Automated ADAMTS-13 Special coagulation analytics for HUS Diagnostic Center

The HUS Group requests tenders for the following entity: The object of the procurement is the analytics for measuring the enzymatic activity of ADAMTS-13 as a random access-based definition. ADAMTS-13 (a disintegrin and metalloproteinase with a thrombospondin type 1 motif, member 13) cleaves the multimer structures of the von Willebrand …

CPV: 33100000 Medizinische Geräte
Frist:
30. September 2025 09:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Automated ADAMTS-13 Special coagulation analytics for HUS Diagnostic Center
Vergabestelle:
HUS Group
Vergabenummer:
HUS 746-2023

1. Buyer

1.1 Buyer

Official name : HUS Group
Legal type of the buyer : Regional authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Automated ADAMTS-13 Special coagulation analytics for HUS Diagnostic Center
Description : The HUS Group requests tenders for the following entity: The object of the procurement is the analytics for measuring the enzymatic activity of ADAMTS-13 as a random access-based definition. ADAMTS-13 (a disintegrin and metalloproteinase with a thrombospondin type 1 motif, member 13) cleaves the multimer structures of the von Willebrand factor. In thrombotic thrombocytopenic purpura (TTP), ADAMTS-13 activity has declined, leading to the formation of extra-large vWF multimer structures and to thrombosis complications. The patients are often critically ill and low ADAMTS-13 activity confirms the diagnosis. The fastest possible diagnostics is therefore needed. The random access method enables faster response times, which is a significant advantage especially in the clinical use of ADAMTS-13 measuring. An automated system also reduces the workload involved in these measurements. The products are described in more detail in in Appendix 1 to the invitation to tender (Price and product form). This is a total procurement, i.e. the procurement is not divided into lots because the procurement seeks a comprehensive solution for ADAMTS-13 coagulation analytics, including the device (one analyzer) and its maintenance and supplies. The reagents and other supplies required for the device shall be located in the consignment stock established by the selected tenderer in the Client’s service location. The procurement also includes an option for the additional procurement of one (1) Equipment including its maintenance, for example, if the production amounts increase during the contract period. These are the Client’s (HUS) options, i.e., the decision on using the options is made by the procurement entity. The studies mentioned in this call for tenders will be carried out by the HUS Group. The analytics will be performed in the coagulation laboratory of the automated laboratory in the HUSLAB Building. The ADAMTS-13 samples usually arrive one by one and are analyzed on a daily basis. The controls at both levels are usually analyzed once on the days on which the sample is analyzed. Therefore, in practice, the definition of one sample always uses the reagent to the amount required for the sample and two controls. In 2024, a total of 370 P -ADAM13 studies were carried out at HUS Diagnostic Center. The Client already uses the existing equipment it has purchased (Acustar Bio-Flash equipment, 2 pcs) to perform the studies. If the offered tests can be performed using the Client’s own existing equipment, the use of this equipment can be continued until the end of its life cycle. In this case, an order for the new device may not necessarily be placed during the contract period concluded on the basis of this competitive tendering process. The decision on placing the order is made by the Client. If the Client does not have existing equipment of its own for performing the offered tests, the order for a new device will be made after the procurement decision. After having made the procurement decision, the Client decides whether the new equipment offered will be purchased directly or rented. The Client shall have the right to purchase the equipment after a rental period of 60 months. The contract period for the reagents and device-specific consumables is four (4) years, after which the contract will be valid until further notice. The scope of the procurement also includes (all) device-specific consumables related to the products offered, which are needed in the intended use of the device, as well as complementary products to the devices. Required consumables are indicated/announced in Appendix 1. In addition, during the contract period, products belonging to the categories of products covered by the contract and not specified in the product appendix (see procurement contract) can also be procured in accordance with the estimated value of the procurement. In addition, we request pricing for a maintenance contract for the analyzer. After the period of warranty of the new device has ended, the Client decides what level of maintenance it will use. The Client shall decide on the conclusion of the possible maintenance contract separately. The validity of the post-warranty maintenance contract for the equipment begins when the contract has been signed and will continue one year at a time, unless either party gives notice of terminating the contract. The consumption estimates stated in the call for tenders and its appendices are estimates based on the previous volumes of tests performed at HUS Diagnostic Center, and the contracting entity does not commit to the reported amounts of euros or the consumption estimates. The actual ordered quantities might be larger or smaller than the ones stated here. HUS will select a single (1) supplier as the contractual partner. The object of the procurement and the requirements pertaining to it are described in detail in the call for tenders and its appendices.
Procedure identifier : 88b245a0-495c-4a10-899e-8e03d4e7abbf
Internal identifier : HUS 746-2023
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement shall comply with the Act on Public Procurement and Concession Contracts (1397/2016, referred to as the Public Procurement Act). The procurement value exceeds the EU threshold value. The procedure shall be an open procedure as defined in section 32 of the Public Procurement Act. PROCESSING OF TENDERS The procedure shall include the following phases: Contracting entity 1. Opens the tenders 2. Verifies the suitability of the tenderer 3. Checks that the tenders conform to the invitation to tender 4. Compares the tenders and possible trial use 5. Requests and checks certificates and reports on the suitability of the winning tenderer(s) 6. Makes a procurement decision and communicates it to all the tenderers 7. Concludes an agreement with the selected tenderer(s) LANGUAGE OF THE COMPETITIVE TENDERING PROCEDURE The procurement documents are available in English. If a tenderer needs the documents in another language, the tenderer shall be responsible for translation and liable for the associated costs. Tenders must be prepared in English. PARALLEL TENDERS Parallel tenders are not permitted. PARTIAL TENDERS Partial tenders will not be accepted.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33100000 Medical equipments

