Sveobuhvatna procena rizika koja pokriva nedoslednosti dokumenata, rizike ponude i evaluaciju spremnosti.
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.
AI analiza zahteva, prilika i izazova ovog tendera. Dobijte strateške uvide za povećanje verovatnoće pobede.
This tender for the development and maintenance of the Transport Administration's procurement tool requires a strong technical proposal and competitive pricing. Success hinges on demonstrating deep understanding of the technical specifications, a robust project plan for the initial phase, and a cost-effective hourly rate.
Reliable and efficient development and maintenance of the Transport Administration's critical procurement tool, ensuring seamless operations and future scalability.
Cost-effective solution delivering high value through optimized hourly rates and a meticulously planned initial phase.
Expert team with proven experience in modern software architecture and government procurement systems.
Focus heavily on the two explicitly weighted criteria: the project plan and the hourly rate. Ensure the project plan is exceptionally detailed, realistic, and demonstrates a clear understanding of the technical requirements. Benchmark hourly rates against market standards for similar services in Estonia to ensure competitiveness without undervaluing the service.
While not explicitly stated, frame the bid as a partnership. Highlight the long-term benefits of a stable, reliable supplier. Emphasize the team's commitment to understanding and evolving with the Transport Administration's needs over the 36-month duration.
Develop a comprehensive, realistic, and risk-aware project plan. Detail methodologies, timelines, key milestones, resource allocation, and communication protocols. Demonstrate a proactive approach to potential challenges and clearly outline how the first stage's objectives will be met efficiently and effectively.
Conduct thorough cost analysis to determine a competitive yet profitable hourly rate. Benchmark against similar services in the Estonian market. Clearly articulate the value proposition that justifies the proposed rate, linking it to the quality and experience of the proposed team and the efficiency of the proposed development process.
Thoroughly analyze and understand all technical specifications (Annexes 1-4). Ensure the proposed solution directly addresses the software architecture, microservices, data model, non-functional requirements, and integration guidelines. Map proposed features and technical approaches directly to these requirements.
Invest significant effort in creating a detailed, realistic, and compelling project plan for the first stage. This should include clear milestones, deliverables, resource allocation, risk assessment, and mitigation strategies. Showcase a proactive and organized approach.
Determine a competitive hourly rate for development and maintenance services. Benchmark against market rates for similar services in Estonia. Ensure the rate reflects the quality and experience of the proposed team while remaining attractive to the contracting authority.
Emphasize the qualifications and relevant experience of the proposed team members, particularly for mandatory roles. Use the provided CV forms meticulously and ensure all required information, including confirmations, is included. Showcase past success in similar projects.
Conduct a thorough internal review to ensure compliance with all mandatory exclusion grounds and eligibility requirements. Carefully review the 'Vastavustingimused' and the draft framework agreement/service contracts.
Ensure all forms contained within the 'HD I Vormid.zip' file are used and completed accurately as per instructions. This demonstrates attention to detail and adherence to submission requirements.
Nadogradite da biste videli koje kompanije će se verovatno nadmetati na ovom tenderu, na osnovu istorijskih podataka o javnim nabavkama.
Prijavite se19 zahteva u 5 kategorija
Registrujte se da biste videli potpune zahteve i analizu
14 dokumenata dostupno sa AI sažecima
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.
Registrujte se da biste videli sažetke i analizu dokumenata
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.
Registrujte se da biste videli potpune zahteve i analizu
Nije potrebna kreditna kartica • Podešavanje za 2 minuta
Naši stručnjaci za javne nabavke pripremaju sve. Dokazano efikasno — Vi pregledate, odobrite i predate.
Poštovani! Ja sam vaš AI asistent za ovaj tender. Mogu vam pomoći da razumete zahteve, rokove, kriterijume za ispunjenost uslova i pružiti strateške uvide.
Nije potrebna kreditna kartica