Sanctions list screening service

GENERAL INFORMATION The Finnish Government Shared Services Centre for Finance and HR (known as "Palkeet") is procuring a sanctions list screening service. The procurement was previously planned by The State Treasury of Finland ("Valtiokonttori") and a prior information notice was published (2023/S 116-364442, https://www.hankintailmoitukset.fi/en/public/procurement/89741/notice/131096). At the beginning of 2024 the …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72221000 Servicios de consultoría en análisis empresarial
Plazo:
25 de septiembre de 2024 a las 09:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Sanctions list screening service
Organismo adjudicador:
The Finnish Government Shared Services Centre for Finance and HR
Número de premio:
503918

1. Buyer

1.1 Buyer

Official name : The Finnish Government Shared Services Centre for Finance and HR
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Sanctions list screening service
Description : GENERAL INFORMATION The Finnish Government Shared Services Centre for Finance and HR (known as "Palkeet") is procuring a sanctions list screening service. The procurement was previously planned by The State Treasury of Finland ("Valtiokonttori") and a prior information notice was published (2023/S 116-364442, https://www.hankintailmoitukset.fi/en/public/procurement/89741/notice/131096). At the beginning of 2024 the responsibility for the procurement was transferred from State Treasury to Palkeet. More about Palkeet: https://palkeet.fi/en/home/ SCOPE OF THE PROCUREMENT The scope of the procurement is a service that must enable screenings of persons and legal entities and their owners and ultimate beneficial owners (UBOs) against the EU sanctions lists. In addition the service should also comprehensively include other major sanctions lists, for example US OFAC, UN and UK sanctions lists and also other viable sanctions lists. The service must include both one-time searches and also monitoring of entities. The procurement includes: - access and use of the service - support and maintenance - deployment project - other optional professional services and additional services The service will be used by Palkeet and its customers. The scope of the procurement is further defined in the annexes of this call for tenders, especially in annex 1 'Description of the procurement object'. CONTRACT PERIOD The Agreement enters into force once it has been signed by both Contracting Parties and remains in force for the initial fixed period of 2 years. After the fixed period, the Agreement shall be valid until further notice. Check section 5 of the annex A 'Agreement'.
Procedure identifier : 2720524b-0ab7-4fe8-b3fe-9060183321c7
Internal identifier : 503918
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : 1. GENERAL INFORMATION ABOUT THE PROCUREMENT PROCEDURE This procurement will be implemented as an open procedure as per the Act on Public Procurement and Concession Contracts (1397/2016). This procurement exceeds the EU threshold level. No compensation will be paid to suppliers for submitting a tender or for any other type of participation in the process or related actions. 2. SUBMITTING THE TENDER AS A GROUP OF ECONOMIC OPERATORS AND SUBCONTRACTING The supplier may submit the tender as a group of economic operators. In this case, however, it is required that the enterprises that belong to the group undertake with joint liability to fulfill the obligations and responsibilities of the contract. If the group is awarded with the contract, all group members shall sign the contract. The members of the group may not be changed during the procurement procedure or the contract period. The group and the supplier with subcontractors is required to have the technical, economic and financial and other capacities to provide the services in accordance with the contract for the whole contract period. The group may be requested to provide information / proof on how the relationships between the members of the group have been arranged. If the supplier uses subcontractors, it shall be responsible for the work of its subcontractors as of their own work. If the supplier participates in the procurement process independently, using the services of its subcontractors as a part of its tender and being responsible for their work, the supplier must state in the annex D how the subcontractor participates in producing the service. Supplier or a group of economic operators may use the resources of other entities to fulfill the selection criteria of the procurement without taking into account the legal nature of their relationship. The resources of other entities must be de facto at the disposal of the supplier or the group of economic operators during the agreement period. Such resources may include, for example the use of references concerning the supply of services included in the procurement by the supplier's group companies or other economic entities, provided that this entity is named in the tender as a subcontractor for the supplier or the group of economic operators, and de facto participates in supplying the service. 3. PROGRESS OF THE PROCUREMENT PROCEDURE Before comparing the tenders it is examined whether tenderers meet the selection criteria related to registration and technical and professional ability. Tenderer failing to meet the selection criteria will be excluded from the tender competition. Offered services shall comply with the content of the call for tenders and its annexes. The tenderer shall reply to all the required sections and include all the required documentation to its tender. The tender as a whole will be used to examine compliance with the call for tenders. Tenders which do not comply with the terms of the call for tenders or the tender procedure will be excluded from the tender competition. 4. CONTRACT AWARD DECISION The contract award decision will be sent to all tenderers. The procurement contract shall be concluded by making a separate written contract. The contract may be concluded no sooner than 14 days after the tenderer has received or is deemed to have received notice of the decision and instructions for appeal.

