eFront Invest cloud hosting

Keva request tenders for existing eFront Invest -software. Keva will not offer licences to Windows or SQL-servers. Keva uses eFront Invest for managing our own private equity type of in-vestments, which include real estate funds, infrastructure funds, private equity funds and Hedge funds. Keva role is an investor. The object …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72211000 Servicios de programación de sistemas y software de usuario, 72300000 Servicios relacionados con datos, 72600000 Servicios de apoyo informático y de consultoría
Plazo:
2 de mayo de 2025 a las 06:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
eFront Invest cloud hosting
Organismo adjudicador:
Keva
Número de premio:
107/2025

1. Buyer

1.1 Buyer

Official name : Keva
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : eFront Invest cloud hosting
Description : Keva request tenders for existing eFront Invest -software. Keva will not offer licences to Windows or SQL-servers. Keva uses eFront Invest for managing our own private equity type of in-vestments, which include real estate funds, infrastructure funds, private equity funds and Hedge funds. Keva role is an investor. The object of the procurement is described in Annex 1, Object of the procurement. Keva does not commit to any procurement volumes. Based on the competitive tendering, one service provider will be selected. The contract period is valid until further notice.
Procedure identifier : c4c1637c-c490-47ce-9f04-8a1909df48a7
Internal identifier : 107/2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Tenders shall be received by Keva at the specified time and no tenders will be accepted after this time. Tenders sent by post, email or fax will not be accepted. Tenders received after the tender submission deadline will remain unopened. The procurement is carried out in accordance with the Act on Public Procurement and Concession Contracts (1397/2016, Act on Public Procurement and Concession Contracts). The procurement is a procurement that exceeds the EU threshold value. The procurement procedure is an open procedure (section 32 of the Act on Public Contracts). The contracting authority may suspend the procurement procedure for a genuine and justified reason (section 125 of the Act on Public Contracts). Tenderers will not be compensated for submitting a tender, presenting it or otherwise participating in the procedure. The tender offer documents are available in English. The language of the procurement is English. In a procurement that exceeds the EU threshold value, the procurement contract can be awarded no earlier than 14 days after the tenderer has received or is deemed to have received the decision and its justifications. EXCLUSION FROM THE PROCUREMENT PROCEDURE A tenderer who is guilty of the offences referred to in section 80 of the Public Procurement Act or whose person exercising the power of representation, decision-making or supervision has been guilty of the offences referred to in section 80 of the Public Procurement Act will also be excluded from the procurement procedure. A tenderer who is guilty of acting in violation of the Act on Public Procurement and Concession Contracts and/or providing false and/or incomplete information may be excluded from the procurement procedure. A tenderer who is subject to the grounds for exclusion referred to in section 81 of the Act on Public Procurement and Concession Contracts may be excluded from the procurement procedure. Tenderers who do not meet the minimum requirements for the tenderer's suitability are excluded from the procurement procedure (section 83). The content of the tender must be in accordance with the invitation to tender and its appendices, and it must contain all the information requested for the evaluation of tenderers and tenders and for the comparison of tenders. The tenderer's own terms and conditions that are contrary to the invitation to tender may not be attached to the tender. The contracting authority is obliged to reject a tender that is in violation of the invitation to tender and is not comparable (section 74). The subcontractors whose resources the tenderer relies on and the members of the consortium must jointly meet the suitability requirements as described in this invitation to tender. In this respect, Section 92 of the Act on Public Procurement and Concession Contracts is complied with. The contracting authority may reject a tender of abnormally low price or costs in relation to the nature and scope of the procurement (section 96). The above-mentioned list is not exhaustive, but the contracting authority may also refuse to accept the tender or not to carry out the procurement for other justified reasons. The exclusion of the tender is in accordance with the Act on Public Procurement and Concession Contracts and its case law.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

Anywhere

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : eFront Invest cloud hosting
Description : Keva request tenders for existing eFront Invest -software. Keva will not offer licences to Windows or SQL-servers. Keva uses eFront Invest for managing our own private equity type of in-vestments, which include real estate funds, infrastructure funds, private equity funds and Hedge funds. Keva role is an investor. The object of the procurement is described in Annex 1, Object of the procurement. Keva does not commit to any procurement volumes. Based on the competitive tendering, one service provider will be selected. The contract period is valid until further notice.
Internal identifier : 107/2025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 02/06/2025
Duration end date : 01/06/2032

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's turnover
Description : The tenderer's turnover for the one of the last three financial year is at least 1 000 000 euros.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance.
Description : The supplier has liability insurance.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Description : The tenderer provides information on references in Annex 5
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Quality
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 16/04/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 02/05/2025 06:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 02/05/2025 06:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus -

8. Organisations

8.1 ORG-0001

Official name : Keva
Registration number : 0119343-0
Postal address : Unioninkatu 43
Town : Helsinki
Postcode : 00170
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Keva
Telephone : +358 2061421
Internet address : http://www.keva.fi
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 122803ca-49ac-47f6-a67e-141c4eda7c27 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/04/2025 06:20 +00:00
Notice dispatch date (eSender) : 02/04/2025 06:23 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00215778-2025
OJ S issue number : 66/2025
Publication date : 03/04/2025