Consultancy Services, Eurasia

The contracting authority CMI Martti Ahtisaari Peace Foundation (“CMI”) seeks in this Call for Tenders all interested companies to submit a tender in the procurement of Consultant/Advisor Services to support CMI’s programs in the Eurasia region. The objective of this Call for Tenders is to purchase these Services from a …

CPV: 98900000 Services provided by extra-territorial organisations and bodies, 75210000 Foreign affairs and other services
Place of execution:
Consultancy Services, Eurasia
Awarding body:
CMI - Martti Ahtisaari Peace Foundation sr
Award number:
2025-024392-LOT-0001

1. Buyer

1.1 Buyer

Official name : CMI - Martti Ahtisaari Peace Foundation sr
Legal type of the buyer : International organisation
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Consultancy Services, Eurasia
Description : The contracting authority CMI Martti Ahtisaari Peace Foundation (“CMI”) seeks in this Call for Tenders all interested companies to submit a tender in the procurement of Consultant/Advisor Services to support CMI’s programs in the Eurasia region. The objective of this Call for Tenders is to purchase these Services from a third party on the basis of a Service Contract. This procurement does not involve an employment relationship with CMI. Aim of this procurement is to create a Service Agreement between CMI and suitable contractor ("Service Provider") for delivering consultancy services for supporting CMI’s mediation processes in Ukraine, Moldova, and the South Caucasus, as well as the broader region including Europe, Russia, and Central Asia, dependant on CMI's needs. The Agreement does not constitute an exclusive right to the assignments of the Contracting Authority. One (1) Service provider will be selected for both Lot 1: Senior Programmatic and Lot 2: Service Senior Consultant, to perform the Service. The Service provided by the Consultant aims to support Customer’s works to prevent and resolve conflicts through dialogue and mediation. The Consultant shall provide consultancy and advisory services to the Customer including but not limited to what is stated in Description of the Object of the Procurement (Annex 1). Any Tenderer may bid independently or use sub-contractors. Group of Tenderers may also form a consortium. In such a case, all members of the consortium are juridically and economically equally responsible for the services and all members must fill in their own ESPD form. In case of a consortium, one member shall be nominated as the Lead Company, coordinating the tender and representing the Consortium in contractual terms. The contracting authority may wholly or partially interrupt the procurement procedure, for example, in situations where none of the tenders received meet the requirements of the Invitation to Tender, or if the conditions during the competitive bidding process change in such a way that the contracting authority is unable to make use of the results of the bidding. No compensation will be paid to Tenderers for preparing a tender, presenting it or otherwise taking part in the procedure. The tender documents are available in English. Should the tenderer wish to obtain the tender documents in another language, they shall themselves arrange for their translation and bear the costs thus incurred. LOTS This contract is divided into lots. Lot 1 includes the services of a Senior Programmatic Consultant. Lot 2 includes the services of Senior Consultant. A tender may be submitted for one lot or both lots upon Tenderer's discretion. Each Tenderer may submit one (1) tender for each lot. Alternate or parallel tenders are not accepted.
Procedure identifier : f81488cb-4fce-4e8d-9b6a-4b2a5a057244
Type of procedure : Open
Main features of the procedure : The procurement is subject to the Finnish Act on Public Procurement and Concession Contracts (the ‘Procurement Act’, 1397/2016). The procurement constitutes an above-EU-threshold procurement as referred to in Section 26 of the Procurement Act. Procurement procedure is carried out according to the open procedure stated in the section 32 of the Finnish Act on Public Procurements and Concession Contracts (1397/2016). In an open procedure, all interested parties may review the tender materials and submit their tenders. The procurement procedure will progress in the following steps: 1. Opening of the tenders 2. Verifying the suitability of the tenderers. The tenderers that do not fulfill the suitability criteria, will be excluded from the tendering process. 3. Verifying that the tenders fulfill the requirements of the Call for Tenders; the tenders that do not fulfill the requirements will be excluded from the tendering process. 4. If more than one (1) Tenderer fulfill the requirements of the Call for Tenders, the Tenderers will be compared based on the comparison criteria. 5. Selecting the Tenderer(s) in accordance with the comparison results 6. Verifying the supporting documents and references about the suitability of the winner(s) 7. Contract award decision and notification. 8. Concluding and signing the Agreement with the selected Service Provider(s).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98900000 Services provided by extra-territorial organisations and bodies
Additional classification ( cpv ): 75210000 Foreign affairs and other services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 2 500 000 Euro

2.1.4 General information

Additional information : ABOUT THE CONTRACT The contract based on this procurement shall take effect from its signing. The contract shall continue in force until terminated. The conditions of the contract are described in the Annex 2, Contract draft. The Consultancy Agreement does not constitute an exclusive right to the assignments of The Contracting Authority. The Consultancy Agreement shall be signed on both lots between CMI and one (1) Service Provider. Selection is based on the contract award criteria later specified in this notice. The Service Provider is selected independently on both lots: this means that the selected Tenderer may be the same Tenderer on both lots, if the said Tenderer submitted their tender on both lots and obtains the highest score on both lots, and similarly, the selected Tenderer may be different on lot 1 than lot 2. The value of the procurement is strongly dependent on the Contracting Authority's funding, and can vary a lot. Besides, The Contracting Authority is also entitled to take advantage of using other agreements it has or will have in this region or in another region. The total 4 year value may reach up to 2 500 000 EUR (excl. VAT), but can also be much lower.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Senior Programmatic Consultant
Description : This lot concerns a consultant fulfilling the Senior Programmatic Consultant requirements set in detail in the tender form.
Internal identifier : 2025-024392-LOT-0001

