See the notice on TED website
1. Beschaffer
1.1.
Beschaffer
Offizielle Bezeichnung: Northern Dimension Partnership on Culture Secretariat
Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
Tätigkeit des öffentlichen Auftraggebers: Freizeit, Sport, Kultur und Religion
1.1.
Beschaffer
Offizielle Bezeichnung: Danish Cultural Institute
Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
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
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
Tätigkeit des öffentlichen Auftraggebers: Bildung
1.1.
Beschaffer
Offizielle Bezeichnung: Association “Pomorskie in the European Union”
Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
Tätigkeit des öffentlichen Auftraggebers: Freizeit, Sport, Kultur und Religion
1.1.
Beschaffer
Offizielle Bezeichnung: City of Turku
Rechtsform des Erwerbers: Lokale Gebietskörperschaft
Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung
1.1.
Beschaffer
Offizielle Bezeichnung: Valonia / Regional Council of Southwest Finland
Rechtsform des Erwerbers: Regionale Gebietskörperschaft
Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung
1.1.
Beschaffer
Offizielle Bezeichnung: Humak University of Applied Sciences
Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
Tätigkeit des öffentlichen Auftraggebers: Bildung
1.1.
Beschaffer
Offizielle Bezeichnung: Tallinn Business Incubators Foundation
Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
Tätigkeit des öffentlichen Auftraggebers: Wirtschaftliche Angelegenheiten
1.1.
Beschaffer
Offizielle Bezeichnung: Anschar GmbH
Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
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
Tätigkeit des öffentlichen Auftraggebers: Umweltschutz
1.1.
Beschaffer
Offizielle Bezeichnung: Heinrich Böll Foundation Schleswig-Holstein e.V.
Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts
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 award notice informs interested operators about the outcome of a tender. On 29 October 2025, a contract notice was published as part of the CCC project to purchase R&D services from a number of R&D providers in parallel (PCP procurement). 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 is 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 have been 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 reserved the right to select a lower number of suppliers (contractors) in case no suitable tenders are submitted. In any case the Buyers Group aims to have at least three suppliers per lot in Phase 1 and two suppliers per lot in Phase 2.
Kennung des Verfahrens: 5394fb66-96ca-4bb6-ba38-18ffb5f59a06
Vorherige Bekanntmachung: 285317-2025
Vorherige Bekanntmachung: 714386-2025
Interne Kennung: Creative Circular Cities (CCC) - PCP
Verfahrensart: Offenes Verfahren
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
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; the choice here must be made for formal reasons only, because it is mandatory for filling out the form). Estimated total maximum value of a framework agreement and other amounts in this notice were 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. Estimated total maximum value of a framework agreement may be made available only to those contractors which are selected for both phase 1 and phase 2 of this PCP. The five winners indicated in this contract award notice may receive only up to 10 000 EUR (VAT inclusive) during the phase 1.
Rechtsgrundlage:
Richtlinie 2014/24/EU
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.
5. Los
5.1.
Los: LOT-0001
Titel: CCC - PCP - Lot1 - Circularity platform
Beschreibung: This contract award notice informs interested operators about the outcome of a tender. On 29 October 2025, a contract notice was published as part of the CCC project to purchase R&D services from a number of R&D providers in parallel (PCP procurement). 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, each corresponding to one sub-challenge. Challenge for this Lot 1 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.
5.1.5.
Wert
Höchstwert der Rahmenvereinbarung: 33 303,00 EUR
5.1.6.
Allgemeine Informationen
Auftragsvergabeprojekt ganz oder teilweise aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: nein
Informationen über frühere Bekanntmachungen:
Kennung der vorherigen Bekanntmachung: 285317-2025
Kennung der vorherigen Bekanntmachung: 714386-2025
Zusätzliche Informationen: EU funds programme: European Regional Development Fund (ERDF) (2021/2027) Further details of EU funds: 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. The procurement was announced in the form of a pre-commercial procurement (PCP) with a phased approach, i.e. a framework agreement covering different R&D phases. After each phase, intermediate evaluations are carried out to progressively select the best competing solutions. The contractors with the best-value-for-money solutions will be offered a specific contract for the next phase. Sufficient amount of good quality tenders were received to award the planned amount of contracts for lot 1. The abstracts of the winning tenders will be made available on CCC project website: https://interreg-baltic.eu/project/ccc/. The PCP is expected to start on 29 January 2026 and end on 23 September 2026.
