Skip to main content
Želite da licitirate na javnim nabavkama? Pogledajte našu uslugu pripreme tendera TaaS
Tenderi

Okvirni sporazum za razvoj i održavanje alata za javne nabavke Uprave za saobraćaj

Otvoreno
Rok
ostalo 12 dana
April 16, 2026
Detalji ugovora
Kategorija
Usluge
Referenca
306270
Vrednost
€700,000
Lokacija
Estonia, Estonija
Objavljeno
Februar 18, 2026
Organizacija
CPV šifra
Kriterijumi za ocenu
Cost per working hour for development and maintenance services without VAT50%
First stage project plan50%
Vremenski okvir projekta

Objavljen tender

Februar 18, 2026

Rok za pitanja

April 09, 2026

Rok za podnošenje ponuda

April 16, 2026

Otvaranje ponuda

Mart 30, 2026

Verovatnoća pobedePRO
🔒
Nadogradite na Professional
Pogledajte svoju procenjenu verovatnoću pobede na osnovu istorijskih podataka.
Nadogradite na Profesionalni paket →
Informacije o naručiocuPRO
🔒
Otključajte informacije o naručiocu
Pogledajte obrasce potrošnje, preferirane procedure i još mnogo toga.
Nadogradite na Profesionalni paket →
Uvid u sektorPRO
🔒
Otključajte uvide u sektor
Pogledajte prosečne pobedničke cene, nivoe konkurencije i tržišne trendove.
Nadogradite na Profesionalni paket →
Budžet
€700,000
Trajanje
36 meseci
Lokacija
Estonia
Tip
Usluge
81
Rezultat kvaliteta/100
Odlično
Uporedna analiza tržišta
Prosečna pobednička cena
€187,707
Prosečan broj ponuda
2.0
Konkurencija
Niska
Pobednici iz redova MSP
89%
1,029 analiziranih tendera

Originalni opis tendera

Kupovina usluga razvoja i održavanja alata za javne nabavke Uprave za saobraćaj u skladu sa uslovima utvrđenim u dokumentima javne nabavke.
Elektronsko podnošenje

Analiza rizika

Sveobuhvatna procena rizika koja pokriva nedoslednosti dokumenata, rizike ponude i evaluaciju spremnosti.

Kritičan rizik
85/100 rezultat rizika
Spremnost ponude
30%
3 kritično9 visoko12 srednje1 nisko

Sažetak rizika

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.

Prioritetne akcije

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.

Identifikovani rizici

!Undefined Work Completion Deadline in Development Contract
Vremenski rok

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.

Uticaj: 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.
Izvor: HD II-2 Hankelepingu projekt (arendusteenus)
Töö teostamise tähtaeg on ....
Ublažavanje: 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
Finansijski

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.

Uticaj: 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.
Izvor: HD II-2 Hankelepingu projekt (arendusteenus)
Töö maksumus on kokku ... eurot, millele lisandub käibemaks (edaspidi Tasu).
Ublažavanje: 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
Usklađenost

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.

Uticaj: Risk of applying incorrect or conflicting terms and conditions. Difficulty in understanding the full contractual obligations and rights. Potential for legal challenges.
Izvor: 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
Ublažavanje: 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
Usklađenost

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.

Uticaj: Contract voidance, reputational damage, and potential legal repercussions if non-compliance is discovered post-award.
Izvor: 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
Ublažavanje: 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
Pravni

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.

Uticaj: Delays in the exclusion grounds check, potential disqualification of the bidder if information is incomplete or inaccurate, and increased administrative burden.
Izvor: 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
Ublažavanje: 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
Usklađenost

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.

Uticaj: Disqualification of the bidder, potential legal issues for the contracting authority if a non-compliant bidder is awarded the contract.
Izvor: 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
Ublažavanje: 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
Usklađenost

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.

Uticaj: Disqualification of the bidder if they fail to meet any of the specified criteria. Inability to proceed with the contract.
Izvor: 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
Ublažavanje: 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
Tehnički

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.

Uticaj: Risk of selecting a bidder who cannot deliver the required technical solutions, leading to project failure, delays, and increased costs.
Izvor: 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
Ublažavanje: 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
Vremenski rok

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.

Uticaj: 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.
Izvor: 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
Ublažavanje: 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
Finansijski

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.

Uticaj: 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.
Izvor: HD II-1 Raamlepingu projekt
Minikonkursi hindamiskriteerium on madalam hind. Minikonkursil pakutud ühikuhinnad peavad olema samad või soodsamad kui Lepingus fikseeritud.
Ublažavanje: 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
Operativni

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.

