1. Beschaffer
   
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Northern Dimension Partnership on Culture Secretariat
    
    
    
     Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Freizeit, Sport, Kultur und Religion
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Danish Cultural Institute
    
    
    
     Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Freizeit, Sport, Kultur und Religion
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Riga Municipal Agency “Riga Energy Agency”
    
    
    
     Rechtsform des Erwerbers: Lokale Gebietskörperschaft
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Umweltschutz
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Pomeranian Science and Technology Park Gdynia | Design Centre - budgetary unit of Municipality of Gdynia
    
    
    
     Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Bildung
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Association “Pomorskie in the European Union”
    
    
    
     Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Freizeit, Sport, Kultur und Religion
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: City of Turku
    
    
    
     Rechtsform des Erwerbers: Lokale Gebietskörperschaft
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Valonia / Regional Council of Southwest Finland
    
    
    
     Rechtsform des Erwerbers: Regionale Gebietskörperschaft
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Humak University of Applied Sciences
    
    
    
     Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Bildung
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Tallinn Business Incubators Foundation
    
    
    
     Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Wirtschaftliche Angelegenheiten
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Anschar GmbH
    
    
    
     Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Freizeit, Sport, Kultur und Religion
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Zero Waste Kiel e.V.
    
    
    
     Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Umweltschutz
    
    
   
    
     1.1. 
    
    
     Beschaffer
    
    
     Offizielle Bezeichnung: Heinrich Böll Foundation Schleswig-Holstein e.V.
    
    
    
     Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
    
    
     Der Erwerber ist ein Auftraggeber
    
    
     Tätigkeit des öffentlichen Auftraggebers: Umweltschutz
    
    
   
    2. Verfahren
   
   
    
     2.1. 
    
    
     Verfahren
    
    
     Titel: Pre–commercial procurement (PCP) to buy R&D (research and development) services to solve circular economy challenges defined by the participating cities.
    
    
     Beschreibung: This contract notice invites interested operators to submit tenders to this PCP procurement. The procurement is open on equal terms to all types of operators that fulfil the requirements set out in section 3 of the tender document 1 (Request for Tenders) which defines the eligibility of tenderers, exclusion and selection criteria. The procurement aims to trigger new solutions to be developed and tested to address two challenges that correspond to an overarching need to increase the number of concrete practices in the Baltic Sea region that would drive the transition to circular economy. As the common challenge exists of a number of sub-challenges, the procurement is divided into 2 lots as described below in sections for Lots 1 and 2, each corresponding to one sub-challenge. Each of these lots will be split into 2 phases. The CCC project highlights the immense potential of the cultural and creative sectors and industries in the transition to a more circular society and believes that innovations to speed up the circular transition would benefit from the inclusion of these stakeholders in developing the solutions. All tender documents are made available on the project website: https://interreg-baltic.eu/project/ccc/ Each lot of the PCP structured in two phases: • Phase 1: A minimum of 3 operators per lot will be selected, with each receiving up to EUR 10,000 (VAT inclusive) to explore solutions. The process allows for flexibility to fund up to 10 operators if justified. • Phase 2: A minimum of 2 operators per lot will be selected for pilot development, with each receiving up to EUR 33,250 (VAT inclusive). The Buyers’ Group reserves the right to select a lower number of suppliers (contractors) in case no suitable tenders are submitted. In any case the Buyers Group will aim to have at least three suppliers per lot in Phase 1 and two suppliers per lot in Phase 2.
     
    
     Kennung des Verfahrens: 2c794035-7844-4a31-8195-cf151e9c9709
    
    
     Vorherige Bekanntmachung: 285317-2025
    
    
     Interne Kennung: Creative Circular Cities (CCC) - PCP
    
    
     
      2.1.1. 
     
     
      Zweck
     
     
      Art des Auftrags: Dienstleistungen
     
     
      Haupteinstufung (cpv): 73100000 Dienstleistungen im Bereich Forschung und experimentelle Entwicklung
     
     
    
     
      2.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Rīga (LV00A)
     
     
      Land: Lettland
     
     
    
     
      2.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Byen København (DK011)
     
     
      Land: Dänemark
     
     
    
     
      2.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Trójmiejski (PL633)
     
     
      Land: Polen
     
     
    
     
      2.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Gdański (PL634)
     
     
      Land: Polen
     
     
    
     
      2.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Varsinais-Suomi (FI1C1)
     
     
      Land: Finnland
     
     
    
     
      2.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Põhja-Eesti (EE001)
     
     
      Land: Estland
     
     
    
     
      2.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Kiel, Kreisfreie Stadt (DEF02)
     
     
      Land: Deutschland
     
     
    
     
      2.1.4. 
     