5.1.10.
Zuschlagskriterien
Kriterium:
Art: Qualität
Beschreibung: Price is not the only award criterion and all criteria are stated only in the procurement documents. Please refer to Section 3.6 and Appendix 2 of the tender document 1 (Request for Tenders) for detailed information on award criteria.
Beschreibung der anzuwendenden Methode, wenn die Gewichtung nicht durch Kriterien ausgedrückt werden kann: Price is not the only award criterion and all criteria are stated only in the procurement documents. Please refer to Section 3.6 and Appendix 2 of the tender document 1 (Request for Tenders) for detailed information on award criteria.
5.1.15.
Techniken
Rahmenvereinbarung:
Rahmenvereinbarung mit erneutem Aufruf zum Wettbewerb
Informationen über das dynamische Beschaffungssystem:
Kein dynamisches Beschaffungssystem
Elektronische Auktion: nein
5.1.16.
Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Administrative District Court (Republic of Latvia)
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.
5.1.
Los: LOT-0002
Titel: CCC - PCP - Lot2 - Circular event infrastructure
Beschreibung: This contract award notice informs interested operators about the outcome of a tender. On 29 October 2025, a contract notice was published as part of the CCC project to purchase R&D services from a number of R&D providers in parallel (PCP procurement). 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, each corresponding to one sub-challenge. Challenge for this Lot 2 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.
5.1.5.
Wert
Höchstwert der Rahmenvereinbarung: 33 303,00 EUR
5.1.6.
Allgemeine Informationen
Auftragsvergabeprojekt ganz oder teilweise aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: nein
Informationen über frühere Bekanntmachungen:
Kennung der vorherigen Bekanntmachung: 285317-2025
Kennung der vorherigen Bekanntmachung: 714386-2025
Zusätzliche Informationen: EU funds programme: European Regional Development Fund (ERDF) (2021/2027) Further details of EU funds: 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. The procurement was announced in the form of a pre-commercial procurement (PCP) with a phased approach, i.e. a framework agreement covering different R&D phases. Lot 2 of the PCP will not be started because insufficient amount of tenders were received for lot 2.
5.1.10.
Zuschlagskriterien
Kriterium:
Art: Qualität
Beschreibung: Price is not the only award criterion and all criteria are stated only in the procurement documents. Please refer to Section 3.6 and Appendix 2 of the tender document 1 (Request for Tenders) for detailed information on award criteria.
Beschreibung der anzuwendenden Methode, wenn die Gewichtung nicht durch Kriterien ausgedrückt werden kann: Price is not the only award criterion and all criteria are stated only in the procurement documents. Please refer to Section 3.6 and Appendix 2 of the tender document 1 (Request for Tenders) for detailed information on award criteria.
5.1.15.
Techniken
Rahmenvereinbarung:
Rahmenvereinbarung mit erneutem Aufruf zum Wettbewerb
Informationen über das dynamische Beschaffungssystem:
Kein dynamisches Beschaffungssystem
Elektronische Auktion: nein
5.1.16.
Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Administrative District Court (Republic of Latvia)
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.
6. Ergebnisse
Höchstwert der Rahmenvereinbarungen in dieser Bekanntmachung: 33 303,00 EUR
6.1.
Ergebnis, Los-– Kennung: LOT-0001
Status der Preisträgerauswahl: Es wurde mindestens ein Gewinner ermittelt.
Rahmenvereinbarung:
Höchstwert der Rahmenvereinbarung: 33 303,00 EUR
6.1.2.
Informationen über die Gewinner
Wettbewerbsgewinner:
Offizielle Bezeichnung: INC Innovation Center GmbH
Angebot:
Kennung des Angebots: ReMatch Platform
Kennung des Loses oder der Gruppe von Losen: LOT-0001
Vergabe von Unteraufträgen: Nein
Informationen zum Auftrag:
Kennung des Auftrags: ReMatch Platform
Datum des Vertragsabschlusses: 23/01/2026
Der Auftrag wird als Teil einer Rahmenvereinbarung vergeben: nein
6.1.4.
Statistische Informationen
Eingegangene Angebote oder Teilnahmeanträge:
Art der eingegangenen Einreichungen: Angebote
Anzahl der eingegangenen Angebote oder Teilnahmeanträge: 7
6.1.
Ergebnis, Los-– Kennung: LOT-0001
Status der Preisträgerauswahl: Es wurde mindestens ein Gewinner ermittelt.
