Software for railway condition analytics

The Finnish Transport Infrastructure Agency is tendering a railway condition analytics software. The material to be analyzed comprises approximately 7200 kilometers of railway tracks, and the measurement data is updated 2 to 6 times per year depending on the section of the track. The aim of the FTIA is to …

CPV: 48000000 Logiciels et systèmes d'information, 72000000 Services de technologies de l'information, conseil, développement de logiciels, internet et appui
Délai:
2 juin 2025 09:00
Type de délai:
Soumission d'offres
Lieu d'exécution:
Software for railway condition analytics
Service d'adjudication:
The Finnish Transport Infrastructure Agency
Numéro d'adjudication:
VÄYLÄ/77/02.01.11/2025

1. Buyer

1.1 Buyer

Official name : The Finnish Transport Infrastructure Agency
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Software for railway condition analytics
Description : The Finnish Transport Infrastructure Agency is tendering a railway condition analytics software. The material to be analyzed comprises approximately 7200 kilometers of railway tracks, and the measurement data is updated 2 to 6 times per year depending on the section of the track. The aim of the FTIA is to procure a ready-made software that will be implemented through interfaces to the FTIA's data sources. The functionalities that are not yet part of the software must be implemented and priced for the deployment project PoC phase (agreement 6.1). The procurement will cover the service and the platform, implementations, maintenance, version updates, technical support and user training for users. The supplier is responsible of the total service.
Procedure identifier : ae97b5c6-a374-4b4b-b9b3-d35189136bd8
Internal identifier : VÄYLÄ/77/02.01.11/2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Anywhere
Additional information : The provider must ensure that the servers are located within the European Economic Area.

2.1.4 General information

Legal basis :
Directive 2014/25/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 : Software for railway condition analytics
Description : The Finnish Transport Infrastructure Agency is tendering a railway condition analytics software. The material to be analyzed comprises approximately 7200 kilometers of railway tracks, and the measurement data is updated 2 to 6 times per year depending on the section of the track. The aim of the FTIA is to procure a ready-made software that will be implemented through interfaces to the FTIA's data sources. The functionalities that are not yet part of the software must be implemented and priced for the deployment project PoC phase (agreement 6.1). The procurement will cover the service and the platform, implementations, maintenance, version updates, technical support and user training for users. The supplier is responsible of the total service.
Internal identifier : VÄYLÄ/77/02.01.11/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Anywhere
Additional information : The provider must ensure that the servers are located within the European Economic Area.

5.1.3 Estimated duration

Other duration : Unlimited

5.1.4 Renewal

Maximum renewals : 0
Other information about renewals : This is an open-ended contract with no option periods.

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
Information about previous notices :
Identifier of the previous notice : 20869-2025

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : The tenderer's economical standing and financial solvency is sufficient stable to provide the FTIA the products and services that are the subject matter of the Agreements. The tenderer's economical standing and financial solvency is primarily evaluated based on European Business credit reports in the service provided by Dun & Bradstreet (hereinafter D&B), which must indicate a risk rating score of 1 to 2 (D&B). If the tenderer's information is not stated in the service provided by D&B, the economical standing and financial solvency of the tenderer will be evaluated based on financial statement and/or other similar information. These certifications will be separately requested from the tenderer if they are required. Tenderer whose risk rating is 4 or whose economical standing and financial solvency is evaluated based on other information to be on similar basis, will be excluded from the procurement process. A tenderer whose risk rating in D&B's risk classification is 3, or whose solvency, financial capacity, and payment ability are assessed to correspond to risk rating score 3, may be excluded from the tender competition if the supplier is unable to provide reliable and satisfactory evidence to the FTIA of the measures it is taking or has taken to improve its solvency, financial capacity, and payment ability.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Eligibility to engage in professional activities and enrolment in professional or trade registers
Description : The tenderer is enrolled in the professional or trade register in accordance with the legislation of the country of establisment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Description : The tenderer shall have one to three references (deliveries to customer) from the same software that satisfies the conditions listed below. One reference is enough if it satisfies all conditions both I-III and A-F. The conditions I, II and III must be met with all presented references regardless of how many references are presented. The tenderer can use multiple references to satisfy conditions A-F. Note: All references must be of the same software, albeit different deliveries or variations of the same software. All references shall satisfy the following conditions (all references must satisfy all conditions I-III): I) The tenderer reference delivery for a railway condition analytics software has been used to analyze data concerning a track network of more than 1000 kilometers in length. II) The customer for the reference delivery shall be a railway infrastructure owner located in the European Economic Area. III) The software delivery stated as a reference must have been in use for at least one (1) year within the last five (5) years from the deadline for the submission of applications. The references shall satisfy the following conditions (multiple (1-3) references can be used to satisfy these conditions A-F. This means all references do not have to satisfy all conditions. Note: All conditions must be satisfied by the total of all references): A) The reference software shall have been implemented as a web-browser -based (SaaS) solution. B) The reference software shall have been implemented to receive data via a computer interface from client's data repository. C) The reference software shall have aligned consecutive track recording car measurements for the client. D) The reference software shall have aligned track recording car measurement data and asset data. E) The reference software shall have included track geometry condition predictions. F) The reference software shall have included automated railway maintenance strategies that apply track geometry condition predictions or railway specific business rules.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total comparison price
Description : See detailed information in the request for proposal section "Grounds for Decision".
Category of award weight criterion : Fixed value (total)
Award criterion number : 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

Deadline for requesting additional information : 12/05/2025 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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 02/06/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 02/06/2025 09:05 +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 : The contract can be signed no earlier than 14 days after the procurement decision has been communicated. The FTIA will arrange review for the winning tenderer before the contract is signed. The contract will only come to effect once it has been signed.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Not in use.

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 : The Finnish Transport Infrastructure Agency -

8. Organisations

8.1 ORG-0001

Official name : The Finnish Transport Infrastructure Agency
Registration number : 1010547-1
Postal address : PL 33 (Opastinsilta 12 A)
Town : HELSINKI
Postcode : 00521
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Hansel Oy
Telephone : +358 294444275
Internet address : http://www.vayla.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

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-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 : acd8e6cc-564f-4079-8f1e-d8765210f7e7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/04/2025 10:22 +00:00
Notice dispatch date (eSender) : 30/04/2025 12:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00282725-2025
OJ S issue number : 85/2025
Publication date : 02/05/2025