2.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland

2.1.4 General information

Additional information : The contract (supplies) will continue for an non-fixed-term after the fixed-term contract period. The procurement includes the Customer's option for one (1) additional equipment during the first three years of the contract period.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and including other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The economic operator can confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Early termination, damages, or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations set under purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Breaching obligation relating to payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Breaching obligation relating to payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Bankruptcy : The economic operator is bankrupt.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Automated ADAMTS-13 Special coagulation analytics for HUS Diagnostic Center
Description : The HUS Group requests tenders for the following entity: The object of the procurement is the analytics for measuring the enzymatic activity of ADAMTS-13 as a random access-based definition. ADAMTS-13 (a disintegrin and metalloproteinase with a thrombospondin type 1 motif, member 13) cleaves the multimer structures of the von Willebrand factor. In thrombotic thrombocytopenic purpura (TTP), ADAMTS-13 activity has declined, leading to the formation of extra-large vWF multimer structures and to thrombosis complications. The patients are often critically ill and low ADAMTS-13 activity confirms the diagnosis. The fastest possible diagnostics is therefore needed. The random access method enables faster response times, which is a significant advantage especially in the clinical use of ADAMTS-13 measuring. An automated system also reduces the workload involved in these measurements. The products are described in more detail in in Appendix 1 to the invitation to tender (Price and product form). This is a total procurement, i.e. the procurement is not divided into lots because the procurement seeks a comprehensive solution for ADAMTS-13 coagulation analytics, including the device (one analyzer) and its maintenance and supplies. The reagents and other supplies required for the device shall be located in the consignment stock established by the selected tenderer in the Client’s service location. The procurement also includes an option for the additional procurement of one (1) Equipment including its maintenance, for example, if the production amounts increase during the contract period. These are the Client’s (HUS) options, i.e., the decision on using the options is made by the procurement entity. The studies mentioned in this call for tenders will be carried out by the HUS Group. The analytics will be performed in the coagulation laboratory of the automated laboratory in the HUSLAB Building. The ADAMTS-13 samples usually arrive one by one and are analyzed on a daily basis. The controls at both levels are usually analyzed once on the days on which the sample is analyzed. Therefore, in practice, the definition of one sample always uses the reagent to the amount required for the sample and two controls. In 2024, a total of 370 P -ADAM13 studies were carried out at HUS Diagnostic Center. The Client already uses the existing equipment it has purchased (Acustar Bio-Flash equipment, 2 pcs) to perform the studies. If the offered tests can be performed using the Client’s own existing equipment, the use of this equipment can be continued until the end of its life cycle. In this case, an order for the new device may not necessarily be placed during the contract period concluded on the basis of this competitive tendering process. The decision on placing the order is made by the Client. If the Client does not have existing equipment of its own for performing the offered tests, the order for a new device will be made after the procurement decision. After having made the procurement decision, the Client decides whether the new equipment offered will be purchased directly or rented. The Client shall have the right to purchase the equipment after a rental period of 60 months. The contract period for the reagents and device-specific consumables is four (4) years, after which the contract will be valid until further notice. The scope of the procurement also includes (all) device-specific consumables related to the products offered, which are needed in the intended use of the device, as well as complementary products to the devices. Required consumables are indicated/announced in Appendix 1. In addition, during the contract period, products belonging to the categories of products covered by the contract and not specified in the product appendix (see procurement contract) can also be procured in accordance with the estimated value of the procurement. In addition, we request pricing for a maintenance contract for the analyzer. After the period of warranty of the new device has ended, the Client decides what level of maintenance it will use. The Client shall decide on the conclusion of the possible maintenance contract separately. The validity of the post-warranty maintenance contract for the equipment begins when the contract has been signed and will continue one year at a time, unless either party gives notice of terminating the contract. The consumption estimates stated in the call for tenders and its appendices are estimates based on the previous volumes of tests performed at HUS Diagnostic Center, and the contracting entity does not commit to the reported amounts of euros or the consumption estimates. The actual ordered quantities might be larger or smaller than the ones stated here. HUS will select a single (1) supplier as the contractual partner. The object of the procurement and the requirements pertaining to it are described in detail in the call for tenders and its appendices.
Internal identifier : HUS 746-2023

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33100000 Medical equipments

5.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : The contract (supplies) will continue for an non-fixed-term after the fixed-term contract period. The procurement includes the Customer's option for one (1) additional equipment during the first three years of the contract period.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price 100%
Description : In this competitive tendering the price is weighted at 100 %.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100

5.1.11 Procurement documents

Deadline for requesting additional information : 11/09/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 30/09/2025 09:00 +00:00
Deadline until which the tender must remain valid : 9 Month
Information about public opening :
Opening date : 30/09/2025 09:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Information about review deadlines : Unless otherwise provided, an appeal or a request for procurement correction must be submitted in writing within 14 days from the date the party received the procurement decision along with instructions for appeal.

8. Organisations

8.1 ORG-0001

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0002

Official name : HUS Group
Registration number : 1567535-0
Postal address : Uutistie 5 (PO Box 441, 00029 HUS)
Town : Vantaa
Postcode : 01770
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : HUS Procurement Services
Telephone : +358 94711
Internet address : http://www.hus.fi
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 140e3304-a3d9-44ac-b261-7ff3448727fa - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/08/2025 10:26 +00:00
Notice dispatch date (eSender) : 25/08/2025 10:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00554614-2025
OJ S issue number : 162/2025
Publication date : 26/08/2025