Image CDN Solution

Yle seeks an Image CDN (Content Delivery Network) solution for image transformation, optimization and delivery. The solution should be SaaS and already in production use. The solution must allow Yle to control image quality options and ensure compatibility across diverse clients, such as mobile phones and smart TVs. The distribution …

CPV: 48900000 Razni programski paketi i računalni sustavi, 72000000 Usluge informacijske tehnologije: savjetovanje, razvoj programske podrške, internet i podrška
rok:
10. lipnja 2025. 09:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Image CDN Solution
registar:
Yleisradio Oy
nagradni broj:
YLE20240028

1. Buyer

1.1 Buyer

Official name : Yleisradio Oy
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Image CDN Solution
Description : Yle seeks an Image CDN (Content Delivery Network) solution for image transformation, optimization and delivery. The solution should be SaaS and already in production use. The solution must allow Yle to control image quality options and ensure compatibility across diverse clients, such as mobile phones and smart TVs. The distribution must be global with an effective caching mechanism and effective distribution in Finland. We require high availability with a clear SLA. The offered solution must fulfil the technical and other requirements set out in the appendix 2 of the RFP. The onboarding and implementation project starts as soon as the Agreement is signed. Yle estimates that the project starts around July-August 2025, specific times and dates to be agreed in cooperation with the selected supplier. The object of the procurement is description in detail in the RFP material that consists of: - this invitation to tender document - appendix 1 Object of the procurement, Image CDN solution - appendix 2 Technical requirements - appendix 3 Prices - appendix 4 Yle General Terms and Conditions - appendix 5 Qualification criteria, references - appendix 6 Comparison of tenders - appendix Subcontractors Kindly note all times mentioned in the RFP material are in Finnish time.
Procedure identifier : f1b55aec-7d8f-49db-ba87-79205a42d004
Internal identifier : YLE20240028
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : REGULATIONS AND PRINCIPLES TO BE FOLLOWED The procurement procedure will take place in compliance with the Finnish Act on Public Procurement and Concession Contracts 1397/2016 (“Procurement Act”) which derives from the European Community directives on public procurement (“Procurement Directives”). The procurement is also under the terms of the World Trade Organization's (WTO) Agreement on Government Procurement ("GPA") signed by the non-EU tenderer's country of establishment. The same procurement terms and conditions as those from Finland and other European Union member states shall apply to the tenderer’ from states that have signed the GPA. If the tenderer's country of establishment does not have a valid GPA agreement, the contracting entity has no obligation to accept the tenderer in the procurement procedure. PROCUREMENT PROCEDURE The contract will be concluded using an open procedure according in accordance with Section 32 of the Procurement Act. In an open procedure the contracting entity publishes a contract notice and places a call for tenders for the receivable, on which basis all prospective suppliers may submit their tenders. The procedure includes the following steps. The contracting entity (Yle): 1. Publishes a contract notice and places a call for tenders available; 2. Answers the questions received by the time limit; 3. Opens the tenders received by the time limit; 4. Reviews that the responses of the tenderer given in the ESPD form and in the tender fulfill the eligibility and suitability requirements set for the supplier; 5. Reviews that the tenders are consistent with the call for tenders; 6. Evaluates the tenders as stated in the call for tenders; 7. Makes the contract award decision and communicates the decision to all tenderers; 8. Requests and verifies the certificates and reports on the eligibility and suitability of the chosen tenderer(s); 9. Verifies the selected solution fulfills the requirements set in the call for tenders; and 10. Concludes the procurement agreement with the winner. The tenderer shall note that the contracting procedure does not include a phase of negotiation in which the tenderer could specify the given tender. DIVIDING INTO LOTS, EU SERVICE PROCUREMENT: The object of the procurement forms a logical and operationally reliable entirety and the procurement is therefore not divided into separate parts.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Anywhere

