INVITATION TO PARTICIPATE: Identity and Access Management

Procurement targets are services related to system, design, delivery, and support service of an Identity governance and administration (IGA) solution. The objectives for the solution include: • Simplify the current architecture. • Enhance access review capabilities. • Increase self-service functionalities. • Increase role-based access control functionalities. • Ensure service catalog …

CPV: 48000000 Softwarepaket und Informationssysteme, 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung
Ausführungsort:
INVITATION TO PARTICIPATE: Identity and Access Management
Vergabestelle:
VTT Technical Research Centre of Finland Ltd
Vergabenummer:
Reg. no. 19/206/2025

1. Buyer

1.1 Buyer

Official name : VTT Technical Research Centre of Finland Ltd
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : INVITATION TO PARTICIPATE: Identity and Access Management
Description : Procurement targets are services related to system, design, delivery, and support service of an Identity governance and administration (IGA) solution. The objectives for the solution include: • Simplify the current architecture. • Enhance access review capabilities. • Increase self-service functionalities. • Increase role-based access control functionalities. • Ensure service catalog and architecture support both research and business needs. • Fulfill certification and regulatory requirements such as ISO27001 and GDPR. The object of the procurement is described in more detail in the annexes of this invitation to participate.
Procedure identifier : ff11a457-9d10-43f0-a330-175e83c03c47
Internal identifier : Reg. no. 19/206/2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Procurement Procedure is Negotiation Procurement Exceeding the EU Threshold. The procurement procedure is a negotiated procedure because VTT needs cannot be fullfilled without modifying present solutions. Solutions involves planning and innovative organinizing. Grounds for decision: 1397/2016 Act on Public Procurement and Concession Contracts, section 34. No compensation will be paid to candidates for participating in the procurement procedure. The preliminary schedule for the procurement procedure is described in Appendix 3 of the invitation to participate, titled 'Invitation to negotiate_draft". The stages of the procurement procedure are described below: 1. APPLICATION PHASE In the first stage of the procurement procedure, candidates are requested to submit request to participate for the participation procedure. To submit a request to participate, the candidate must fulfill all the requirements and conditions set forth in the invitation to participate documents. VTT reserves the right to reject any candidate who does not meet all the requirements and accept all the conditions. VTT selects three (3) candidates from those who have submitted request to participate and meet the requirements, unless there are fewer suitable candidates than three (3). If there are more candidates, they are ranked according to the criteria described in the section “Basis for Decision Making". VTT verifies the suitability of candidates based on the request to participate. VTT may request candidates to provide further details regarding their request to participate. 2. NEGOTIATION PHASE VTT sends selected candidates invitation to negotiate and preliminary invitation to tender. Selected candidates will submit a preliminary tender as described in the preliminary invitation to tender. VTT and selected candidates will negotiate separately the solutions that are presented in draft tenders and fulfill VTT's needs and defined requirements for the preliminary invitation for tender. 3. NOTICE FOR ENDING NEGOTIATIONS AND FINAL INVITATION TO TENDER VTT sends final invitation to tender to candidates who have participated in negotiations. The tenderers submit to VTT the questions conserning the invitation to tender. VTT gives answers to the above mentioned questions. The tenderers submit the final tenders. 4. THE EVALUATION OF THE TENDERS VTT will compare tenders based on the criteria described in the final invitation to tender. 5. PROCUREMENT DECISION AND NOTIFICATION 6. CONTRACT PHASE VTT initiates contract negotiations with the winning tenderer to address any remaining details. VTT reserves the right to begin negotiations with the next-ranked tenderer if a mutually acceptable outcome consistent with the final invitation to tender and the tender cannot be reached within a reasonable timeframe with the winning tenderer.

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 ): 48000000 Software package and information systems

2.1.2 Place of performance

Country : Finland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 700 000 Euro

2.1.4 General information

Additional information : Contract is valid until further notice.
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 : INVITATION TO PARTICIPATE: Identity and Access Management
Description : Procurement targets are services related to system, design, delivery, and support service of an Identity governance and administration (IGA) solution. The objectives for the solution include: • Simplify the current architecture. • Enhance access review capabilities. • Increase self-service functionalities. • Increase role-based access control functionalities. • Ensure service catalog and architecture support both research and business needs. • Fulfill certification and regulatory requirements such as ISO27001 and GDPR. The object of the procurement is described in more detail in the annexes of this invitation to participate.
Internal identifier : Reg. no. 19/206/2025

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 ): 48000000 Software package and information systems

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

5.1.5 Value

Estimated value excluding VAT : 700 000 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
Additional information : Contract is valid until further notice.

