Software development services

Aalto University (in the following "Customer" or "Aalto University") requests a tender for Software development services. The procurement is divided into three following areas: 1. Content Management Systems (CMS) 2. Design system 3. Custom Software development 1. Content Management Systems (CMS): Aalto University has two main Content Management System (CMS) …

CPV: 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia
Termin:
8 września 2025 09:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Software development services
Miejsce udzielenia zamówienia:
Aalto University Foundation sr
Numer nagrody:
D/3560/01.01.04.00/2025

1. Buyer

1.1 Buyer

Official name : Aalto University Foundation sr
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Software development services
Description : Aalto University (in the following "Customer" or "Aalto University") requests a tender for Software development services. The procurement is divided into three following areas: 1. Content Management Systems (CMS) 2. Design system 3. Custom Software development 1. Content Management Systems (CMS): Aalto University has two main Content Management System (CMS) platforms for websites: Drupal and WordPress. There are currently approximately 20 sites/services on Drupal used by around 2 million users with 20 million page views annually. Aalto University’s WordPress multisite based solution is for ramping up 15 smaller websites. Aalto University needs partner for maintenance and further development tasks of the websites of both platforms. 2. Desing system: Aalto University has a design system that consists of guidelines, reusable components and documentation that help the Aalto University community design and build digital products and services that are on brand, meaning that they look and feel like Aalto. In addition, using the design system ensures that the end result meets technical digital accessibility require-ments (WCAG 2.1 & 2.2 AA standard) and follow best user experience practices. The design system is currently hosted on Aalto servers. Aalto University needs partner for maintenance and fur-ther development tasks of the design system. 3. Custom software development: Aalto University has developed for its own use custom IT software and plug-ins for digital teaching and learning services. Aalto University needs a partner for maintenance and further development tasks of the software and plug-ins and possibly new ones. A potential tenderer can choose to offer their services to one or more of any of these areas. The potential tenderers will be evaluated separately for each of the areas. Only one tenderer will be selected for each category. The same tenderer can be selected for multiple categories. Detailed specifications and requirements are described in the invitation to tender and its annexes. You can find the appendices by logging into the Hanki Service/Supplier portal.
Procedure identifier : 7a17c7e0-4633-41c7-ac6d-826d488e40e5
Internal identifier : D/3560/01.01.04.00/2025
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 5 200 000 Euro
Maximum value of the framework agreement : 5 200 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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.
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.
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.
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.
Child labour and including 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.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Grave professional misconduct : The economic operator is guilty of grave professional misconduct.
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.
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 set under 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.
Breaching obligation relating to 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.
Breaching obligation relating to 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.
Business activities are suspended : The business activities of the economic operator are suspended.
Bankruptcy : The economic operator is bankrupt.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Content Management Systems (CMS)
Description : Detailed specifications and requirements are described in the invitation to tender and it’s annexes.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 3 700 000 Euro
Maximum value of the framework agreement : 3 700 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Criterion :
Type : Quality

5.1.11 Procurement documents

Deadline for requesting additional information : 25/08/2025 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 : Allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 08/09/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 08/09/2025 09:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : A party who is dissatisfied with the decision of the contracting entity or other decision made during the contract award procedure may submit a request for rectification to the contracting entity, pursuant to the Procurement Act. A party must request rectification within 14 days of receiving notice of the decision of the contracting entity together with instructions for appeal or some other resolution made in the procurement procedure. Moreover, a tenderer, a candidate who has submitted a request to participate or some other concerned party may refer the case to the Market Court by filing an appeal. Unless otherwise provided, the appeal must be made in writing within 14 days from the date on which the party has been informed of the procurement decision accompanied by the instructions for appeal.
Organisation providing more information on the review procedures : Markkinaoikeus

5.1 Lot technical ID : LOT-0002

Title : Desing System
Description : Detailed specifications and requirements are described in the invitation to tender and it’s annexes.
Internal identifier : 2.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 550 000 Euro
Maximum value of the framework agreement : 550 000 Euro

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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Criterion :
Type : Quality

5.1.11 Procurement documents

Deadline for requesting additional information : 25/08/2025 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 : Allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 08/09/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 08/09/2025 09:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : A party who is dissatisfied with the decision of the contracting entity or other decision made during the contract award procedure may submit a request for rectification to the contracting entity, pursuant to the Procurement Act. A party must request rectification within 14 days of receiving notice of the decision of the contracting entity together with instructions for appeal or some other resolution made in the procurement procedure. Moreover, a tenderer, a candidate who has submitted a request to participate or some other concerned party may refer the case to the Market Court by filing an appeal. Unless otherwise provided, the appeal must be made in writing within 14 days from the date on which the party has been informed of the procurement decision accompanied by the instructions for appeal.
Organisation providing more information on the review procedures : Markkinaoikeus

5.1 Lot technical ID : LOT-0003

Title : Custom software development
Description : Detailed specifications and requirements are described in the invitation to tender and it’s annexes.
Internal identifier : 3.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 950 000 Euro
Maximum value of the framework agreement : 950 000 Euro

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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Criterion :
Type : Quality

5.1.11 Procurement documents

Deadline for requesting additional information : 25/08/2025 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 : Required
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 08/09/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 08/09/2025 09:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : A party who is dissatisfied with the decision of the contracting entity or other decision made during the contract award procedure may submit a request for rectification to the contracting entity, pursuant to the Procurement Act. A party must request rectification within 14 days of receiving notice of the decision of the contracting entity together with instructions for appeal or some other resolution made in the procurement procedure. Moreover, a tenderer, a candidate who has submitted a request to participate or some other concerned party may refer the case to the Market Court by filing an appeal. Unless otherwise provided, the appeal must be made in writing within 14 days from the date on which the party has been informed of the procurement decision accompanied by the instructions for appeal.
Organisation providing more information on the review procedures : Markkinaoikeus

8. Organisations

8.1 ORG-0001

Official name : Aalto University Foundation sr
Registration number : 2228357-4
Postal address : PL 11000
Town : AALTO
Postcode : 00076
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Venla Virtanen
Telephone : +358 947001
Internet address : http://www.aalto.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
Organisation providing more information on the review procedures

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 : 4eaf6abe-8676-4d64-9192-9f90c8ccb8f2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/08/2025 08:14 +00:00
Notice dispatch date (eSender) : 08/08/2025 08:15 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00525829-2025
OJ S issue number : 152/2025
Publication date : 11/08/2025