders must be prepared to fulfill the contract.
--Bidders must provide necessary authorizations.
TECHNICAL CAPABILITY REQUIREMENTS3
--The development partner must have work experience as a management coach and/or supervisor.
--The development partner must have experience collaborating with higher education institutions.
--Bidders must submit a CV according to the provided form (Lisa 5 Coachi, superviisori elulookirjeldus (vorm).docx), detailing education, training, language skills, and work experience.
FINANCIAL REQUIREMENTS2
--The total value of the framework agreement is 65,000.0 EUR.
--Bid price is a key evaluation criterion.

Reikalavimų peržiūra

Prisiregistruokite, kad peržiūrėtumėte visus reikalavimus ir analizę

Dokumentai

Yra 10 dokumentų su AI santraukomis

VastavustingimusedPDF
308259_vastavustingimused.pdf -- 12.4 KB

The bidder must confirm they have reviewed and fully accept the tender conditions, are ready to fulfill the contract, and submit necessary authorizations.

Hindamiskriteeriumid ja hinnatavad näitajadPDF
308259_hindamiskriteeriumid.pdf -- 4.9 KB

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.

Hankepass täiendatavate selgitustegaPDF
308259_hankepass_taiendavate_selgitustega.pdf -- 69.5 KB

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.

Juhised hankemenetluses osalemiseksPDF
Juhised hankemenetluses osalemiseks.pdf -- 126.5 KB

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.

Lisa 1 Teenuse kirjeldusPDF
Lisa 1 Teenuse kirjeldus.pdf -- 169.6 KB

Tartu University is seeking an individual development partnership to support its leaders in addressing specific university management challenges.

Lisa 2 Pakkuja esindaja volikiri (vorm)DOC
Lisa 2 Pakkuja esindaja volikiri (vorm).docx -- 28.9 KB

This document authorizes an individual to represent the bidder in Tartu University's individual development partnership tender.

Lisa 3 Ühispakkujate volikiri ja kinnitus (vorm)DOC
Lisa 3 Ühispakkujate volikiri ja kinnitus (vo... -- 29.4 KB

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.

Lisa 4 Raamlepingu kavandPDF
Lisa 4 Raamlepingu kavand.pdf -- 193.0 KB

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.

Lisa 5 Coachi, superviisori elulookirjeldus (vorm)DOC
Lisa 5 Coachi, superviisori elulookirjeldus (... -- 40.3 KB

Submit your education, training, language skills, and professional experience using this CV form to demonstrate your suitability for Tartu University's development partner tender.

Pakkumuse esitamise ettepanekPDF
Pakkumuse esitamise ettepanek (36).pdf -- 191.8 KB

The University of Tartu invites participation in an open procurement procedure for a framework agreement for individual development partnership (coaching and/or supervision) services.

Dokumentų peržiūra

Prisiregistruokite, kad peržiūrėtumėte dokumentų santraukas ir analizę

75
Gerai

Konkurso kokybės įvertinimas

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.

Įvertinimo detalės

Atitiktis teisės aktams75/100

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.

Aiškumas80/100

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.

Užbaigtumas70/100

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.

Sąžiningumas85/100

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.

Praktiškumas65/100

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.

Limited detailed financing information beyond estimated value.
Duomenų nuoseklumas90/100

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.

Tvarumas50/100

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.

No explicit mention of green procurement, social aspects, or innovation.

Privalumai

Clear description of services and objectives.
Well-defined submission process and deadlines.
Use of e-procurement and electronic submission.
Disclosure of estimated value and CPV code.
Framework agreement with multiple suppliers to encourage competition.

Problemos

Lack of detailed sustainability criteria (green, social, innovation).
Limited financial details beyond the estimated value.
Evaluation criteria could be more granularly defined.

Rekomendacijos

1. Incorporate specific sustainability objectives or criteria into the evaluation.
2. Provide more detailed information regarding financing sources or budget allocation.
3. Elaborate on the 'relative_weighting' for evaluation criteria to offer greater transparency.

AI įvertinimo peržiūra

Prisiregistruokite, kad peržiūrėtumėte visus reikalavimus ir analizę

Išsami kokybės balo analizė
Detali sub-balų analizė
Privalumų ir trūkumų įžvalgos
Strateginės rekomendacijos

Nereikia kreditinės kortelės • Sąranka per 2 minutes

Nauja paslauga

Norite, kad mes pasirūpintume šiuo konkursų?

Mūsų viešųjų pirkimų ekspertai parengia viską. Įrodytas sprendimas — jūs peržiūrit, patvirtinate ir pateikiate.

~1hTik jūsų laikas
80%+80%+
$0Iš anksto
Žiūrėti pilną palyginimą
Be TaaSSu TaaS
40–80 val.
Pasirengimo laikas
~1 val.
Tik jūsų laikas
15–25%
Vidutinis laimėjimo rodiklis
80%+
Laimėjimo rodiklis
Klaidų rizika
Rankinė patikra
Ekspertų QA
Atitikties patikra
Jūs darote viską
Tvarkotės su viskuo
Mes darome viską
Visapusiška paslauga
Laimėkime šį konkursą!
Mokėkite tik laimėjimo atveju — tik sėkmės mokestis · Pasitiki daugiau nei 400 įmonių
Arba darykite patys

Įtraukti į „Pipeline“