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
Name : Statement of Financial and Other Operational Competence
Description : The candidate must be able to carry out the contract according to the invitation to participate. On VTT’s request, the candidate commits to provide a statement of financial and other operational competence, taking into account the subject of the invitation to participate and other basic competences. The candidate must be able to demonstrate ability to carry out the contract according to the invitation to participate.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Creditworthiness
Description : The candidate must provide information about the company’s creditworthiness. The candidate’s Rating Alfa must be at least on A+ level of Suomen Asiakastieto Oy or the A rating level of Dun & Bradstreet Finland Oy at the time of the suitability check. If the candidate does not have a rating from Suomen Asiakastieto Oy or Dun & Bradstreet Finland Oy, the candidate must present a report from another equivalent credit information provider indicating low credit risk.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Turnover requirement
Description : Annual turnover is minimum 2 000 000 € / recently confirmed financial year.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The candidate must have valid liability insurance latest in the beginning of the contract period. The liability insurance must be relevant to the risks associated with the contract.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental issues and corporate social responsibility (CSR)
Description : The candidate undertakes to comply with the business principles set by VTT in the Annex 5 “VTT's Supplier Code of Conduct” in order to be a supplier of services to VTT. In its operations and supply chains, the candidate takes into account the requirements and issues related to the Corporate Social Responsibility.
Use of this criterion : Used
Criterion :
Type : Other
Name : Sanctions
Description : 1) Finland, The EU, the UN, the USA (OFAC) or the United Kingdom (HMT) have imposed and may in the future impose sanctions in their legislation and / or by decisions of their institutions. The candidate declares that: (a) the sanctions referred to above have not been imposed - to the candidate, - members of the candidate's administrative, management or supervisory body or persons exercising powers of representation, decision-making or supervision, - the direct or indirect owners of the candidate, - subcontractors involved in the supply of products or services under contract awarded, - the members of the administrative, management or supervisory body of the subcontractors concerned or control, representation, decision-making or supervisory power over those subcontractors, nor - the direct or indirect owners of the subcontractors concerned or other beneficiary, b) as referred to in Article 5 k of Regulation (EU) 833/2014, the candidate is not i. a Russian citizen or a natural person or legal entity, entity or body established in Russia, ii. legal entity, entity or body, of which the entity referred to in point b) i. above directly or indirectly owns more than 50 percent, nor iii. a natural person, legal entity, entity or body acting on behalf of or under the direction of the entity referred to in point b) i. or b) ii c) The candidate's subcontractor, supplier or resource unit, whose share is more than 10 percent of the value of the procurement contract, is not in points b) i.-iii. intended entity d) The candidate shall immediately notify VTT if sanctions are imposed to any of the parties referred to in point (a); and e) Activities under this invitation to participate or products or services produced by the candidate and its subcontractors does not violate the above sanctions. Upon request, the candidate shall immediately provide VTT with information on its direct or indirect owners, subcontractors or other beneficiaries. In addition, the tenderer undertakes to notify VTT without delay if a performance related to the procurement may, directly or indirectly, end up to a sanctioned party. 2) If (a) Finland, the EU, the UN, the US (OFAC) or the United Kingdom (HMT) impose sanctions on the tenderer, or the entities referred to in point 1 (a) above; or (b) the performance/-s of the contract, directly or indirectly, may end up to a sanctioned party; VTT may terminate the awarded contract immediately as a result of this tendering process, either in full or in respect of the products or services to which the sanctions relate. 3) If these warranties have been breached, the candidate is obliged to compensate VTT for all damages caused to it, without the limitations of liability. More about the sanctions: EU Best Practices for the effective implementation of the restrictive measures https://data. consilium.europa.eu/doc/document/ST-8519-2018-INIT/en /pdf.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in the relevant trade registers kept in the Member State of its establishment: It 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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience (Company references)
Description : The suitability requirements are to ensure candidate’s ability to fulfill and perform the procurement. A reference is a previous contract with a reference company carried out by the candidate, based on which VTT is able to evaluate the ability of the candidate to fulfill the procurement discussed in this invitation to participate. Candidate must provide at least two (2) references that meet the following requirements: The candidate must have delivered a similar solution (as specified in Annex 1) to the reference company within the past four (4) years, with the service period lasting over one (1) year. • The solution must include both a delivery project and support services. • The delivery project must have incorporated workshops and the support service, and both must have been conducted in Finnish. o The reference company must employ a minimum of 2,000 workers. o The annual cost of solution for the reference company must be at least €100,000.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality management system
Description : Information security management of the service is acquired to built in accordance with commonly known framework (i.e. ISO 27001) and evaluated by an external expert.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Candidate's workforce
Description : The candidate's workforce in three (3) years must have consisted annually at least 50 employees.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 3

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : The evaluation of the candidates is described in invitation to participate, section 'Grounds for decision'.
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 : 13/06/2025 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 requests to participate : 07/07/2025 09:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : A binding contract between the parties concerning the subject of the procurement shall not enter into force until both parties have signed the contract. The contact shall be drawn up in English. VTT reserves the right to enter into contract negotiations with the next successful tenderer if, after a reasonable period of time, mutually acceptable agreement is not achieved through the negotiations with the successful tenderer.
Electronic invoicing : Required
Electronic ordering will be used : no
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 -
Organisation providing additional information about the procurement procedure : VTT Technical Research Centre of Finland Ltd -

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 : VTT Technical Research Centre of Finland Ltd
Registration number : 2647375-4
Postal address : P.O. Box 1000, VTT
Town : Espoo
Postcode : 02044
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : VTT Technical Research Centre of Finland Ltd
Telephone : +358 20722111
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

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 : ca7fbc51-b63f-43bc-a5cd-c20d87a9f593 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/06/2025 06:04 +00:00
Notice dispatch date (eSender) : 05/06/2025 06:05 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00368521-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025