Consultancy Services, Eurasia

The contracting authority CMI Martti Ahtisaari Peace Foundation (“CMI”) seeks in this Call for Tenders all interested companies to submit a tender in the procurement of Consultant/Advisor Services to support CMI’s programs in the Eurasia region. The objective of this Call for Tenders is to purchase these Services from a …

CPV: 75210000 Storitve na področju zunanjih zadev in druge storitve, 98900000 Storitve eksteritorialnih organizacij in ustanov
Rok:
19. junij 2025. 12:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Consultancy Services, Eurasia
Organ za podeljevanje:
CMI - Martti Ahtisaari Peace Foundation sr
Številka dodelitve:
2025-024392-LOT-0001

1. Buyer

1.1 Buyer

Official name : CMI - Martti Ahtisaari Peace Foundation sr
Legal type of the buyer : International organisation
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Consultancy Services, Eurasia
Description : The contracting authority CMI Martti Ahtisaari Peace Foundation (“CMI”) seeks in this Call for Tenders all interested companies to submit a tender in the procurement of Consultant/Advisor Services to support CMI’s programs in the Eurasia region. The objective of this Call for Tenders is to purchase these Services from a third party on the basis of a Service Contract. This procurement does not involve an employment relationship with CMI. Aim of this procurement is to create a Service Agreement between CMI and suitable contractor ("Service Provider") for delivering consultancy services for supporting CMI’s mediation processes in Ukraine, Moldova, and the South Caucasus, as well as the broader region including Europe, Russia, and Central Asia, dependant on CMI's needs. The Agreement does not constitute an exclusive right to the assignments of the Contracting Authority. One (1) Service provider will be selected for both Lot 1: Senior Programmatic and Lot 2: Service Senior Consultant, to perform the Service. The Service provided by the Consultant aims to support Customer’s works to prevent and resolve conflicts through dialogue and mediation. The Consultant shall provide consultancy and advisory services to the Customer including but not limited to what is stated in Description of the Object of the Procurement (Annex 1). Any Tenderer may bid independently or use sub-contractors. Group of Tenderers may also form a consortium. In such a case, all members of the consortium are juridically and economically equally responsible for the services and all members must fill in their own ESPD form. In case of a consortium, one member shall be nominated as the Lead Company, coordinating the tender and representing the Consortium in contractual terms. The contracting authority may wholly or partially interrupt the procurement procedure, for example, in situations where none of the tenders received meet the requirements of the Invitation to Tender, or if the conditions during the competitive bidding process change in such a way that the contracting authority is unable to make use of the results of the bidding. No compensation will be paid to Tenderers for preparing a tender, presenting it or otherwise taking part in the procedure. The tender documents are available in English. Should the tenderer wish to obtain the tender documents in another language, they shall themselves arrange for their translation and bear the costs thus incurred. LOTS This contract is divided into lots. Lot 1 includes the services of a Senior Programmatic Consultant. Lot 2 includes the services of Senior Consultant. A tender may be submitted for one lot or both lots upon Tenderer's discretion. Each Tenderer may submit one (1) tender for each lot. Alternate or parallel tenders are not accepted.
Procedure identifier : f81488cb-4fce-4e8d-9b6a-4b2a5a057244
Type of procedure : Open
Main features of the procedure : The procurement is subject to the Finnish Act on Public Procurement and Concession Contracts (the ‘Procurement Act’, 1397/2016). The procurement constitutes an above-EU-threshold procurement as referred to in Section 26 of the Procurement Act. Procurement procedure is carried out according to the open procedure stated in the section 32 of the Finnish Act on Public Procurements and Concession Contracts (1397/2016). In an open procedure, all interested parties may review the tender materials and submit their tenders. The procurement procedure will progress in the following steps: 1. Opening of the tenders 2. Verifying the suitability of the tenderers. The tenderers that do not fulfill the suitability criteria, will be excluded from the tendering process. 3. Verifying that the tenders fulfill the requirements of the Call for Tenders; the tenders that do not fulfill the requirements will be excluded from the tendering process. 4. If more than one (1) Tenderer fulfill the requirements of the Call for Tenders, the Tenderers will be compared based on the comparison criteria. 5. Selecting the Tenderer(s) in accordance with the comparison results 6. Verifying the supporting documents and references about the suitability of the winner(s) 7. Contract award decision and notification. 8. Concluding and signing the Agreement with the selected Service Provider(s).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98900000 Services provided by extra-territorial organisations and bodies
Additional classification ( cpv ): 75210000 Foreign affairs and other services

