Procurement of Impact surveys, impact studies, gender advisory services and Paris alignment assignments to support Finnfund’s investments

Finnfund is looking for service providers (“Consultants”) to conduct impact surveys and impact studies to capture insights on and impact of Finnfund’s pipeline and portfolio companies on their customers, workers, other stakeholders, and the economy. In addition, Finnfund is looking for consultants to support its pipeline and portfolio companies in …

CPV: 79300000 Investigación mercadotécnica y económica; sondeos y estadísticas, 79400000 Servicios de consultoría comercial y de gestión y servicios afines
Plazo:
26 de septiembre de 2024 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of Impact surveys, impact studies, gender advisory services and Paris alignment assignments to support Finnfund’s investments
Organismo adjudicador:
Teollisen yhteistyön rahasto Oy
Número de premio:
2024-012890-LOT-0001

1. Buyer

1.1 Buyer

Official name : Teollisen yhteistyön rahasto Oy
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Procurement of Impact surveys, impact studies, gender advisory services and Paris alignment assignments to support Finnfund’s investments
Description : Finnfund is looking for service providers (“Consultants”) to conduct impact surveys and impact studies to capture insights on and impact of Finnfund’s pipeline and portfolio companies on their customers, workers, other stakeholders, and the economy. In addition, Finnfund is looking for consultants to support its pipeline and portfolio companies in providing gender advisory services, and in conducting Paris alignment assessments in accordance with international standards. A more detailed description of the Service is available in Annex 1.1 TOR DIS Assignments. The Framework Agreement is divided into four (4) lots: 1. Impact surveys 2. Impact studies 3. Gender advisory services 4. Paris alignment assessments The contracting authority selects as service providers for each Lot tenderers who have submitted a tender in accordance with the call for tenders for the Lot and who are deemed to meet the Lot-specific suitability requirements set out in the ESPD form. The procedure for awarding contracts based on the Framework Agreement, including their terms, are described in the Annex 1 "Framework Agreement" and in the Annex 1.4 "The Award Criteria of LTP". The Framework Agreement will enter into force on 1 November 2024 or as soon as the tendering process is finalised and will last for two (2) years. The Customer have a possibility for one (1) of two (2) years extension (option period). The customer notifies the Service Provider of the exercise of the option period in writing three (3) months before the end of the fixed contract period. Orders and Order Agreements may only be concluded during the term of the Framework Agreement. The Order and the Order Agreement may be valid for a maximum of six (6) months after the termination of the Framework Agreement. The terms of this Framework Agreement shall apply to the Order Agreement and Orders until the termination of the Order Agreement. The Framework Agreement does not include any obligation to buy the Service, nor does it give any exclusive right to provide the Services stipulated in the call for tenders.
Procedure identifier : a083cc43-5e04-46fd-aec0-9b4735ff187a
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics

2.1.3 Value

Maximum value of the framework agreement : 2 200 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4