Rahmenvereinbarung:
Höchstwert der Rahmenvereinbarung: 33 303,00 EUR
6.1.2.
Informationen über die Gewinner
Wettbewerbsgewinner:
Offizielle Bezeichnung: Zirobio OÜ
Angebot:
Kennung des Angebots: Circular Actions
Kennung des Loses oder der Gruppe von Losen: LOT-0001
Vergabe von Unteraufträgen: Nein
Informationen zum Auftrag:
Kennung des Auftrags: Circular Actions
Datum des Vertragsabschlusses: 23/01/2026
Der Auftrag wird als Teil einer Rahmenvereinbarung vergeben: nein
6.1.4.
Statistische Informationen
Eingegangene Angebote oder Teilnahmeanträge:
Art der eingegangenen Einreichungen: Angebote
Anzahl der eingegangenen Angebote oder Teilnahmeanträge: 7
6.1.
Ergebnis, Los-– Kennung: LOT-0001
Status der Preisträgerauswahl: Es wurde mindestens ein Gewinner ermittelt.
Rahmenvereinbarung:
Höchstwert der Rahmenvereinbarung: 33 303,00 EUR
6.1.2.
Informationen über die Gewinner
Wettbewerbsgewinner:
Offizielle Bezeichnung: Comat Studio, Franziska Seehausen
Angebot:
Kennung des Angebots: Comat Studio
Kennung des Loses oder der Gruppe von Losen: LOT-0001
Vergabe von Unteraufträgen: Nein
Informationen zum Auftrag:
Kennung des Auftrags: Comat Studio
Datum des Vertragsabschlusses: 26/01/2026
Der Auftrag wird als Teil einer Rahmenvereinbarung vergeben: nein
6.1.4.
Statistische Informationen
Eingegangene Angebote oder Teilnahmeanträge:
Art der eingegangenen Einreichungen: Angebote
Anzahl der eingegangenen Angebote oder Teilnahmeanträge: 7
6.1.
Ergebnis, Los-– Kennung: LOT-0001
Status der Preisträgerauswahl: Es wurde mindestens ein Gewinner ermittelt.
Rahmenvereinbarung:
Höchstwert der Rahmenvereinbarung: 33 303,00 EUR
6.1.2.
Informationen über die Gewinner
Wettbewerbsgewinner:
Offizielle Bezeichnung: Superhood Oy
Angebot:
Kennung des Angebots: Superhood
Kennung des Loses oder der Gruppe von Losen: LOT-0001
Vergabe von Unteraufträgen: Nein
Informationen zum Auftrag:
Kennung des Auftrags: Superhood
Datum des Vertragsabschlusses: 23/01/2026
Der Auftrag wird als Teil einer Rahmenvereinbarung vergeben: nein
6.1.4.
Statistische Informationen
Eingegangene Angebote oder Teilnahmeanträge:
Art der eingegangenen Einreichungen: Angebote
Anzahl der eingegangenen Angebote oder Teilnahmeanträge: 7
6.1.
Ergebnis, Los-– Kennung: LOT-0001
Status der Preisträgerauswahl: Es wurde mindestens ein Gewinner ermittelt.
Rahmenvereinbarung:
Höchstwert der Rahmenvereinbarung: 33 303,00 EUR
6.1.2.
Informationen über die Gewinner
Wettbewerbsgewinner:
Offizielle Bezeichnung: Association Zero Waste Latvija
Angebot:
Kennung des Angebots: TURKUREUSE
Kennung des Loses oder der Gruppe von Losen: LOT-0001
Vergabe von Unteraufträgen: Ja
Wert der Vergabe von Unteraufträgen ist bekannt: nein
Prozentanteil der Vergabe von Unteraufträgen ist bekannt: ja
Prozentanteil Vergabe von Unteraufträgen: 70,00
Informationen zum Auftrag:
Kennung des Auftrags: TURKUREUSE
Datum des Vertragsabschlusses: 23/01/2026
Der Auftrag wird als Teil einer Rahmenvereinbarung vergeben: nein
6.1.4.
Statistische Informationen
Eingegangene Angebote oder Teilnahmeanträge:
Art der eingegangenen Einreichungen: Angebote
Anzahl der eingegangenen Angebote oder Teilnahmeanträge: 7
6.1.
Ergebnis, Los-– Kennung: LOT-0002
Status der Preisträgerauswahl: Es wurde kein Wettbewerbsgewinner ermittelt, und der Wettbewerb ist abgeschlossen.