     
      Allgemeine Informationen
     
     
     
      Rechtsgrundlage: 
     
     
      Andere
     
     
      Anzuwendende grenzübergreifende Rechtsvorschrift: This procurement is exempted from the WTO Government Procurement Agreement (GPA), the EU public procurement directives and the national laws that implement them (see Article 3 (2) of the Latvian Public Procurement Law). This is because it concerns the procurement of R&D services where the benefits do not accrue exclusively to the contracting authority for its use in the conduct of its own affairs. The applicable law is Latvian law.
     
     
    
     
      2.1.5. 
     
     
      Bedingungen für die Auftragsvergabe
     
     
      Bedingungen für die Einreichung: 
      
       Höchstzahl der Lose, für die ein Bieter Angebote einreichen kann: 2
      
      
     
      Auftragsbedingungen: 
      
       Höchstzahl der Lose, für die Aufträge an einen Bieter vergeben werden können: 1
      
      
     
    
     
      2.1.6. 
     
     
      Ausschlussgründe
     
     
      Quellen der Ausschlussgründe: Auftragsunterlagen
     
     
    
   
    4. Gruppe von Losen
   
   
    
     4.1. 
    
    
     Gruppe von Losen: GLO-0001
    
    
     Eingeschlossene Lose: LOT-0001, LOT-0002
    
    
     Interne Kennung: CCC - PCP
    
    
     
      4.1.1. 
     
     
      Wert
     
     
      Geschätzter Wert ohne MwSt.: 179 410,00 EUR
     
     
      Höchstwert der Rahmenvereinbarung innerhalb der Gruppe von Losen: 33 303,00 EUR
     
     
    
     
      4.1.2. 
     
     
      Allgemeine Informationen
     
     
      Zusätzliche Informationen: This procurement is exempted from the EU public procurement directives and the national laws that implement them (i.e. it is not an open, negotiated or restricted procedure subject to the EU public procurement directives). Estimated total value and Maximum value of the framework agreement within the group of lots was indicated here as excluding the VAT due to the fact that this form does not allow stating these including VAT. The true amounts applicable to this PCP are expressed including VAT as stated in the tender document 1 (Request for Tenders). The amounts including VAT are deemed applicable to this PCP, not the amounts excluding VAT stated in this form.
     
     
      Diese Auftragsvergabe ist auch für kleine und mittlere Unternehmen (KMU) geeignet: ja
     
     
    
   
    5. Los
   
   
    
     5.1. 
    
    
     Los: LOT-0001
    
    
     Titel: CCC - PCP - Lot1 - Circularity platform
    
    
     Beschreibung: This contract notice invites interested operators to submit tenders to this PCP procurement. The procurement is open on equal terms to all types of operators that fulfil the requirements set out in section 3 of the tender document 1 (Request for Tenders) which defines the eligibility of tenderers, exclusion and selection criteria. The procurement aims to trigger new solutions to be developed and tested to address two challenges that correspond to an overarching need to increase the number of concrete practices in the Baltic Sea region that would drive the transition to circular economy. As the common challenge exists of a number of sub-challenges, the procurement will be divided into 2 lots, each corresponding to one sub-challenge. Challenge for this Lot1 is: ─ Lot 1: Circularity platform addressing the following challenge, as described further in Section 2.2.1 of the tender document 1 (Request for Tenders): How might we create an accessible, unified platform or system that connects service providers contributing to the circular economy, making it easier for citizens to discover and use their services? Each lot will be split into 2 phases. The CCC project highlights the immense potential of the cultural and creative sectors and industries in the transition to a more circular society and believes that innovations to speed up the circular transition would benefit from the inclusion of these stakeholders in developing the solutions.
    
    
     
      5.1.1. 
     