2.1.6 Grounds for exclusion

Participation in a criminal organisation : The tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein 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.
Corruption : The tenderer 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, 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 tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein 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.
Terrorist offences or offences linked to terrorist activities : The tenderer 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.
Money laundering or terrorist financing : The tenderer 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.
Child labour and other forms of trafficking in human beings : The tenderer 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
Payment of taxes : The tenderer has breached its obligations to pay taxes in the country of its establishment or in the country of the buyer.
Payment of social security contributions : The tenderer has breached its obligations to pay social security contributions in the country of its establishment or in the country of the buyer.
Purely national exclusion grounds : The tenderer has breached the following obligations defined in the Finnish criminal code: violation of the right to organise, work hour offence, extortionate work discrimination, work discrimination, work safety offence or the use of unauthorised foreign labour.
Breaching of obligations in the fields of environmental law : The tenderer has breached its obligations in the field of environmental law.
Breaching of obligations in the fields of social law : The tenderer has breached its obligations in the field of social law.
Breaching of obligations in the fields of labour law : The tenderer has breached its obligations in the field of labour law.
Conflict of interest due to its participation in the procurement procedure : The participation of the tenderer in the procurement procedure gives rise to conflicts of interest.
Direct or indirect involvement in the preparation of this procurement procedure : The tenderer, or any undertaking related to it, has advised the buyer or otherwise been involved in the preparation of the procurement procedure.
Early termination, damages or other comparable sanctions : The tenderer's previous contracts or concessions have been terminated prematurely or damages or other similar penalties have been claimed in connection with the contracts in question.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The tenderer is in one of the following situations. a) It has misrepresented information in relation to the exclusion or selection criteria, b) It has withheld such information, c) It has delayed to submit the supporting information required by a buyer, or d) It has tried to influence the decision making process of the buyer, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award.
Bankruptcy : The tenderer is bankrupt.
Insolvency : The tenderer is subject of insolvency or winding-up.
Arrangement with creditors : The tenderer is in arrangement with creditors.
Analogous situation like bankruptcy under national law : The tenderer is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Assets being administered by liquidator : The assets of the tenderer are being administered by a liquidator or by the court.
Business activities are suspended : The business activities of the tenderer are suspended.
Guilty of grave professional misconduct : The tenderer is guilty of grave professional misconduct.
Agreements with other economic operators aimed at distorting competition : The tenderer has entered into agreements aimed at distorting competition.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LOT 1: Impact surveys
Description : As described in Annex 1.1 "TOR for Procurement".
Internal identifier : 2024-012890-LOT-0001

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics

5.1.2 Place of performance

Anywhere
Additional information : As described in Annex 1.1 "TOR for Procurement".

5.1.3 Estimated duration

Start date : 01/11/2024
Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : The Customer have a possibility for one (1) of two (2) years extension (option period). The customer notifies the Service Provider of the exercise of the option period in writing three (3) months before the end of the fixed contract period.

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Neighbourhood, Development and International Cooperation Instrument (NDICI) (2021/2027)
Identifier of EU funds : EFSD+/2023/452–505
Further details of EU funds : The Contracting Authority will carry out part of the procurement with this funding.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : For technical reasons, the contracting entity has announced that the number of tenderers to be selected for the framework agreement is 100. As described in the object of procurement, the contracting entity shall establish a framework agreement in which it selects, on the basis of tenders, all tenderers who have submitted tenders in accordance with the call for tenders and which are considered suitable.

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Reference requirement
Description : As descriped in the ESPD-document and in the Annex 2 "Company References".
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : The contracting authority will choose all suitable tenderers for the framework agreement who have submitted tenders according to the call for tenders. During the contract period, orders will be made according to terms of the Framework Agreement or based on Lighter Tendering Process (see further details in Section 4 of the Framework Agreement). The comparison of LTP tenders takes place in a Lighter Tendering Process according to the criteria described in the Annex 1.4. When submitting a tender, the tenderer must bear in mind that the tender and its prices become binding once the submission deadline has passed. Under the framework contract, the contracting entity has the right to order the service at the prices quoted by the tenderer. During the contract term, the tenderer cannot adjust its prices except in circumstances outlined in the framework contract.
Weight (percentage, exact) : 100
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

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 09/09/2024 12:00 +03:00

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 : 26/09/2024 12:00 +03:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 26/09/2024 12:01 +03:00
Place : Opening ceremony is not public.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 100
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The Market Court
Organisation providing additional information about the procurement procedure : Teollisen yhteistyön rahasto Oy
Organisation providing more information on the review procedures : Teollisen yhteistyön rahasto Oy
Organisation receiving requests to participate : Teollisen yhteistyön rahasto Oy
Organisation processing tenders : Teollisen yhteistyön rahasto Oy
TED eSender : Hansel Oy (Hilma)

5.1 Lot technical ID : LOT-0002

Title : LOT 2: Impact studies
Description : As described in Annex 1.1 "TOR for Procurement".
Internal identifier : 2024-012890-LOT-0002

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics

5.1.2 Place of performance

Anywhere
Additional information : As described in Annex 1.1 "TOR for Procurement".

