Live Casino Games

Veikkaus is requesting tenders for a framework arrangement to procure a high-quality live casino gaming system including games, associated gaming platform(s), back-end system and related tools, hardware, software, and Internet connections, integration, maintenance, support, and other expert services (hereinafter the "Solution"). The Solution shall further include any updates, improvements, or …

CPV: 72000000 ИТ услуги: консултации, разработване на софтуер, Интернет и поддръжка, 92350000 Услуги, свързани със залагания и хазарт
Краен срок:
Авг. 6, 2025, 9 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Live Casino Games
Издаващ орган:
Veikkaus Oy
Номер на наградата:
569395

1. Buyer

1.1 Buyer

Official name : Veikkaus Oy
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Live Casino Games
Description : Veikkaus is requesting tenders for a framework arrangement to procure a high-quality live casino gaming system including games, associated gaming platform(s), back-end system and related tools, hardware, software, and Internet connections, integration, maintenance, support, and other expert services (hereinafter the "Solution"). The Solution shall further include any updates, improvements, or enhancements to the Solution supplied to Veikkaus by the Supplier as well as all user and operating documentation related to the Solution, and any copies of any of the foregoing. Veikkaus will select one supplier to provide the Solution as a Service according to the requirements and descriptions set out in the Call for Tender documents. Veikkaus estimates the value of this procurement to be 1.2 M EUR in 3 years and maximum of 2 M EUR in 5 years (VAT 0 %).
Procedure identifier : 99cdb18f-e830-4e71-84ca-be4cd6549def
Internal identifier : 569395
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : 1. GENERAL The legislation concerning the public procurement is applied to the procurement. 2. CONTRACT NOTICE A contract notice has been published on the website www.hankintailmoitukset.fi and http://ted.europa.eu . The contract award notice shall be published after the award decision. 3. PROCESSING OF TENDERS 3.1 SUITABILITY OF TENDERS Before the tenders are processed it shall be assessed whether the tenderers meet the technical, professional and economic and financial requirements presented in clause/form "Exclusion and suitability (ESPD)". The tenderer’s suitability shall be examined using the information provided in the tender, other financial statements (if separately requested) and the information available from risk rating reports. Tenderers who do not meet the minimum requirements set in the Call for Tenders shall be excluded from the tender competition. A tenderer who has been convicted of or in which any person with powers of representation, decision making or control has been convicted of an offence as referred in EU Public Procurement Directive 57 article, section 1 or to extortionate work discrimination as stated in the Criminal Code of Finland, chapter 47 section 3(a) shall also be excluded from the tender competition. A tenderer to whom a criterion for exclusion as referred to in Public Procurement Act may also be excluded from the tender competition. 3.2 COMPLIANCE OF TENDERS WITH THE CALL FOR TENDERS The solution and services tendered shall comply with the content of the Call for Tenders and its annexes. All the requested information and required annexes must be annexed to the tender. In examining the compliance of the tender the tender is assessed based on the entire content of the tender. Tenders that are not in compliance with the Call for Tenders or in accordance with the conditions of the tendering procedure shall be excluded from the tender competition. 3.3 EVALUATION OF TENDERS The evaluation of the tenders shall be made according to chapter "Grounds for decision". 3.4 AWARD DECISION AND ITS NOTIFICATION The award decision shall be sent for the information of all the tenderers via email. The contract does not come into force as a result of the notification of the decision, but requires a separate written contract.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92350000 Gambling and betting services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Maximum value of the framework agreement : 2 000 000 Euro

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 : Live Casino Games
Description : Veikkaus is requesting tenders for a framework arrangement to procure a high-quality live casino gaming system including games, associated gaming platform(s), back-end system and related tools, hardware, software, and Internet connections, integration, maintenance, support, and other expert services (hereinafter the "Solution"). The Solution shall further include any updates, improvements, or enhancements to the Solution supplied to Veikkaus by the Supplier as well as all user and operating documentation related to the Solution, and any copies of any of the foregoing. Veikkaus will select one supplier to provide the Solution as a Service according to the requirements and descriptions set out in the Call for Tender documents. Veikkaus estimates the value of this procurement to be 1.2 M EUR in 3 years and maximum of 2 M EUR in 5 years (VAT 0 %).
Internal identifier : 569395

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92350000 Gambling and betting services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The Agreement shall automatically renew for subsequent one-year periods after the expiration of the Initial Period and each subsequent one-year period (each a “Renewal Period”), unless either Party provides written notice to the other Party of its decision not to renew the Agreement at least three (3) months prior to the end of Initial Period or then current Renewal Period. For the avoidance of doubt, such termination shall not take effect earlier than at the expiration of the Initial Period or Renewal Period, as applicable. For the sake of clarity, the maximum number of Renewal Periods is two (2)

5.1.5 Value

Maximum value of the framework agreement : 2 000 000 Euro

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

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration in the trade register
Description : The tenderer is registered in the relevant trade registers kept by the Member State of establishment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : During the reference period, the tenderer has performed the following types of services
Description : The technical and professional qualifications of the tenderer related to the requirements set for the tenderer's experience in accordance with the procurement documents.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total price
Description : Price: 55 total points - General Net Gaming Revenue share, 55 points
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 55
Criterion :
Type : Quality
Description : Quality: 45 points total, divided into sections: - Amount Game Types per Game Category, 40 points - Sustainability, 5 points
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 45

5.1.11 Procurement documents

Deadline for requesting additional information : 15/07/2025 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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 06/08/2025 09:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/08/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The procurement in question concerns an IT-system. The integration of the solution requires the contracting authority to make an investment that renders a shorter agreement period financially and practically unsound. Pursuant to HE 108/2016 vp, p. 139 these are justified grounds for a framework agreement exceeding 4 years.
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 : 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 : Veikkaus Oy
Registration number : 2765220-1
Postal address : PL 1
Town : Veikkaus
Postcode : 01009
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Procurement
Telephone : +358 943701
Internet address : https://www.veikkaus.fi
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

Notice information

Notice identifier/version : 22ebe2c8-ab52-4cc1-998c-e1d751381748 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/07/2025 12:45 +00:00
Notice dispatch date (eSender) : 07/07/2025 12:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00445355-2025
OJ S issue number : 129/2025
Publication date : 09/07/2025