     
      Zweck
     
     
      Art des Auftrags: Dienstleistungen
     
     
      Haupteinstufung (cpv): 73100000 Dienstleistungen im Bereich Forschung und experimentelle Entwicklung
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Rīga (LV00A)
     
     
      Land: Lettland
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Byen København (DK011)
     
     
      Land: Dänemark
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Trójmiejski (PL633)
     
     
      Land: Polen
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Gdański (PL634)
     
     
      Land: Polen
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Varsinais-Suomi (FI1C1)
     
     
      Land: Finnland
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Põhja-Eesti (EE001)
     
     
      Land: Estland
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Kiel, Kreisfreie Stadt (DEF02)
     
     
      Land: Deutschland
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.6. 
     
     
      Allgemeine Informationen
     
     
      Auftragsvergabeprojekt ganz oder teilweise aus EU-Mitteln finanziert
     
     
      Angaben zu Mitteln der Europäischen Union: 
      
       EU-Mittel — Programm: Europäischer Fonds für regionale Entwicklung (EFRE) (2021/2027)
      
      
       Weitere Einzelheiten zu den EU-Mitteln: This procurement is part of a project that is funded by the European Union’s ERDF fund under the Interreg Programme “Interreg Baltic Sea Region” (CCI 2021TC16FFTN003). Based on the selection decision by the Monitoring Committee of 20/06/2023, an earmarked co-financing is awarded to the lead partner for the project #C047 CCC from Programme funds for a total financing of 3,977,088 EUR. For further details see: https://interreg-baltic.eu/project/ccc/. The EU has given a grant for this procurement, but is not participating as a contracting authority in the procurement.
       
      
     
      Informationen über frühere Bekanntmachungen: 
      
       Kennung der vorherigen Bekanntmachung: 285317-2025
      
      
     
      Zusätzliche Informationen: This PCP procurement is a joint procurement by different procurers across Europe that are all facing the same common challenge and are thus looking for similar solutions (so-called ‘Buyers Group’). The procurement will take the form of a pre-commercial procurement (PCP) under which R&D service contracts will be awarded to a number of R&D providers in parallel in a phased approach. This will make it possible to compare competing alternative solutions. Each selected operator will be awarded a framework agreement that covers 2 R&D phases. Each selected R&D provider will be awarded a framework agreement that covers the following R&D phases and a specific contract per phase. The 2 phases are: solution design (phase 1), prototyping and testing plus subsequently original development, installation, validation and field testing of a limited set of first products or services (phase 2). After each phase, intermediate evaluations will be carried out to progressively select the best of the competing solutions. The contractors with the best-value-for-money solutions will be offered a specific contract for the next phase. The phased approach with parallel contracts and intermediate evaluations will be followed within each lot. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark. This testing may also serve as a first customer test reference for the contractors. The selected operators will retain ownership of the intellectual property rights (IPRs) that they generate during the PCP and will be able to use them to exploit the full market potential of the developed solutions i.e. beyond the procurers.
     
     
    
     
      5.1.9. 
     
     
      Eignungskriterien
     
     
      Quellen der Auswahlkriterien: Auftragsunterlagen
     
     
    
     
      5.1.12. 
     
     
      Bedingungen für die Auftragsvergabe
     
     
      Bedingungen für die Einreichung: 
      
       Elektronische Einreichung: Zulässig
      
      
      
       Beschreibung: Tenders can be submitted via email to Kristīne Lipiņa, Project Manager at NDPC, email: kristine@ndpculture.org Deadline for submission of tenders is 30/12/2025.
       
      
       Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
      
      
     
    
     
      5.1.16. 
     
     
      Weitere Informationen, Schlichtung und Nachprüfung
     
     
      Informationen über die Überprüfungsfristen: The procurement is exempted from the EU Public Procurement Directives (including the EU Procurement Remedies Directives 89/665/EEC and 92/13/EEC; see above) and the national laws that implement them. Publication of this notice in the Official Journal is not to be understood as a waiver of this exemption by the contracting authority. Review body for this PCP is Administrative District Court (Republic of Latvia) The deadlines for the review procedures at the bodies for review mentioned in IV.4.1) are: within 6 months from the date of the framework agreement.
     
     
      Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Northern Dimension Partnership on Culture Secretariat
     
     
      Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt: Northern Dimension Partnership on Culture Secretariat
     
     
    
   
    
     5.1. 
    