5.1.3 Estimated duration

Start date : 01/11/2024
Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : The Customer have a possibility for one (1) of two (2) years extension (option period). The customer notifies the Service Provider of the exercise of the option period in writing three (3) months before the end of the fixed contract period.

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not yet known
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Neighbourhood, Development and International Cooperation Instrument (NDICI) (2021/2027)
Identifier of EU funds : EFSD+/2023/452–505
Further details of EU funds : The Contracting Authority will carry out part of the procurement with this funding.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : For technical reasons, the contracting entity has announced that the number of tenderers to be selected for the framework agreement is 100. As described in the object of procurement, the contracting entity shall establish a framework agreement in which it selects, on the basis of tenders, all tenderers who have submitted tenders in accordance with the call for tenders and which are considered suitable.

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Reference requirement
Description : As descriped in the ESPD-document and in the Annex 2 "Company References".
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : The contracting authority will choose all suitable tenderers for the framework agreement who have submitted tenders according to the call for tenders. During the contract period, orders will be made according to terms of the Framework Agreement or based on Lighter Tendering Process (see further details in Section 4 of the Framework Agreement). The comparison of LTP tenders takes place in a Lighter Tendering Process according to the criteria described in the Annex 1.4. When submitting a tender, the tenderer must bear in mind that the tender and its prices become binding once the submission deadline has passed. Under the framework contract, the contracting entity has the right to order the service at the prices quoted by the tenderer. During the contract term, the tenderer cannot adjust its prices except in circumstances outlined in the framework contract.
Weight (percentage, exact) : 100
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

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 09/09/2024 12:00 +03:00

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 : 26/09/2024 12:00 +03:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 26/09/2024 12:01 +03:00
Place : Opening ceremony is not public.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 100
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The Market Court
Organisation providing additional information about the procurement procedure : Teollisen yhteistyön rahasto Oy
Organisation providing more information on the review procedures : Teollisen yhteistyön rahasto Oy
Organisation receiving requests to participate : Teollisen yhteistyön rahasto Oy
Organisation processing tenders : Teollisen yhteistyön rahasto Oy
TED eSender : Hansel Oy (Hilma)

5.1 Lot technical ID : LOT-0003

Title : LOT 3: Gender advisory services
Description : As described in Annex 1.1 "TOR for Procurement".
Internal identifier : 2024-012890-LOT-0003

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics

5.1.2 Place of performance

Anywhere
Additional information : As described in Annex 1.1 "TOR for Procurement".

5.1.3 Estimated duration

Start date : 01/11/2024
Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : The Customer have a possibility for one (1) of two (2) years extension (option period). The customer notifies the Service Provider of the exercise of the option period in writing three (3) months before the end of the fixed contract period.

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Neighbourhood, Development and International Cooperation Instrument (NDICI) (2021/2027)
Identifier of EU funds : EFSD+/2023/452–505
Further details of EU funds : The Contracting Authority will carry out part of the procurement with this funding.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : For technical reasons, the contracting entity has announced that the number of tenderers to be selected for the framework agreement is 100. As described in the object of procurement, the contracting entity shall establish a framework agreement in which it selects, on the basis of tenders, all tenderers who have submitted tenders in accordance with the call for tenders and which are considered suitable.

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Reference requirement
Description : As descriped in the ESPD-document and in the Annex 2 "Company References".
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : The contracting authority will choose all suitable tenderers for the framework agreement who have submitted tenders according to the call for tenders. During the contract period, orders will be made according to terms of the Framework Agreement or based on Lighter Tendering Process (see further details in Section 4 of the Framework Agreement). The comparison of LTP tenders takes place in a Lighter Tendering Process according to the criteria described in the Annex 1.4. When submitting a tender, the tenderer must bear in mind that the tender and its prices become binding once the submission deadline has passed. Under the framework contract, the contracting entity has the right to order the service at the prices quoted by the tenderer. During the contract term, the tenderer cannot adjust its prices except in circumstances outlined in the framework contract.
Weight (percentage, exact) : 100
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