2.1.3 Value

Estimated value excluding VAT : 2 500 000 Euro

2.1.4 General information

Additional information : ABOUT THE CONTRACT The contract based on this procurement shall take effect from its signing. The contract shall continue in force until terminated. The conditions of the contract are described in the Annex 2, Contract draft. The Consultancy Agreement does not constitute an exclusive right to the assignments of The Contracting Authority. The Consultancy Agreement shall be signed on both lots between CMI and one (1) Service Provider. Selection is based on the contract award criteria later specified in this notice. The Service Provider is selected independently on both lots: this means that the selected Tenderer may be the same Tenderer on both lots, if the said Tenderer submitted their tender on both lots and obtains the highest score on both lots, and similarly, the selected Tenderer may be different on lot 1 than lot 2. The value of the procurement is strongly dependent on the Contracting Authority's funding, and can vary a lot. Besides, The Contracting Authority is also entitled to take advantage of using other agreements it has or will have in this region or in another region. The total 4 year value may reach up to 2 500 000 EUR (excl. VAT), but can also be much lower.
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 : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Participation in a criminal organisation : The tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein 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.
Corruption : The tenderer 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, 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 tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein 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.
Terrorist offences or offences linked to terrorist activities : The tenderer 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.
Money laundering or terrorist financing : The tenderer 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.
Child labour and other forms of trafficking in human beings : The tenderer 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
Payment of taxes : The tenderer has breached its obligations to pay taxes in the country of its establishment or in the country of the buyer.
Payment of social security contributions : The tenderer has breached its obligations to pay social security contributions in the country of its establishment or in the country of the buyer.
Purely national exclusion grounds : The tenderer has breached the following obligations defined in the Finnish criminal code: violation of the right to organise, work hour offence, extortionate work discrimination, work discrimination, work safety offence or the use of unauthorised foreign labour.
Breaching of obligations in the fields of environmental law : The tenderer has breached its obligations in the field of environmental law.
Breaching of obligations in the fields of social law : The tenderer has breached its obligations in the field of social law.
Breaching of obligations in the fields of labour law : The tenderer has breached its obligations in the field of labour law.
Conflict of interest due to its participation in the procurement procedure : The participation of the tenderer in the procurement procedure gives rise to conflicts of interest.
Direct or indirect involvement in the preparation of this procurement procedure : The tenderer, or any undertaking related to it, has advised the buyer or otherwise been involved in the preparation of the procurement procedure.
Early termination, damages or other comparable sanctions : The tenderer's previous contracts or concessions have been terminated prematurely or damages or other similar penalties have been claimed in connection with the contracts in question.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The tenderer is in one of the following situations. a) It has misrepresented information in relation to the exclusion or selection criteria, b) It has withheld such information, c) It has delayed to submit the supporting information required by a buyer, or d) It has tried to influence the decision making process of the buyer, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award.
Bankruptcy : The tenderer is bankrupt.
Insolvency : The tenderer is subject of insolvency or winding-up.
Arrangement with creditors : The tenderer is in arrangement with creditors.
Analogous situation like bankruptcy under national law : The tenderer is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Assets being administered by liquidator : The assets of the tenderer are being administered by a liquidator or by the court.
Business activities are suspended : The business activities of the tenderer are suspended.
Guilty of grave professional misconduct : The tenderer is guilty of grave professional misconduct.
Agreements with other economic operators aimed at distorting competition : The tenderer has entered into agreements aimed at distorting competition.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Senior Programmatic Consultant
Description : This lot concerns a consultant fulfilling the Senior Programmatic Consultant requirements set in detail in the tender form.
Internal identifier : 2025-024392-LOT-0001

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98900000 Services provided by extra-territorial organisations and bodies
Additional classification ( cpv ): 75210000 Foreign affairs and other services

5.1.2 Place of performance

Anywhere
Additional information :

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.
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no
Additional information : PRICE POINTS Tenderers may earn up to 30 points on the basis of price. On all Lots, the tenderers are asked to fill in 1. price per working day without travel requirements, and 2. price per working day with travel requirements. For purposes of comparison, these two prices are summed up to create a "Comparison Price". On the basis of Comparison Prices, price points are calculated as follows: lowest Comparison Price / tender Comparison Price * 30 points QUALITY POINTS Tenderers may earn up to 70 points on grounds of the Consultant's additional references. The total quality points are calculated as follows: tender reference points / highest obtained reference points * 70 points TOTAL POINTS For the final comparison, the price points and quality points shall be added up. The tenderer scoring the highest total points shall be selected as the Service Provider.