Uticaj: Delays in issue resolution, potential for disputes over responsibility and cost allocation for resolving issues. Inefficient use of resources.
Izvor: 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
Ublažavanje: 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
Usklađenost

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.

Uticaj: Risk of non-compliance with critical security and interoperability standards, leading to potential security breaches, system failures, or legal penalties.
Izvor: HD III Tehniline kirjeldus
Täitja peab teenust osutades tagama ISKE/(E-ITS) nõuete täitmise.
Ublažavanje: 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
Usklađenost

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'.

Uticaj: 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.
Izvor: 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
Ublažavanje: 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
Operativni

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.

Uticaj: Disputes over the confidentiality of information. Potential for disclosure of sensitive bid details. Increased administrative burden for reviewing and validating business secret claims.
Izvor: Vastavustingimused
Teabe ärisaladuseks määramisel lähtutakse ebaausa konkurentsi takistamise ja ärisaladuse kaits
Ublažavanje: 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
Usklađenost

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.

Uticaj: 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.
Izvor: 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
Ublažavanje: 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
Finansijski

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.

Uticaj: 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.
Izvor: Hankepass täiendatavate selgitustega
FINANCIAL REQUIREMENTS * The bidder must provide the cost per working hour for development and maintenance services
Ublažavanje: 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
Operativni

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.

Uticaj: Risk of underperformance or failure of subcontractors impacting the overall project delivery. Increased complexity in contract management and oversight.
Izvor: 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,
Ublažavanje: 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
Operativni

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.

Uticaj: Uncertainty for bidders regarding the potential total value of the framework agreement. Difficulty in resource planning and strategic commitment.
Izvor: 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.
Ublažavanje: 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
Usklađenost

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.

Uticaj: Scope creep, budget overruns, and disputes between the contracting authority and the contractor regarding the scope of work and associated costs.
Izvor: 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
Ublažavanje: 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
Tehnički

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.

Uticaj: Difficulty in finding qualified personnel with the required language skills. Potential for miscommunication or delays if technical specifications are not fully understood.
Izvor: 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.
Ublažavanje: 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
Vremenski rok

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.

Uticaj: Potential for disputes over what constitutes timely resolution for 'Low' criticality issues. Inconsistent service levels for less critical problems.
Izvor: 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
Ublažavanje: 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
Finansijski

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.

Uticaj: 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.
Izvor: HD III Tehniline kirjeldus
Tööde (eel)analüüsiks ja pakkumise koostamiseks kulunud aega ei käsitleta hooldustööna ning nimetatut ei tasustata.
Ublažavanje: 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
Operativni

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.

Uticaj: 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.
Izvor: 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
Ublažavanje: 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
Tehnički

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.

Uticaj: Inconsistent user interface and user experience across the procurement tool. Potential for disputes over design compliance.
Izvor: 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.
Ublažavanje: 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.

Nedoslednosti dokumenata

!Conflicting Information on Work Completion Deadline
Kontradikcija

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
Preporuka: 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
Nedostajuće informacije

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
Preporuka: 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
Nedostajuće informacije

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
Preporuka: 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
Nedostajuće informacije

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.
Preporuka: 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
Nejasnoća

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
Preporuka: 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
Nedostajuće informacije

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
Preporuka: 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)
Nejasnoća

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
Preporuka: 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)
Nedostajuće informacije

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
Preporuka: 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.
Poslednji put analizirano: 2026-03-05

Strategija za pobedu

AI analiza zahteva, prilika i izazova ovog tendera. Dobijte strateške uvide za povećanje verovatnoće pobede.

65%
Procenjena verovatnoća pobedeUmereno podudaranje

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.

Ključne poruke za pobedu

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.

Ključne prilike
Demonstrate a deep understanding of the business requirements outlined in Technical Specification Annex 1, showing how the proposed solution directly addresses user roles and system objects.
Leverage the detailed technical guidelines in Technical Specification Annex 2 to propose a solution that is not only compliant but also forward-thinking in its architecture and integration strategy.
Propose a highly detailed and realistic project plan for the first stage, showcasing a clear understanding of the scope, deliverables, and timeline, which carries 50% of the evaluation weight.
Offer a competitive cost per working hour, as this also accounts for 50% of the evaluation criteria, making it a direct driver of scoring.
Ključni izazovi
The absence of explicit evaluation criteria makes it difficult to precisely optimize the bid against specific weighting. The 50/50 split between project plan and cost is the only explicit guidance.

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.

The tender is for a framework agreement, implying potential for future work and the need to establish a strong, long-term relationship. The initial bid must set the stage for this.

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.