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 09/09/2024 12:00 +03:00

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 : 26/09/2024 12:00 +03:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 26/09/2024 12:01 +03:00
Place : Opening ceremony is not public.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 100
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The Market Court
Organisation providing additional information about the procurement procedure : Teollisen yhteistyön rahasto Oy
Organisation providing more information on the review procedures : Teollisen yhteistyön rahasto Oy
Organisation receiving requests to participate : Teollisen yhteistyön rahasto Oy
Organisation processing tenders : Teollisen yhteistyön rahasto Oy
TED eSender : Hansel Oy (Hilma)

5.1 Lot technical ID : LOT-0004

Title : LOT 4: Paris alignment assessments
Description : As described in Annex 1.1 "TOR for Procurement".
Internal identifier : 2024-012890-LOT-0004

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics

5.1.2 Place of performance

Anywhere
Additional information : As described in Annex 1.1 "TOR for Procurement".

5.1.3 Estimated duration

Start date : 01/11/2024
Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : The Customer have a possibility for one (1) of two (2) years extension (option period). The customer notifies the Service Provider of the exercise of the option period in writing three (3) months before the end of the fixed contract period.

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not yet known
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Neighbourhood, Development and International Cooperation Instrument (NDICI) (2021/2027)
Identifier of EU funds : EFSD+/2023/452–505
Further details of EU funds : The Contracting Authority will carry out part of the procurement with this funding.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : For technical reasons, the contracting entity has announced that the number of tenderers to be selected for the framework agreement is 100. As described in the object of procurement, the contracting entity shall establish a framework agreement in which it selects, on the basis of tenders, all tenderers who have submitted tenders in accordance with the call for tenders and which are considered suitable.

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Reference requirement
Description : As descriped in the ESPD-document and in the Annex 2 "Company References".
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : The contracting authority will choose all suitable tenderers for the framework agreement who have submitted tenders according to the call for tenders. During the contract period, orders will be made according to terms of the Framework Agreement or based on Lighter Tendering Process (see further details in Section 4 of the Framework Agreement). The comparison of LTP tenders takes place in a Lighter Tendering Process according to the criteria described in the Annex 1.4. When submitting a tender, the tenderer must bear in mind that the tender and its prices become binding once the submission deadline has passed. Under the framework contract, the contracting entity has the right to order the service at the prices quoted by the tenderer. During the contract term, the tenderer cannot adjust its prices except in circumstances outlined in the framework contract.
Weight (percentage, exact) : 100
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

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 09/09/2024 12:00 +03:00

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 : 26/09/2024 12:00 +03:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 26/09/2024 12:01 +03:00
Place : Opening ceremony is not public.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 100
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The Market Court
Organisation providing additional information about the procurement procedure : Teollisen yhteistyön rahasto Oy
Organisation providing more information on the review procedures : Teollisen yhteistyön rahasto Oy
Organisation receiving requests to participate : Teollisen yhteistyön rahasto Oy
Organisation processing tenders : Teollisen yhteistyön rahasto Oy
TED eSender : Hansel Oy (Hilma)

8. Organisations

8.1 ORG-0001

Official name : Teollisen yhteistyön rahasto Oy
Registration number : 0356880-6
Postal address : Porkkalankatu 22 A
Town : Helsinki
Postcode : 00180
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 9348434
Internet address : http://www.finnfund.fi
Other contact points :
Official name :
Contact point : PTCServices Ltd
Telephone : +358 505439137
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1 A
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295563630
Roles of this organisation :
TED eSender

8.1 ORG-0003

Official name : The Market Court
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

11. Notice information

11.1 Notice information

Notice identifier/version : 1b0e6859-70d1-487e-9226-7e6fca850c27 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/08/2024 13:10 +03:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00516354-2024
OJ S issue number : 167/2024
Publication date : 28/08/2024