    
     Los: LOT-0002
    
    
     Titel: CCC - PCP - Lot2 - Circular event infrastructure
    
    
     Beschreibung: This contract notice invites interested operators to submit tenders to this PCP procurement. The procurement is open on equal terms to all types of operators that fulfil the requirements set out in section 3 of the tender document 1 (Request for Tenders) which defines the eligibility of tenderers, exclusion and selection criteria. The procurement aims to trigger new solutions to be developed and tested to address two challenges that correspond to an overarching need to increase the number of concrete practices in the Baltic Sea region that would drive the transition to circular economy. As the common challenge exists of a number of sub-challenges, the procurement will be divided into 2 lots, each corresponding to one sub-challenge. Challenge for this Lot2 is: ─ Lot 2: Circular event infrastructure addressing the following challenge, as described further in Section 2.2.2 of the tender document 1 (Request for Tenders): How might we implement an interoperable, citywide system or solution to eliminate single use materials (such as cups, plates, and cutlery) at public events? Each lot will be split into 2 phases. The CCC project highlights the immense potential of the cultural and creative sectors and industries in the transition to a more circular society and believes that innovations to speed up the circular transition would benefit from the inclusion of these stakeholders in developing the solutions.
    
    
     
      5.1.1. 
     
     
      Zweck
     
     
      Art des Auftrags: Dienstleistungen
     
     
      Haupteinstufung (cpv): 73100000 Dienstleistungen im Bereich Forschung und experimentelle Entwicklung
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Rīga (LV00A)
     
     
      Land: Lettland
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Byen København (DK011)
     
     
      Land: Dänemark
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Trójmiejski (PL633)
     
     
      Land: Polen
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Gdański (PL634)
     
     
      Land: Polen
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Varsinais-Suomi (FI1C1)
     
     
      Land: Finnland
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Põhja-Eesti (EE001)
     
     
      Land: Estland
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.2. 
     
     
      Erfüllungsort
     
     
      Land, Gliederung (NUTS): Kiel, Kreisfreie Stadt (DEF02)
     
     
      Land: Deutschland
     
     
      Zusätzliche Informationen: At least 50% of the total value of activities covered by each specific contract for PCP Phase 1 and 2 must be performed in a country in the European Economic Area or in a country having concluded a Stabilization or Association Agreement in the context of the European Neighbourhood Policy. The principal R&D staff working on each specific contract must be located in these countries as well. Please see the tender document 1 (Request for Tenders) for more detailed information on this. In addition, contractors must ensure that none of the contracted services are performed in countries nor by entities that are subject to EU restrictive measures under Article 29 of the Treaty on the European Union (TEU) and Article 215 of the Treaty on the Functioning of the EU (TFEU) (sanctions). They must ensure that none of the goods procured or used for the procurement were developed, produced or supplied in countries or by entities that are subject to such restrictive measures. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark.
     
     
    
     
      5.1.6. 
     
     
      Allgemeine Informationen
     
     
      Auftragsvergabeprojekt ganz oder teilweise aus EU-Mitteln finanziert
     
     
      Angaben zu Mitteln der Europäischen Union: 
      
       EU-Mittel — Programm: Europäischer Fonds für regionale Entwicklung (EFRE) (2021/2027)
      
      
       Weitere Einzelheiten zu den EU-Mitteln: This procurement is part of a project that is funded by the European Union’s ERDF fund under the Interreg Programme “Interreg Baltic Sea Region” (CCI 2021TC16FFTN003). Based on the selection decision by the Monitoring Committee of 20/06/2023, an earmarked co-financing is awarded to the lead partner for the project #C047 CCC from Programme funds for a total financing of 3,977,088 EUR. For further details see: https://interreg-baltic.eu/project/ccc/. The EU has given a grant for this procurement, but is not participating as a contracting authority in the procurement.
       
      
     
      Informationen über frühere Bekanntmachungen: 
      
       Kennung der vorherigen Bekanntmachung: 285317-2025
      
      
     
      Zusätzliche Informationen: This PCP procurement is a joint procurement by different procurers across Europe that are all facing the same common challenge and are thus looking for similar solutions (so-called ‘Buyers Group’). The procurement will take the form of a pre-commercial procurement (PCP) under which R&D service contracts will be awarded to a number of R&D providers in parallel in a phased approach. This will make it possible to compare competing alternative solutions. Each selected operator will be awarded a framework agreement that covers 2 R&D phases. Each selected R&D provider will be awarded a framework agreement that covers the following R&D phases and a specific contract per phase. The 2 phases are: solution design (phase 1), prototyping and testing plus subsequently original development, installation, validation and field testing of a limited set of first products or services (phase 2). After each phase, intermediate evaluations will be carried out to progressively select the best of the competing solutions. The contractors with the best-value-for-money solutions will be offered a specific contract for the next phase. The phased approach with parallel contracts and intermediate evaluations will be followed within each lot. Testing is expected to take place in one or several of the following procurers’ countries: Finland, Estonia, Latvia, Germany, Poland, Denmark. This testing may also serve as a first customer test reference for the contractors. The selected operators will retain ownership of the intellectual property rights (IPRs) that they generate during the PCP and will be able to use them to exploit the full market potential of the developed solutions i.e. beyond the procurers.
     
