Environmental and Social Due Diligence Assessments, climate change or biodiversity risk reviews, and lender advisory services

The object of the tender process is a framework arrangement for Environmental and Social Due Diligence Assessments, climate change or biodiversity risk reviews, and advisory Services. Finnvera follows the OECD Common approaches (Recommendation of the Council on OECD Legal Instruments Common Approaches for Officially Supported Export Credits and Environmental and …

CPV: 79400000 Business and management consultancy and related services
spriocdháta:
Beal. 19, 2025, 9 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Environmental and Social Due Diligence Assessments, climate change or biodiversity risk reviews, and lender advisory services
clárlann:
Finnvera Oyj
uimhir dámhachtana:
6/03.01.03/2025

1. Buyer

1.1 Buyer

Official name : Finnvera Oyj
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Environmental and Social Due Diligence Assessments, climate change or biodiversity risk reviews, and lender advisory services
Description : The object of the tender process is a framework arrangement for Environmental and Social Due Diligence Assessments, climate change or biodiversity risk reviews, and advisory Services. Finnvera follows the OECD Common approaches (Recommendation of the Council on OECD Legal Instruments Common Approaches for Officially Supported Export Credits and Environmental and Social Due Diligence) and subsequently the International Finance Corporation Performance standards (IFC PS’s). Finnvera is requesting proposals from qualified global consultant companies to provide Environmental and Social Due Diligence (ESDD) assessments and project monitoring tasks, including site visits, if necessary. The scope of the ESDD assignments may vary from benchmarking projects against all IFC Performance standards and relevant guidelines to only some specific issue or a single/selection of the IFC Performance Standards. The scope may also include reviewing climate change risk assessments, auditing emissions calculations, and evaluating compliance with the UN Guiding Principles on Business and Human Rights. A successful candidate is able to provide advisory services related to human rights due diligence, as well as review the alignment of projects with the Paris Agreement on Climate Change and the Kunming-Montreal Global Biodiversity Framework.
Procedure identifier : afe19fa3-8735-4ded-b524-4c87ab6f498b
Internal identifier : 6/03.01.03/2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement follows the Act on Public Procurement and Concession Contracts (1397/2016, Procurement Act). An open procedure is used in this procurement. All suppliers who are interested and meet the requirements can participate by submitting an offer. 1. Publication of the procurement announcement: An announcement is published about the object of the procurement, the requirements, the eligibility conditions and the time limits related to the submission of the offer. 2. Offer according to the request for tenders: Tenderers must submit their offers in accordance with the instructions given in the request for tenders. 3. Opening of tenders and evaluation of eligibility: After the deadline, the procurement unit opens the tenders and checks whether the tenderers meet the requirements. 4. Comparison of offers: The comparison of offers that meet the eligibility criteria is performed based on the selection criteria defined in the request for tenders. 5. Procurement decision: After evaluating and comparing the offers, the procurement unit makes a procurement decision. 6. Notification of the procurement decision: All participating tenderers will be notified of the procurement decision in writing. 7. Conclusion of the contract: After the procurement decision has become legally binding, the procurement unit enters into a contract with the selected supplier. Tenderers are not compensated for making, presenting, or otherwise participating in the procedure.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services

2.1.2 Place of performance

Anywhere

2.1.4 General information

Additional information : The procurement will not be divided into parts, as it is considered to form a functional and cohesive whole.
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 : Environmental and Social Due Diligence Assessments, climate change or biodiversity risk reviews, and lender advisory services
Description : The object of the tender process is a framework arrangement for Environmental and Social Due Diligence Assessments, climate change or biodiversity risk reviews, and advisory Services. Finnvera follows the OECD Common approaches (Recommendation of the Council on OECD Legal Instruments Common Approaches for Officially Supported Export Credits and Environmental and Social Due Diligence) and subsequently the International Finance Corporation Performance standards (IFC PS’s). Finnvera is requesting proposals from qualified global consultant companies to provide Environmental and Social Due Diligence (ESDD) assessments and project monitoring tasks, including site visits, if necessary. The scope of the ESDD assignments may vary from benchmarking projects against all IFC Performance standards and relevant guidelines to only some specific issue or a single/selection of the IFC Performance Standards. The scope may also include reviewing climate change risk assessments, auditing emissions calculations, and evaluating compliance with the UN Guiding Principles on Business and Human Rights. A successful candidate is able to provide advisory services related to human rights due diligence, as well as review the alignment of projects with the Paris Agreement on Climate Change and the Kunming-Montreal Global Biodiversity Framework.
Internal identifier : 6/03.01.03/2025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