Profil idealnog ponuđača
An experienced IT development and maintenance company with a proven track record in building and supporting complex government or public sector software solutions. They should possess a skilled team with demonstrable experience in microservices architecture, data modeling, UI/UX design, and integration, capable of delivering high-quality work within defined timelines and budgets.
Ključni zahtevi
High-quality project plan for the first stage
Cost per working hour for development and maintenance services
Demonstrated technical capability aligned with Technical Specification Annexes 1-4
Team composition and experience (mandatory roles, minimum experience)
Adherence to all mandatory exclusion grounds and eligibility requirements
Ključni diskriminatori
A highly detailed and innovative project plan for the first stage that goes beyond mere compliance, offering proactive solutions and risk mitigation strategies.
Demonstrated experience in developing and maintaining similar procurement or administrative systems for public sector entities, evidenced by case studies or references.
A clear and compelling narrative in the bid proposal that articulates a deep understanding of the Transport Administration's specific challenges and objectives, beyond just the technical requirements.
Prilike za društvenu vrednost
While social value is not explicitly requested, consider including a commitment to employing local talent or offering training opportunities to junior developers within the project team, if feasible and alignable with team composition requirements. This can be subtly woven into the project plan or team introduction.
Fokusne oblasti ponude
Project Plan for the First Stage50%

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.

Cost per Working Hour50%

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.

Preporuke6
Master the Technical Specifications
KritičnoVeliki napor

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.

Ensures technical compliance and demonstrates a deep understanding of the client's needs, crucial for both technical capability and project plan quality.
Optimize Project Plan for 50% Weighting
KritičnoVeliki napor

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.

Directly addresses 50% of the evaluation criteria, significantly influencing the overall score.
Competitive Hourly Rate Strategy
KritičnoSrednji napor

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.

Directly addresses the other 50% of the evaluation criteria, making it a primary driver of the bid's success.
Highlight Team Expertise and Experience
VisokoSrednji napor

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.

Builds confidence in the bidder's ability to deliver and differentiates from competitors with less experienced teams.
Address Exclusion and Eligibility Rigorously
SrednjeSrednji napor

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.

Prevents disqualification, which is a fundamental requirement for any bid.
Utilize All Provided Forms
SrednjeMali napor

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.

Avoids administrative disqualification and shows diligence in following tender instructions.
Konkurentsko pozicioniranje
Position as a reliable, technically proficient partner capable of delivering a high-quality, cost-effective solution for a critical public sector tool. Emphasize proven experience in government IT projects and a deep understanding of the technical nuances outlined in the tender documents. Highlight the strength and experience of the proposed team as a key differentiator.

Konkurenti

Nadogradite da biste videli koje kompanije će se verovatno nadmetati na ovom tenderu, na osnovu istorijskih podataka o javnim nabavkama.

Prijavite se

Zahtevi i kvalifikacije

19 zahteva u 5 kategorija

Predaja (7)
Obavezno (2)
Usklađenost (3)
Tehnički (6)
Finansijski (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.

Pregled zahteva

Registrujte se da biste videli potpune zahteve i analizu

Dokumenti

14 dokumenata dostupno sa AI sažecima

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.

Pregled dokumenata

Registrujte se da biste videli sažetke i analizu dokumenata

81
Odlično

Rezultat kvaliteta tendera

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.

Pregled rezultata

Zakonska usklađenost90/100

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.

Jasnoća95/100

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.

Potpunost85/100

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
Pravičnost70/100

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
Praktičnost75/100

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
Konzistentnost podataka95/100

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.

Održivost20/100

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

Prednosti

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

Nedostaci

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)

Preporuke

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.

Pregled AI ocene

Registrujte se da biste videli potpune zahteve i analizu

Potpuna analiza ocene kvaliteta
Detaljan pregled pod-ocena
Uvidi u prednosti i zabrinutosti
Strateške preporuke

Nije potrebna kreditna kartica • Podešavanje za 2 minuta

Nova usluga

Želite da prepustite nama ovaj tender?

Naši stručnjaci za javne nabavke pripremaju sve. Dokazano efikasno — Vi pregledate, odobrite i predate.

~1hVaše vreme
80%+80%+
$0Unapred
Pogledajte punu uporednu analizu
Bez TaaS-aSa TaaS-om
40-80 sati
Vreme pripreme
~1 sat
Vaše vreme
15-25%
Prosečan procenat uspešnosti
80%+
Procenat uspešnosti
Rizik od grešaka
Ručna provera
Stručna kontrola kvaliteta
Provera usaglašenosti
Sve radite Vi
Kompletna obrada
Sve radimo mi
Kompletna usluga
Dobijmo ovaj tender
Platite samo kada pobedite · Preko 400 kompanija nam veruje
Ili uradite sami

Dodaj u plan