     
    
     
      5.1.9. 
     
     
      Eignungskriterien
     
     
      Quellen der Auswahlkriterien: Auftragsunterlagen
     
     
    
     
      5.1.12. 
     
     
      Bedingungen für die Auftragsvergabe
     
     
      Bedingungen für die Einreichung: 
      
       Elektronische Einreichung: Zulässig
      
      
      
       Beschreibung: Tenders can be submitted via email to Kristīne Lipiņa, Project Manager at NDPC, email: kristine@ndpculture.org Deadline for submission of tenders is 30/12/2025.
       
      
       Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
      
      
     
    
     
      5.1.16. 
     
     
      Weitere Informationen, Schlichtung und Nachprüfung
     
     
      Informationen über die Überprüfungsfristen: The procurement is exempted from the EU Public Procurement Directives (including the EU Procurement Remedies Directives 89/665/EEC and 92/13/EEC; see above) and the national laws that implement them. Publication of this notice in the Official Journal is not to be understood as a waiver of this exemption by the contracting authority. Review body for this PCP is Administrative District Court (Republic of Latvia) The deadlines for the review procedures at the bodies for review mentioned in IV.4.1) are: within 6 months from the date of the framework agreement.
     
     
      Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Northern Dimension Partnership on Culture Secretariat
     
     
      Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt: Northern Dimension Partnership on Culture Secretariat
     
     
    
   
    8. Organisationen
   
   
    
     8.1. 
    
    
     ORG-0001
    
    
     Offizielle Bezeichnung: Northern Dimension Partnership on Culture Secretariat
    
    
     Registrierungsnummer: 00000000985
    
    
     Postanschrift: Grēcinieku iela 9, 3. stāvs
    
    
     Stadt: Riga
    
    
     Postleitzahl: LV-1050
    
    
     Land, Gliederung (NUTS): Rīga (LV00A)
    
    
     Land: Lettland
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
      
       Federführendes Mitglied
      
      
     
      Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
     
     
      Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt
     
     
    
   
    
     8.1. 
    
    
     ORG-0002
    
    
     Offizielle Bezeichnung: Danish Cultural Institute
    
    
     Registrierungsnummer: 10277728
    
    
     Postanschrift: Vartov, Farvergade 27L, 2.
    
    
     Stadt: Copenhagen
    
    
     Postleitzahl: DK-1463
    
    
     Land, Gliederung (NUTS): Byen København (DK011)
    
    
     Land: Dänemark
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0003
    
    
     Offizielle Bezeichnung: Riga Municipal Agency “Riga Energy Agency”
    
    
     Registrierungsnummer: 40900026806
    
    
     Postanschrift: Torņa iela 4
    
    
     Stadt: Riga
    
    
     Postleitzahl: LV-1050
    
    
     Land, Gliederung (NUTS): Rīga (LV00A)
    
    
     Land: Lettland
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0004
    
    
     Offizielle Bezeichnung: Pomeranian Science and Technology Park Gdynia | Design Centre - budgetary unit of Municipality of Gdynia
    
    
     Registrierungsnummer: 5862312326
    
    
     Postanschrift: al. Zwycięstwa 96/98
    
    
     Stadt: Gdynia
    
    
     Postleitzahl: 81-451
    
    
     Land, Gliederung (NUTS): Trójmiejski (PL633)
    
    
     Land: Polen
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0005
    
    
     Offizielle Bezeichnung: Association “Pomorskie in the European Union”
    
    
     Registrierungsnummer: 5832881404
    
    
     Postanschrift: ul. Okopowa 21/27
    
    
     Stadt: Gdańsk
    
    
     Postleitzahl: 80-810
    
    
     Land, Gliederung (NUTS): Gdański (PL634)
    