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) : no
Additional information : The procurement will not be divided into parts, as it is considered to form a functional and cohesive whole.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : ECONOMIC AND FINANCIAL SITUATION
Description : Tenderer financial conditions are sufficient in relation to the size and quality of the procurement. This feature is evaluated on the basis of information obtained on the Tenderer's solvency, profitability and creditworthiness. The financial situation of the tenderer must be at least satisfactory A in Suomen Asiakastieto Oy's Rating Alfa Credit Rating or at a similar level in other generally accepted credit rating and financial reports. Statements upon separate request: The tenderer undertakes to deliver within three (3) working days at the request of the procurement unit • Suomen Asiakastieto Oy's Rating Alfa or similar generally accepted credit rating and financial report. • Financial statement information from the previous financial year or other report describing the financial situation. The procurement unit can check the Tenderer's financial information from general information sources.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Minimum references
Description : The tenderer completes the reference form in Appendix 2 with references that meet the minimum requirements as evidence of their ability and competence to provide the service in accordance with the procurement requirements. The requirements for the references are described in more detail in Appendix 2.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : PRICE 35 Points Comparison score will be calculated with the formula the lowest comparison price / comparison price to be compared × weight. The comparison price is formed from the weighted total sum of the prices offered for the skill levels (offered hourly rate multiplied by the comparison prosent for the skill level). 30 % The hour rate for expert-level E Leading advisers/advisers/ project manager services 30 % The hour rate for expert-level 01 Leading consultants/leading designers in special fields/leading 10 % The hour rate for expert-level 02 Senior consultants/senior designers in special fields/senior 10 % The hour rate for expert-level 03 Consultants/designers in special fields/specialists/senior architects services 20 %The hour rate for expert-level 04 Designers/junior specialists/architects services
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : preliminary plan for the assembling and expertise of the Independent Environmental and Social Consultant (IESC) teams
Description : PRELIMINARY PLAN FOR THE ASSEMBLING AND EXPERTISE OF THE INDEPENDENT ENVIRONMENTAL CONSULTANT (IESC) TEAMS 20 comparison points The provider must prepare a preliminary plan for the assembling and expertise of the Independent Environmental and Social Consultant (IESC) teams, and attach it to the offer. The preliminary plan will be compared as part of the qualitative evaluation of the offers. The scoring criteria are explained in more detail in the request for proposal. The maximum points for this section are 20
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : ADDITIONAL EXPERIENCE REFERENCES
Description : ADDITIONAL EXPERIENCE REFERENCES: 40 comparison points The tenderer can provide their additional experience references on Appendix 2 Reference Form. Detailed instructions and criteria for additional experience references can be found in Appendix 2 Reference Form. The tenderer can receive a maximum of 55 points for additional experience references. The tenderer with the highest score in this section will receive the full 40 comparison points. The quality comparison points for other tenderers are calculated using the formula: (Score to be compared / Highest score received by a tenderer) x 40 comparison points.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : SCORED REQUIREMENT
Description : Throughout the contract period, the tenderer is able to provide the procurement unit with a Kunming-Montreal Alignment Review to evaluate project alignment with the Kunming-Montreal Global Biodiversity Framework. If the tenderer is able to provide the a Kunming-Montreal Alignment Review to evaluate project alignment with the Kunming-Montreal Global Biodiversity Framework and can demonstrate it with one reference, the tenderer will receive 5 quality points for the quality comparison.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 5
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 : 30/04/2025 13:00 +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 : 19/05/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 19/05/2025 09:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : If the customer requests, the experts participating in the assignment must sign a confidentiality agreement in accordance with Appendix 4.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 2
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 : Finnvera Oyj
Registration number : 1484332-4
Postal address : PL 1010 (Porkkalankatu 1)
Town : Helsinki
Postcode : 00101
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Hankinnat
Telephone : +358 2946011
Internet address : http://www.finnvera.fi
Roles of this organisation :
Buyer

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 : c542f95e-8309-46ff-b65f-18f7ba7908a5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/04/2025 12:23 +00:00
Notice dispatch date (eSender) : 17/04/2025 12:23 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00257160-2025
OJ S issue number : 77/2025
Publication date : 18/04/2025