Tender detail

VAIS/iMETA/URMA application Java version upgrade 2026

Summary

The tender concerns the Java platform upgrade of the VAIS, iMeta and Urma applications so that the solution is aligned with the latest Java version supported by Oracle WebLogic Server and can be moved to Java 25 later without additional development work. The bidder must submit a tender, a project plan, the price and CVs for the team. The bid must take over all conditions from the procurement documents and remain valid until the required deadline.

Reference number
308227-0000
Buyer
Rahandusministeeriumi Infotehnoloogiakeskus
Country
Estonia (EST)
Procedure
Open procedure
CPV
72262000 Software development services
Deadline
2026-05-04
Status
Evaluation
Contract subject
Services
Estimated value
120 000 EUR
Source
RHR

Participation requirements

Tender requirements are available in the official tender documents.

Compliance requirements

The tender documents include the standard exclusion grounds. A bidder must confirm that none of the mandatory criminal grounds apply to the company, its management or supervisory body members, or persons authorised to represent, decide for, or control the company. These grounds cover participation in a criminal organisation, corruption, fraud, terrorist offences, money laundering and terrorist financing, and other similar mandatory exclusion grounds listed in the tender documents. If an exclusion ground applies, the bidder may be allowed to show self-cleaning measures where the procurement rules and tender documents permit it. The machine-readable notice did not include the full precise list, so the official tender documents must be checked.

Qualification criteria and exclusion grounds

The bidder must prove technical and professional capability with at least 2 completed contracts during the 36 months before the publication date of the contract notice. Each contract must have a value of at least EUR 120,000, and each contract must have included development of a platform enabling data capture and processing and development of legacy software between multiple applications. The reference contracts must have been delivered to and accepted by the client; a framework agreement alone is not sufficient, but contracts or orders concluded and performed under a framework agreement are acceptable. The team must include a project manager with at least 3 years of experience as an IT project manager and experience leading at least one IT project with a workload of at least 5,000 working hours, of which at least 500 working hours were project and team management work by that person. The programmer must have at least 3 years of Java programming experience, at least 3 years of PL/SQL programming experience, and participation as a programmer in at least two software development, modification and deployment projects with a workload of at least 3,500 working hours, using a relational database and running in an application server cluster; at least 300 working hours per project must have been performed in that role. The tester must have at least 3 years of experience as an information systems tester and participation as a tester in at least two information system development or modification and deployment projects with a workload of at least 3,500 working hours, using a relational database; at least 150 working hours per project must have been performed in that role. Within those projects, the tester must have tested at least two interconnected information systems in parallel and prepared and carried out performance tests. The bid must include the CV forms for the project manager, programmer and tester, and a project plan must be submitted. The bid must comply with all conditions in the procurement documents, and any equivalence must be evidenced properly. The machine-readable notice did not provide all precise requirements, so the official tender documents must be checked for the full details of the exclusion and qualification criteria.