WSS Cloud Hosting

Keva requested tenders for cloud hosting to existing WallStreet Suite -software. This will include one production environment, and 3 test environments. Keva uses WallStreet Suite as the main treasury system. It covers most invest-ment types in Keva’s portfolio such as FX, equity, high yield, EMD, Duration and liquidity, Hedge Fund …

CPV: 72000000 Usluge informacijske tehnologije: savjetovanje, razvoj programske podrške, internet i podrška, 72211000 Usluge programiranja sustava i korisničke podrške, 72300000 Podatkovne usluge, 72600000 Usluge računalne potpore i savjetovanja
mjesto izvršenja:
WSS Cloud Hosting
registar:
Keva
nagradni broj:
111/2025

1. Buyer

1.1 Buyer

Official name : Keva
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : WSS Cloud Hosting
Description : Keva requested tenders for cloud hosting to existing WallStreet Suite -software. This will include one production environment, and 3 test environments. Keva uses WallStreet Suite as the main treasury system. It covers most invest-ment types in Keva’s portfolio such as FX, equity, high yield, EMD, Duration and liquidity, Hedge Fund and Tactical portfolios. The object of the procurement is described in annex 1, Object of the procurement. Keva does not commit to any procurement volumes. Based on the competitive tendering, one service provider will be selected. The contract period is valid until further notice.
Procedure identifier : b1b74bf2-ce8b-4ac2-9e73-096382b7e4e5
Previous notice : 9ed09ca5-a030-4f3c-9d71-ed9427ac08de-01
Internal identifier : 111/2025
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Tenders shall be received by Keva at the specified time and no tenders will be accepted after this time. Tenders sent by post, email or fax will not be accepted. Tenders received after the tender submission deadline will remain unopened. The procurement is carried out in accordance with the Act on Public Procurement and Concession Contracts (1397/2016, Act on Public Procurement and Concession Contracts). The procurement is a procurement that exceeds the EU threshold value. The procurement procedure is an open procedure (section 32 of the Act on Public Contracts). The contracting authority may suspend the procurement procedure for a genuine and justified reason (section 125 of the Act on Public Contracts). Tenderers will not be compensated for submitting a tender, presenting it or otherwise participating in the procedure. The tender offer documents are available in English. The language of the procurement is English. In a procurement that exceeds the EU threshold value, the procurement contract can be awarded no earlier than 14 days after the tenderer has received or is deemed to have received the decision and its justifications. EXCLUSION FROM THE PROCUREMENT PROCEDURE A tenderer who is guilty of the offences referred to in section 80 of the Public Procurement Act or whose person exercising the power of representation, decision-making or supervision has been guilty of the offences referred to in section 80 of the Public Procurement Act will also be excluded from the procurement procedure. A tenderer who is guilty of acting in violation of the Act on Public Procurement and Concession Contracts and/or providing false and/or incomplete information may be excluded from the procurement procedure. A tenderer who is subject to the grounds for exclusion referred to in section 81 of the Act on Public Procurement and Concession Contracts may be excluded from the procurement procedure. Tenderers who do not meet the minimum requirements for the tenderer's suitability are excluded from the procurement procedure (section 83). The content of the tender must be in accordance with the invitation to tender and its appendices, and it must contain all the information requested for the evaluation of tenderers and tenders and for the comparison of tenders. The tenderer's own terms and conditions that are contrary to the invitation to tender may not be attached to the tender. The contracting authority is obliged to reject a tender that is in violation of the invitation to tender and is not comparable (section 74). The subcontractors whose resources the tenderer relies on and the members of the consortium must jointly meet the suitability requirements as described in this invitation to tender. In this respect, Section 92 of the Act on Public Procurement and Concession Contracts is complied with. The contracting authority may reject a tender of abnormally low price or costs in relation to the nature and scope of the procurement (section 96). The above-mentioned list is not exhaustive, but the contracting authority may also refuse to accept the tender or not to carry out the procurement for other justified reasons. The exclusion of the tender is in accordance with the Act on Public Procurement and Concession Contracts and its case law.

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 ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

Anywhere

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : WSS Cloud Hosting
Description : Keva requested tenders for cloud hosting to existing WallStreet Suite -software. This will include one production environment, and 3 test environments. Keva uses WallStreet Suite as the main treasury system. It covers most invest-ment types in Keva’s portfolio such as FX, equity, high yield, EMD, Duration and liquidity, Hedge Fund and Tactical portfolios. The object of the procurement is described in annex 1, Object of the procurement. Keva does not commit to any procurement volumes. Based on the competitive tendering, one service provider will be selected. The contract period is valid until further notice.
Internal identifier : 111/2025

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 ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 16/06/2025
Duration end date : 15/06/2032

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Quality
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 60

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
Information about review deadlines : ...

6. Results

Value of all contracts awarded in this notice : 865 000 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Wall Street Systems UK LTD
Tender :
Tender identifier : WSA1545/2025
Identifier of lot or group of lots : LOT-0000
Value of the tender : 865 000 Euro
Subcontracting : Not yet known
Contract information :
Identifier of the contract : WSA1545/2025
Date of the conclusion of the contract : 11/07/2025

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders from medium tenderers
Number of tenders or requests to participate received : 1

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 : Keva
Registration number : 0119343-0
Postal address : Unioninkatu 43
Town : Helsinki
Postcode : 00170
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Keva
Telephone : +358 2061421
Internet address : http://www.keva.fi
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Wall Street Systems UK LTD
Size of the economic operator : Medium
Registration number : 03081375
Postal address : 10 Queen St Pl London
Town : London
Postcode : EC4R1BE
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

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 : e0ca02fd-aaff-47a1-afb5-93628cc2d36a - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/08/2025 09:54 +00:00
Notice dispatch date (eSender) : 07/08/2025 09:55 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00522061-2025
OJ S issue number : 151/2025
Publication date : 08/08/2025