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 : Image CDN Solution
Description : Yle seeks an Image CDN (Content Delivery Network) solution for image transformation, optimization and delivery. The solution should be SaaS and already in production use. The solution must allow Yle to control image quality options and ensure compatibility across diverse clients, such as mobile phones and smart TVs. The distribution must be global with an effective caching mechanism and effective distribution in Finland. We require high availability with a clear SLA. The offered solution must fulfil the technical and other requirements set out in the appendix 2 of the RFP. The onboarding and implementation project starts as soon as the Agreement is signed. Yle estimates that the project starts around July-August 2025, specific times and dates to be agreed in cooperation with the selected supplier. The object of the procurement is description in detail in the RFP material that consists of: - this invitation to tender document - appendix 1 Object of the procurement, Image CDN solution - appendix 2 Technical requirements - appendix 3 Prices - appendix 4 Yle General Terms and Conditions - appendix 5 Qualification criteria, references - appendix 6 Comparison of tenders - appendix Subcontractors Kindly note all times mentioned in the RFP material are in Finnish time.
Internal identifier : YLE20240028

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : TURNOVER
Description : Tenderer’s financial prerequisites are sufficient in regard to the volume and quality of the procurement: The tenderer's turnover in the last two (2) financial years must be at least 1 000 000,00 EUR per accounting period.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : FINANCIAL SITUATION / CREDIT RATING
Description : The tenderer’s financial situation is deemed to fulfil the requirement if the tenderer’s credit rating is “A” (satisfactory) based on the rating of Suomen Asiakastieto Oy or a similar establishment, or between 1 and 3, or if the financial situation on the basis of the analysis of the financial statements or otherwise may be deemed to fulfil the requirement. A tenderer whose credit rating, based on the rating of Suomen Asiakastieto Oy, is C or 5, shall be excluded from the competitive bidding. A tenderer, whose rating is B or 4, may be excluded, if the tenderer does not provide with a surety obligation, warranted by its parent company or group, covering the contractual obligations in full. The surety obligation is required to be attached to the tender and the company acting as surety is required to fulfil the above-mentioned requirement regarding the financial situation (at the minimum “A” or credit rating 1-3). In the event the tenderer is a group, all the group members are required to fulfil the said requirement.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : LIABILITY INSURANCE
Description : The Service Provider shall take out a liability insurance policy for its operations. The insurance shall be sufficient in relation to the risks associated with providing the Service. Upon request, the Service Provider shall deliver to the customer a liability insurance certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a relevant professional register
Description : It is enrolled in the relevant professional 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 : 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 : TECHNICAL AND PROFESSIONAL ABILITY // REFERENCE REQUIREMENTS
Description : Tenderer must provide 2 customer references that fulfill the following requirements: 1) The reference solution is similar or equivalent to the object of the procurement and the reference solution must be the same solution the tenderer offers to Yle. 2) The reference solution must have been in production use for at least 12 months. 3) The service provided in the reference must have similar or larger content as service requested in the invitation to tender, meaning that the number of image requests is at least 6 billion per month or an average of 200 million per day. A reference will only be accepted when the tenderer has been responsible for setting up and maintaining the reference solution or when the tenderer has been responsible for the same set of tasks as in this Yle’s procurement. For example, references from a subcontractor for the provision of a software service will not be accepted unless the subcontractor is also responsible for the provision of the software service in this Yle’s procurement. The references submitted must not be older than three (3) years calculated from the month of submitting the tenders, so the earliest allowed expiry date is June/2022. Note! Please do not give details of references on this ESPD-form, but instead on the appendix 5 of the call for tenders. In the mandatory fields below, you may enter any values, for example "0" for value and textual fields and the date of sending the tender for the date field.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price comparison
Description : Price comparison
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 95
Criterion :
Type : Quality
Name : Quality
Description : Quality
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 38
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 : 26/05/2025 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 : 10/06/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 10/06/2025 09:15 +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 : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
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 -

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 : Yleisradio Oy
Registration number : 0215438-8
Postal address : Uutiskatu 5
Town : Helsinki
Postcode : 00240
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Procurement Services
Telephone : +358 914801
Internet address : http://www.yle.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 : 9345f685-eb6d-4c48-bda1-7a0b03a95119 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/05/2025 09:28 +00:00
Notice dispatch date (eSender) : 08/05/2025 09:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00300638-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025