    
     Land: Polen
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0006
    
    
     Offizielle Bezeichnung: City of Turku
    
    
     Registrierungsnummer: 0204819-8
    
    
     Postanschrift: Yliopistonkatu 27 A
    
    
     Stadt: Turku
    
    
     Postleitzahl: 20100
    
    
     Land, Gliederung (NUTS): Varsinais-Suomi (FI1C1)
    
    
     Land: Finnland
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0007
    
    
     Offizielle Bezeichnung: Valonia / Regional Council of Southwest Finland
    
    
     Registrierungsnummer: 0922305-9
    
    
     Postanschrift: PL 237 (Linnankatu 52 B)
    
    
     Stadt: Turku
    
    
     Postleitzahl: 20102
    
    
     Land, Gliederung (NUTS): Varsinais-Suomi (FI1C1)
    
    
     Land: Finnland
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0008
    
    
     Offizielle Bezeichnung: Humak University of Applied Sciences
    
    
     Registrierungsnummer: 1474763-1
    
    
     Postanschrift: Harjattulantie 80
    
    
     Stadt: Turku
    
    
     Postleitzahl: 20960
    
    
     Land, Gliederung (NUTS): Varsinais-Suomi (FI1C1)
    
    
     Land: Finnland
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0009
    
    
     Offizielle Bezeichnung: Tallinn Business Incubators Foundation
    
    
     Registrierungsnummer: 90009231
    
    
     Postanschrift: Veerenni 24
    
    
     Stadt: Tallinn
    
    
     Postleitzahl: 10135
    
    
     Land, Gliederung (NUTS): Põhja-Eesti (EE001)
    
    
     Land: Estland
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0010
    
    
     Offizielle Bezeichnung: Anschar GmbH
    
    
     Registrierungsnummer: DE324569947
    
    
     Postanschrift: Weimarer Straße 6
    
    
     Stadt: Kiel
    
    
     Postleitzahl: 24106
    
    
     Land, Gliederung (NUTS): Kiel, Kreisfreie Stadt (DEF02)
    
    
     Land: Deutschland
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0011
    
    
     Offizielle Bezeichnung: Zero Waste Kiel e.V.
    
    
     Registrierungsnummer: VR-6482 KI
    
    
     Postanschrift: C/O Starterkitchen, Kuhnkestr. 6
    
    
     Stadt: Kiel
    
    
     Postleitzahl: 24118
    
    
     Land, Gliederung (NUTS): Kiel, Kreisfreie Stadt (DEF02)
    
    
     Land: Deutschland
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0012
    
    
     Offizielle Bezeichnung: Heinrich Böll Foundation Schleswig-Holstein e.V.
    
    
     Registrierungsnummer: 20/290/70366
    
    
     Postanschrift: Weimarer Str. 6
    
    
     Stadt: Kiel
    
    
     Postleitzahl: 24106
    
    
     Land, Gliederung (NUTS): Kiel, Kreisfreie Stadt (DEF02)
    
    
     Land: Deutschland
    
    
     Kontaktperson: Kristīne Lipiņa
    
    
    
     Telefon: +371 27896486
    
    
    
     Rollen dieser Organisation: 
     
      Beschaffer
     
     
    
   
    
     8.1. 
    
    
     ORG-0000
    
    
     Offizielle Bezeichnung: Publications Office of the European Union
    
    
     Registrierungsnummer: PUBL
    
    
     Stadt: Luxembourg
    
    
     Postleitzahl: 2417
    
    
     Land, Gliederung (NUTS): Luxembourg (LU000)
    
    
     Land: Luxemburg
    
    
    
     Telefon: +352 29291
    
    
    
     Rollen dieser Organisation: 
     
      TED eSender
     
     
    
   
    Informationen zur Bekanntmachung
   
   
    
     Kennung/Fassung der Bekanntmachung: a39f2183-f3ef-4efd-bb5f-8f8ed3e6c53a  -  01
    
    
     Formulartyp: Wettbewerb
    
    
     Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung
    
    
     Unterart der Bekanntmachung: E3
    
    
     Datum der Übermittlung der Bekanntmachung: 28/10/2025 12:39:11 (UTC+00:00) Westeuropäische Zeit, GMT
    
    
     Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
    
    
     Veröffentlichungsnummer der Bekanntmachung: 714386-2025
    
    
     ABl. S – Nummer der Ausgabe: 208/2025
    
    
     Datum der Veröffentlichung: 29/10/2025