Enterprise Architecture (EA) governance solution

The purpose of the procurement is to acquire an Enterprise Architecture (EA) governance solution that meets the needs of Veikkaus organization by providing effective management and governance of IT assets, processes, and strategies. The goal is to implement a solution that is user-friendly, supports both IT and business users, and …

CPV: 72000000 Storitve informacijske tehnologije: svetovanje, razvoj programske opreme, internet in podpora
Kraj izvršitve:
Enterprise Architecture (EA) governance solution
Organ za podeljevanje:
Veikkaus Oy
Številka dodelitve:
558589

1. Buyer

1.1 Buyer

Official name : Veikkaus Oy
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Enterprise Architecture (EA) governance solution
Description : The purpose of the procurement is to acquire an Enterprise Architecture (EA) governance solution that meets the needs of Veikkaus organization by providing effective management and governance of IT assets, processes, and strategies. The goal is to implement a solution that is user-friendly, supports both IT and business users, and enables efficient governance processes.
Procedure identifier : aae36b93-a4ca-4ca9-9501-9338f9b70d94
Previous notice : 817007d1-a355-4258-9307-50ebb89a4f76-01
Internal identifier : 558589
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : 1. GENERAL The legislation concerning the public procurement is applied to the procurement. Type of procedure is open procedure. 2. CONTRACT NOTICE A contract notice has been published on the website www.hankintailmoitukset.fi and http://ted.europa.eu. The contract award notice shall be published after the award decision. 3. SUBMITTING THE TENDER AS A GROUP OF ECONOMIC OPERATORS AND SUBCONTRACTING A tender may be submitted by a group of economic operators (a consortium or group). If awarded the contract, all group members must sign the contract and will be jointly liable for its performance. The composition of the group may not change during the procurement process or the contract period. The group, as well as a supplier with subcontractors, must possess the necessary technical, economic, financial, and other capacities to deliver the goods and services in accordance with the contract for its entire duration. During the tender process and throughout the contract period, the contracting authority may request proof of commitments and agreements with declared subcontractors that could impact the supplier’s ability to fulfill the contract obligations. Similarly, the group may be required to provide evidence of the arrangements governing relationships among its members. If a tenderer engages subcontractors, it remains fully responsible for their work as if it were its own. A tenderer submitting an independent bid while relying on subcontractors must specify in the Subcontractors Form how each subcontractor contributes to service delivery. During the contract period, subcontractors may only be replaced with the contracting authority’s approval, provided such changes do not lead to significant or material modifications of the contract. 4. USING RESOURCES OF OTHER ENTITIES A tenderer or a group of economic operators may rely on the resources of other entities to meet the requirements of the invitation to tender, regardless of the legal nature of their relationship. However, these resources must be available to the tenderer or group throughout the procurement process and the contract period. Such resources may include, for example: Professional experience – Relying on the expertise of another economic entity, such as a company within the same corporate group, provided that the entity is named in the tender as a subcontractor and actively participates in delivering the service. Personnel – Using employees from another company to meet professional qualification requirements, provided that these individuals actively contribute to service delivery. Economic and financial standing – Leveraging the financial capacity of another entity. Technical capabilities – Utilizing another entity’s technical resources, provided they are genuinely used to meet the procurement requirements. In these instances, the entity being relied on must be appropriately indicated the subcontractors annex. 5. PROCESSING OF TENDERS 5.1 SUITABILITY OF TENDERS Before the tenders are processed it shall be assessed whether the tenderers meet the technical, professional and economic and financial requirements presented in clause/form "Exclusion and suitability (ESPD)". The tenderer’s suitability shall be examined using the information provided in the tender, other financial statements (if separately requested) and the information available from risk rating reports. Tenderers who do not meet the minimum requirements set in the Call for Tenders shall be excluded from the tender competition. A tenderer who has been convicted of or in which any person with powers of representation, decision making or control has been convicted of an offence as referred in EU Public Procurement Directive 57 article, section 1 or to extortionate work discrimination as stated in the Criminal Code of Finland, chapter 47 section 3(a) shall also be excluded from the tender competition. A tenderer to whom a criterion for exclusion as referred to in Public Procurement Act may also be excluded from the tender competition. 5.2 COMPLIANCE WITH THE CALL FOR TENDERS The goods and services offered must fully comply with the requirements outlined in the Call for Tenders and its annexes. All requested information and required annexes must be submitted as part of the tender. Compliance will be assessed based on the tender’s overall content. Tenders that do not meet the requirements of the Call for Tenders or fail to adhere to the conditions of the tendering procedure will be disqualified from the competition. 5.3 EVALUATION OF TENDERS The evaluation of the tenders shall be made according to chapter "Grounds for decision". 5.4 AWARD DECISION AND ITS NOTIFICATION The award decision shall be sent to all tenderers party to the decision via email. The contract does not enter into force as a result of the notification of the decision, but requires a separate written contract.

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

2.1.4 General information

Additional information : The Agreement shall enter into force once both parties have signed the agreement. Agreement will be fixed term 24 months. After the conclusion of the fixed-term the Agreement will automatically continue in force for an indefinite period.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Enterprise Architecture (EA) governance solution
Description : The purpose of the procurement is to acquire an Enterprise Architecture (EA) governance solution that meets the needs of Veikkaus organization by providing effective management and governance of IT assets, processes, and strategies. The goal is to implement a solution that is user-friendly, supports both IT and business users, and enables efficient governance processes.
Internal identifier : 558589

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
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The Agreement shall enter into force once both parties have signed the agreement. Agreement will be fixed term 24 months. After the conclusion of the fixed-term the Agreement will automatically continue in force for an indefinite period.

5.1.7 Strategic procurement

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Total price
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 100

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 : 14vrk

6. Results

Value of all contracts awarded in this notice : 710 000 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Maya Consulting Oy
Tender :
Tender identifier : tenderReference-4319736-858018
Identifier of lot or group of lots : LOT-0000
Value of the tender : 7 100 Euro
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : Hankintasopimus
Date of the conclusion of the contract : 03/09/2025

6.1.4 Statistical information

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 : Veikkaus Oy
Registration number : 2765220-1
Postal address : PL 1
Town : Veikkaus
Postcode : 01009
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Veikkaus Oy
Telephone : +358 20055000
Internet address : https://www.veikkaus.fi
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Maya Consulting Oy
Size of the economic operator : Micro, small, or medium
Registration number : FI25443991
Postal address : Mechelininkatu 1 A
Town : Helsinki
Postcode : 00180
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
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 : f7176966-3534-4234-8d2f-ba1e016a0469 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 30/09/2025 07:54 +00:00
Notice dispatch date (eSender) : 30/09/2025 07:54 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00642622-2025
OJ S issue number : 188/2025
Publication date : 01/10/2025