Grund, warum kein Gewinner ausgewählt wurde: Es ist nur ein Angebot, Teilnahmeantrag oder Projekt eingegangen
6.1.4.
Statistische Informationen
Eingegangene Angebote oder Teilnahmeanträge:
Art der eingegangenen Einreichungen: Angebote
Anzahl der eingegangenen Angebote oder Teilnahmeanträge: 1
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
Rollen dieser Organisation:
Beschaffer
Federführendes Mitglied
Zentrale Beschaffungsstelle, die öffentliche Aufträge oder Rahmenvereinbarungen im Zusammenhang mit für andere Beschaffer bestimmten Bauleistungen, Lieferungen oder Dienstleistungen vergibt/abschließt
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
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: Krista Petäjäjärvi, Project Manager at NDPC
Telefon: +358 40 4160408
Rollen dieser Organisation:
Beschaffer
8.1.
ORG-0013
Offizielle Bezeichnung: INC Innovation Center GmbH
Größe des Wirtschaftsteilnehmers: Kleinst-, kleines oder mittleres Unternehmen
Registrierungsnummer: HRB 28503 Amtsgericht Aachen
Stadt: Aachen
Postleitzahl: 52074
Land, Gliederung (NUTS): Städteregion Aachen (DEA2D)
Land: Deutschland
Rollen dieser Organisation:
Bieter
Gewinner dieser Lose: LOT-0001
8.1.
ORG-0014
Offizielle Bezeichnung: Comat Studio, Franziska Seehausen
Größe des Wirtschaftsteilnehmers: Kleinst-, kleines oder mittleres Unternehmen
Registrierungsnummer: 24027320305
Stadt: Nuremberg
Postleitzahl: 90429
Land, Gliederung (NUTS): Nürnberg, Kreisfreie Stadt (DE254)
Land: Deutschland
Rollen dieser Organisation:
Bieter
Gewinner dieser Lose: LOT-0001
8.1.
ORG-0015
Offizielle Bezeichnung: Association Zero Waste Latvija
Größe des Wirtschaftsteilnehmers: Kleinst-, kleines oder mittleres Unternehmen
Registrierungsnummer: 40008279219
Stadt: Riga
Postleitzahl: LV - 1003
Land, Gliederung (NUTS): Rīga (LV00A)
Land: Lettland
Rollen dieser Organisation:
Bieter
Gewinner dieser Lose: LOT-0001
8.1.
ORG-0016
Offizielle Bezeichnung: Superhood Oy
Größe des Wirtschaftsteilnehmers: Kleinst-, kleines oder mittleres Unternehmen
Registrierungsnummer: 3132142-1
Stadt: Helsinki
Postleitzahl: 00180
Land, Gliederung (NUTS): Helsinki-Uusimaa (FI1B1)
Land: Finnland
Rollen dieser Organisation:
Bieter
Gewinner dieser Lose: LOT-0001
8.1.
ORG-0017
Offizielle Bezeichnung: Zirobio OÜ
Größe des Wirtschaftsteilnehmers: Kleinst-, kleines oder mittleres Unternehmen
Registrierungsnummer: 17102526
Stadt: Tallinn
Postleitzahl: 10115
Land, Gliederung (NUTS): Põhja-Eesti (EE001)
Land: Estland
Rollen dieser Organisation:
Bieter
Gewinner dieser Lose: LOT-0001
8.1.
ORG-0018
Offizielle Bezeichnung: Administrative District Court (Republic of Latvia)
Registrierungsnummer: 40900015982
Stadt: Riga
Postleitzahl: LV-1007
Land, Gliederung (NUTS): Rīga (LV00A)
Land: Lettland
Rollen dieser Organisation:
Überprüfungsstelle
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: 52d972a0-3737-4490-934a-e46d15aa2fa0 - 01
Formulartyp: Ergebnis
Art der Bekanntmachung: Bekanntmachung vergebener Aufträge oder Zuschlagsbekanntmachung – Standardregelung
Unterart der Bekanntmachung: 29
Datum der Übermittlung der Bekanntmachung: 28/01/2026 13:54:08 (UTC+00:00) Westeuropäische Zeit, GMT
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
Veröffentlichungsnummer der Bekanntmachung: 67230-2026
ABl. S – Nummer der Ausgabe: 20/2026
Datum der Veröffentlichung: 29/01/2026