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Trade register
Description : The tenderer 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 : Reference
Description : In order to be considered in the tender procedure, the tenderer must present that they have sufficient technical and professional capacity to carry out the task in accordance with the Agreement. To prove this, an earlier reference is required. See tender form for details.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Indemnity insurance
Description : The participant must present proof of valid indemnity insurance regarding its operations before signing the main contract, and during the contract period if requested. The disbursement amount of the insurance may vary between countries, therefore no definitive minimum requirement is set. However, the scope and amount must correspond to the varying circumstances and activities between countries and the nature of the services offered therein and correspond to the generally accepted insurance level of similar business activities within the area. When in doubt, it is the Participant's duty to show adequate proof that the scopes of their country-specific insurance are equivalent to similar businesses and activities and generally considered adequate.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Creditworthiness
Description : The tenderer (and in case of consortium, all members) has sufficient financial capacity and stability in order to implement the service in question. The tenderer's financial standing is evaluated on the basis of information relating to the liquidity, solvency and creditworthiness. The tenderer is considered to possess sufficient financial capacity, if the tenderer (and in case of consortium, all members) is sufficiently solvent to have Standard & Poor's rating of “A” (satisfactory) OR Suomen Asiakastieto Rating Alfa "A" OR Dun & Bradstreet "A", or demonstrates equivalent standing based on financial statements, statement from trusted credit institution or other equivalent information. The information must be translated into English or in Finnish. If the tenderer's (and in case of consortium, all partners) rating cannot be verified from any of the aforementioned institutions or their equivalent, the tenderer must provide the Contracting authority, upon request, the income statements, balance sheets and annual reports for the last three financial periods, if the tenderer has completed at least three financial periods. If the tenderer is unable to provide financial statement because the business is recently founded, the tenderer can provide other form of evidence on its solvency and liquidity subject to the contracting authority's approval. Copies of certificates must be translated into English or Finnish. If the sums in the accounts are not expressed in euros (EUR), copies of the original accounts must be provided together with information on exchange rate utilizing exchange rate applicable on the date of issue of this questionnaire. The contract award winner’s supporting documents shall be verified. Supporting documents shall be verified from tenderer and possible partners.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price (30 %)
Description : Tenderers may earn up to 30 points on the basis of price.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Senior Programmatic Consultant's references/skills (70 %)
Description : Tenderers may earn up to 70 points on grounds of the Consultant's additional references/skills.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
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 : 10/06/2025 12:00 +03:00

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
Deadline for receipt of tenders : 19/06/2025 12:00 +03:00
Deadline until which the tender must remain valid : 6 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
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 : The Market Court -
Organisation providing additional information about the procurement procedure : CMI - Martti Ahtisaari Peace Foundation sr -
Organisation providing more information on the review procedures : CMI - Martti Ahtisaari Peace Foundation sr -
Organisation receiving requests to participate : CMI - Martti Ahtisaari Peace Foundation sr -
Organisation processing tenders : CMI - Martti Ahtisaari Peace Foundation sr -

5.1 Lot technical ID : LOT-0003

Title : Senior Consultant
Description : This lot concerns a consultant fulfilling at least the Senior Consultant requirements set in detail in the tender form.
Internal identifier : 2025-024392-LOT-0003

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98900000 Services provided by extra-territorial organisations and bodies
Additional classification ( cpv ): 75210000 Foreign affairs and other services

5.1.2 Place of performance

Anywhere
Additional information :

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.
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no
Additional information : PRICE POINTS Tenderers may earn up to 30 points on the basis of price. On all Lots, the tenderers are asked to fill in 1. price per working day without travel requirements, and 2. price per working day with travel requirements. For purposes of comparison, these two prices are summed up to create a "Comparison Price". On the basis of Comparison Prices, price points are calculated as follows: lowest Comparison Price / tender Comparison Price * 30 points QUALITY POINTS Tenderers may earn up to 70 points on grounds of the Consultant's additional references. The total quality points are calculated as follows: tender reference points / highest obtained reference points * 70 points TOTAL POINTS For the final comparison, the price points and quality points shall be added up. The tenderer scoring the highest total points shall be selected as the Service Provider.

