Headless CMS License for Hansel.fi

THE OBJECT OF PROCUREMENT Contracting authority is procuring Headless CMS Licenses for Hansel.fi. The object of procurement is described in more detail in the Invitation to tender and its Annexes, especially in the Annex 1 "Description of the procurement". CONTRACT PERIOD The contract period is immediately open-ended. See detailed information …

CPV: 48000000 Pachete software şi sisteme informatice
Termen limită:
10 Septembrie 2025, 09:00
Tipul de termen limită:
Depunerea unei oferte
Locul de executare:
Headless CMS License for Hansel.fi
Organismul de alocare:
Hansel Oy
Numărul de atribuire:
12901

1. Buyer

1.1 Buyer

Official name : Hansel Oy
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Headless CMS License for Hansel.fi
Description : THE OBJECT OF PROCUREMENT Contracting authority is procuring Headless CMS Licenses for Hansel.fi. The object of procurement is described in more detail in the Invitation to tender and its Annexes, especially in the Annex 1 "Description of the procurement". CONTRACT PERIOD The contract period is immediately open-ended. See detailed information in chapter 4 of the Annex A "Procurement Contract". THE SCOPE OF THE PROCUREMENT The scope of the procurement is described in more detail particularily in Annex 1 "Description of the procurement" and Annex 5 "Prices".
Procedure identifier : 09b2c70a-4230-47e1-9baf-af8b7e08be81
Internal identifier : 12901
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems

2.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : The tenderer must take into consideration that the servers must be located in the European Economic Area.

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 : Headless CMS License for Hansel.fi
Description : THE OBJECT OF PROCUREMENT Contracting authority is procuring Headless CMS Licenses for Hansel.fi. The object of procurement is described in more detail in the Invitation to tender and its Annexes, especially in the Annex 1 "Description of the procurement". CONTRACT PERIOD The contract period is immediately open-ended. See detailed information in chapter 4 of the Annex A "Procurement Contract". THE SCOPE OF THE PROCUREMENT The scope of the procurement is described in more detail particularily in Annex 1 "Description of the procurement" and Annex 5 "Prices".
Internal identifier : 12901

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : The tenderer must take into consideration that the servers must be located in the European Economic Area.

5.1.3 Estimated duration

Other duration : Unlimited

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 : Indemnity insurance
Description : The tenderer has a liability insurance for its operations. The insurance must be sufficient in relation to the risks associated with providing the services. The tenderer must on request deliver to Hansel a certificate of the existence of the liability insurance before the signing of the contract and any time during the contract period.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : The tenderer's economical standing and financial solvency is sufficiently stable to provide the contracting authority the products and services that are the subject matter of the procurement contract. The economical standing and financial solvency of the tenderer will be 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). Tenderer whose risk rating is 4, or whose economical standing and financial solvency is evaluated based on other information to be on a 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 contracting authority of the measures it is taking or has taken to improve its solvenycy, financial capacity and payment ability. In case the tenderer's data cannot be found in D&B database the tenderer commits to provide to the contracting authority upon request its income statement, balance sheet, annual report, and other financial statements if their publication is required by the laws of the tenderer's country of establishment. In addition, the tenderer commits to provide the documents, if the tenderer's risk rating is not provided by D&B . The tenderer is requested to ensure the correctness of its economic and financial standing before the end of the deadline for the tender in D&B. The tenderer commits to provide at the contracting authority request its financial statements and/or other documentation. If the tender is made as a group, the requirement applies to all members of the group. If a tenderer uses supporting entities, each of them individually must meet the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in professional or 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 : References
Description : The tender must have at least one (1) reference. The reference must meet the following requirement: - The reference customer's country of establishment is within the European Economic Area (EEA) - The headless CMS stated as a reference has been in use for at least two (2) years within the last five (5) years from the deadline for submitting tenders. - The headless CSM stated as a reference has been used for producing marketing content, such as news, blogs, event calendar, and/or document sharing. - The headless CSM stated as a reference has been used for managing navigation and various types of content elements, such as on the homepage of the organization's website. - The headless CSM stated as a reference includes at least two (2) language versions. - The reference customer organization has at least 50 employees, and the number of license users is at least five (5) people.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total comparison price
Description : See detailed information in section "Grounds for decision" of the invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Additional requirements for the software
Description : The additional requirements are described in Annex 2 " Specification Requirements", specifically in the following sheet: "1-General", "2-Access to Content", "3-Content Management" and "6-User Interface". Each of these sheets contains additional requirements for which the tenderer may receive points based on binary ("yes"/"no") responses. Points are awarded when the tenderer confirms compliance with the specified requirements. The total points for the additional requirements is calculated by summing the points awareded to the tenderer across all of the aforementioned sheets. The tenderers are requested to note that the total quality points awarded to the tenderer for the additional requirements will be scaled to a total of 30 weighted points. For more detailed information, please refer to the section "Grounds for decision" in the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 22,11
Criterion :
Type : Quality
Name : Assessment of system usability
Description : Total points for assessment of system usability based on the demos. The tenderer may receive up to 5 points per functionality demonstrated. For detailed information on how the quality points are determined, please refer to Annex 2.1 "Assessment of System Usability" of the Invitation to tender. The tenderers are requested to note that the total quality points awarded to the tenderer for the assessment of license functionalities based on the demos will be scaled to a total of 30 weighted points. For more detailed information, please refer to the section "Grounds for decision" in the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 7,89

5.1.11 Procurement documents

Deadline for requesting additional information : 23/07/2025 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 : 10/09/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 10/09/2025 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 :
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 : Hansel Oy
Registration number : 0988084-1
Postal address : PL 1386
Town : Helsinki
Postcode : 00101
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Hansel Oy
Telephone : +358 294444275
Internet address : https://www.hansel.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 : 190c6bb5-3de4-4e84-9d0a-1aa6d8fd7e0b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 12:10 +00:00
Notice dispatch date (eSender) : 04/07/2025 12:10 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00439293-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025