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98900000 Services provided by extra-territorial organisations and bodies
Additional classification ( cpv ): 75210000 Foreign affairs and other services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

5.1.6 General information

Procurement Project not financed with EU Funds.
Additional information : PRICE POINTS Tenderers may earn up to 30 points on the basis of price. On all Lots, the tenderers are asked to fill in 1. price per working day without travel requirements, and 2. price per working day with travel requirements. For purposes of comparison, these two prices are summed up to create a "Comparison Price". On the basis of Comparison Prices, price points are calculated as follows: lowest Comparison Price / tender Comparison Price * 30 points QUALITY POINTS Tenderers may earn up to 70 points on grounds of the Consultant's additional references. The total quality points are calculated as follows: tender reference points / highest obtained reference points * 70 points TOTAL POINTS For the final comparison, the price points and quality points shall be added up. The tenderer scoring the highest total points shall be selected as the Service Provider.

5.1.7 Strategic procurement

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

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price (30 %)
Description : Tenderers may earn up to 30 points on the basis of price.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Senior Programmatic Consultant's references/skills (70 %)
Description : Tenderers may earn up to 70 points on grounds of the Consultant's additional references/skills.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70

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 : The Market Court
Organisation providing additional information about the procurement procedure : CMI - Martti Ahtisaari Peace Foundation sr
Organisation providing more information on the review procedures : CMI - Martti Ahtisaari Peace Foundation sr

5.1 Lot technical ID : LOT-0003

Title : Senior Consultant
Description : This lot concerns a consultant fulfilling at least the Senior Consultant requirements set in detail in the tender form.
Internal identifier : 2025-024392-LOT-0003

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98900000 Services provided by extra-territorial organisations and bodies
Additional classification ( cpv ): 75210000 Foreign affairs and other services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

5.1.6 General information

Procurement Project not financed with EU Funds.
Additional information : PRICE POINTS Tenderers may earn up to 30 points on the basis of price. On all Lots, the tenderers are asked to fill in 1. price per working day without travel requirements, and 2. price per working day with travel requirements. For purposes of comparison, these two prices are summed up to create a "Comparison Price". On the basis of Comparison Prices, price points are calculated as follows: lowest Comparison Price / tender Comparison Price * 30 points QUALITY POINTS Tenderers may earn up to 70 points on grounds of the Consultant's additional references. The total quality points are calculated as follows: tender reference points / highest obtained reference points * 70 points TOTAL POINTS For the final comparison, the price points and quality points shall be added up. The tenderer scoring the highest total points shall be selected as the Service Provider.

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price (30 %)
Description : Tenderers may earn up to 30 points on basis of price.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Senior Consultant's references (70 %)
Description : Tenderers may earn up to 70 points on grounds of the Consultant's additional references.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70

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 : The Market Court
Organisation providing additional information about the procurement procedure : CMI - Martti Ahtisaari Peace Foundation sr
Organisation providing more information on the review procedures : CMI - Martti Ahtisaari Peace Foundation sr

6. Results

Value of all contracts awarded in this notice : 594 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Matveev Denis
Tender :
Tender identifier : Denis Matveev
Identifier of lot or group of lots : LOT-0001
Value of the tender : 594 000 Euro
The tender is a variant : yes
Subcontracting : No
Contract information :
Identifier of the contract : 2025-030834 (CON-0001)
Title : Agreement for Consultancy Services - Senior Programmatic Consultant
Date of the conclusion of the contract : 04/09/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

8. Organisations

8.1 ORG-0001

Official name : CMI - Martti Ahtisaari Peace Foundation sr
Registration number : 3187418-1
Postal address : Eteläranta 12
Town : Helsinki
Postcode : 00130
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 50 338 9269
Other contact points :
Contact point : Suomen Hankintajuristit Asianajotoimisto Oy
Telephone : +358 40 038 3842
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
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-0004

Official name : Matveev Denis
Size of the economic operator : Micro, small, or medium
Registration number : Matveev Denis
Town : Torrevieja
Postcode : 03183
Country subdivision (NUTS) : Alicante / Alacant ( ES521 )
Country : Spain
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : The Market Court
Registration number : FI30061576
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

Notice information

Notice identifier/version : 65c78862-8533-418e-81c8-1ab694009906 - 01
Form type : Result
Notice type : Contract or concession award notice – light regime
Notice dispatch date : 06/10/2025 10:03 +03:00
Languages in which this notice is officially available : English
Notice publication number : 00657027-2025
OJ S issue number : 192/2025
Publication date : 07/10/2025