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Trade register
Description : The tenderer 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 : Reference
Description : In order to be considered in the tender procedure, the tenderer must present that they have sufficient technical and professional capacity to carry out the task in accordance with the Agreement. To prove this, an earlier reference is required. See tender form for details.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Indemnity insurance
Description : The participant must present proof of valid indemnity insurance regarding its operations before signing the main contract, and during the contract period if requested. The disbursement amount of the insurance may vary between countries, therefore no definitive minimum requirement is set. However, the scope and amount must correspond to the varying circumstances and activities between countries and the nature of the services offered therein and correspond to the generally accepted insurance level of similar business activities within the area. When in doubt, it is the Participant's duty to show adequate proof that the scopes of their country-specific insurance are equivalent to similar businesses and activities and generally considered adequate.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Creditworthiness
Description : The tenderer (and in case of consortium, all members) has sufficient financial capacity and stability in order to implement the service in question. The tenderer's financial standing is evaluated on the basis of information relating to the liquidity, solvency and creditworthiness. The tenderer is considered to possess sufficient financial capacity, if the tenderer (and in case of consortium, all members) is sufficiently solvent to have Standard & Poor's rating of “A” (satisfactory) OR Suomen Asiakastieto Rating Alfa "A" OR Dun & Bradstreet "A", or demonstrates equivalent standing based on financial statements, statement from trusted credit institution or other equivalent information. The information must be translated into English or in Finnish. If the tenderer's (and in case of consortium, all partners) rating cannot be verified from any of the aforementioned institutions or their equivalent, the tenderer must provide the Contracting authority, upon request, the income statements, balance sheets and annual reports for the last three financial periods, if the tenderer has completed at least three financial periods. If the tenderer is unable to provide financial statement because the business is recently founded, the tenderer can provide other form of evidence on its solvency and liquidity subject to the contracting authority's approval. Copies of certificates must be translated into English or Finnish. If the sums in the accounts are not expressed in euros (EUR), copies of the original accounts must be provided together with information on exchange rate utilizing exchange rate applicable on the date of issue of this questionnaire. The contract award winner’s supporting documents shall be verified. Supporting documents shall be verified from tenderer and possible partners.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price (30 %)
Description : Tenderers may earn up to 30 points on basis of price.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Senior Consultant's references (70 %)
Description : Tenderers may earn up to 70 points on grounds of the Consultant's additional references.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
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 : 10/06/2025 12:00 +03:00

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
Deadline for receipt of tenders : 19/06/2025 12:00 +03:00
Deadline until which the tender must remain valid : 6 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
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 : The Market Court -
Organisation providing additional information about the procurement procedure : CMI - Martti Ahtisaari Peace Foundation sr -
Organisation providing more information on the review procedures : CMI - Martti Ahtisaari Peace Foundation sr -
Organisation receiving requests to participate : CMI - Martti Ahtisaari Peace Foundation sr -
Organisation processing tenders : CMI - Martti Ahtisaari Peace Foundation sr -

8. Organisations

8.1 ORG-0001

Official name : CMI - Martti Ahtisaari Peace Foundation sr
Registration number : 3187418-1
Postal address : Eteläranta 12
Town : Helsinki
Postcode : 00130
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 50 338 9269
Internet address : https://www.cmi.fi
Other contact points :
Contact point : Suomen Hankintajuristit Asianajotoimisto Oy
Telephone : +358 40 038 3842
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1 A
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295563630
Roles of this organisation :
TED eSender

8.1 ORG-0003

Official name : The Market Court
Registration number : FI30061576
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
Notice information
Notice identifier/version : d2de6b0e-46c2-4686-b487-7007423ae250 - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 03/06/2025 17:34 +03:00
Languages in which this notice is officially available : English
Notice publication number : 00364318-2025
OJ S issue number : 107/2025
Publication date : 05/06/2025