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 ): 72221000 Business analysis consultancy services

2.1.2 Place of performance

Anywhere in the European Economic Area

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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The economic operator can confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, 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.
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 : Sanctions list screening service
Description : GENERAL INFORMATION The Finnish Government Shared Services Centre for Finance and HR (known as "Palkeet") is procuring a sanctions list screening service. The procurement was previously planned by The State Treasury of Finland ("Valtiokonttori") and a prior information notice was published (2023/S 116-364442, https://www.hankintailmoitukset.fi/en/public/procurement/89741/notice/131096). At the beginning of 2024 the responsibility for the procurement was transferred from State Treasury to Palkeet. More about Palkeet: https://palkeet.fi/en/home/ SCOPE OF THE PROCUREMENT The scope of the procurement is a service that must enable screenings of persons and legal entities and their owners and ultimate beneficial owners (UBOs) against the EU sanctions lists. In addition the service should also comprehensively include other major sanctions lists, for example US OFAC, UN and UK sanctions lists and also other viable sanctions lists. The service must include both one-time searches and also monitoring of entities. The procurement includes: - access and use of the service - support and maintenance - deployment project - other optional professional services and additional services The service will be used by Palkeet and its customers. The scope of the procurement is further defined in the annexes of this call for tenders, especially in annex 1 'Description of the procurement object'. CONTRACT PERIOD The Agreement enters into force once it has been signed by both Contracting Parties and remains in force for the initial fixed period of 2 years. After the fixed period, the Agreement shall be valid until further notice. Check section 5 of the annex A 'Agreement'.
Internal identifier : 751402

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 ): 72221000 Business analysis consultancy services

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

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)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : The tenderer's economic and financial standing shall be at least satisfactory. The tenderer's economic and financial standing is assessed on the basis of a report of credit rating agency. The selected supplier is obliged to provide the contracting authority such report on request. If the tender is submitted by a group, this requirement applies to all members of the group.
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : The economic operator is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Criterion :
Type : Technical and professional ability
Name : References
Description : The requirements relating to the technical and professional ability of the tenderer are set out in the Annex B References. The tenderer must meet all the reference requirements set out in the annex. The tenderer must fill in the Annex B in accordance with the instructions given in the annex. Annex B must be uploaded as an attachment to the tender under the tab 'Other terms and conditions' in the electronic tendering system. If the tender is submitted as a group, the members of the group may complete this requirement together. If the tenderer relies on the resources of other entities (resource units) to fulfil the requirement, the tenderer together with its resource units may fulfil the requirement together. The resources of other entities can only be used if these entities perform all or part of the services covered by the contract.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Comparison price
Description : The price comparison of the tenders is described in detail in the section "Grounds for decision" of the call for tenders.
Weight (points, exact) : 60
Criterion :
Type : Quality
Name : Usability assessment
Description : The qualitative comparison of the tenders is described in detail in the annex C.0 of the call for tenders.
Weight (points, exact) : 40
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 : 05/09/2024 07:00 +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 : 25/09/2024 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 25/09/2024 09:05 +00:00
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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
TED eSender : Hansel Oy (Hilma)

8. Organisations

8.1 ORG-0001

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-0002

Official name : The Finnish Government Shared Services Centre for Finance and HR
Registration number : 2272612-8
Postal address : Kauppakatu 40
Town : Joensuu
Postcode : 80100
Country subdivision (NUTS) : Pohjois-Karjala ( FI1D3 )
Country : Finland
Contact point : The Finnish Government Shared Services Centre for Finance and HR
Telephone : +358 295562000
Roles of this organisation :
Buyer

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

10. Change

Version of the previous notice to be changed : 82a29514-cd21-4b79-9a47-f2f2c50273a5-01
Main reason for change : Information updated
Description : In response to the answers, a correction notice to the Call for Tenders has been made. Revised versions of Annexes 1 and 1.2 have been published. The changes are highlighted in red for clarity. In addition, the tendering period has been extended by two days.

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : 7209ce95-79b1-4842-8502-929c5188fbee - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/09/2024 06:16 +00:00
Notice dispatch date (eSender) : 13/09/2024 06:18 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00555689-2024
OJ S issue number : 180/2024
Publication date : 16/09/2024