Femtosecond laser ablation system

A tender is requested for 1 (one) femtosecond laser ablation system. The tenderer shall guarantee that the object of the tender shall be free of defects and meet the requirements as set forth in this document and its appendices. The tender shall incorporate the latest improvements, components and software versions …

CPV: 38636100 Lasers
Deadline:
July 21, 2025, 9 a.m.
Deadline type:
Submitting a bid
Place of execution:
Femtosecond laser ablation system
Awarding body:
Geologian tutkimuskeskus
Award number:
GTK/300/02.03.01/2024

1. Buyer

1.1 Buyer

Official name : Geologian tutkimuskeskus
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Femtosecond laser ablation system
Description : A tender is requested for 1 (one) femtosecond laser ablation system. The tenderer shall guarantee that the object of the tender shall be free of defects and meet the requirements as set forth in this document and its appendices. The tender shall incorporate the latest improvements, components and software versions available at the time the tender is submitted to Geological Survey of Finland. The instrument and the related services must satisfy the following minimum requirements and the fulfilment of all criteria must be documented within the tender. Please, see the Invitation Letter for more details.
Procedure identifier : 4834f874-8539-4510-8c77-ed5fb24ecb59
Internal identifier : GTK/300/02.03.01/2024
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : An open procedure is a procurement procedure in which the contracting entity publishes a contract notice and makes available a call for tenders and where all willing suppliers can bid.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38636100 Lasers

2.1.2 Place of performance

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

2.1.4 General information

Additional information : Please, see the Invitation Letter for more details.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
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.
Arrangement with creditors : The economic operator is in arrangement with creditors.
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.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
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.
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.
Child labour and 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.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
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.
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.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
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 in the fields of social law : The economic operator has breached its obligations in the field of social law.
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.
Business activities are suspended : The business activities of the economic operator are suspended.
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.
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Femtosecond laser ablation system
Description : A tender is requested for 1 (one) femtosecond laser ablation system. The tenderer shall guarantee that the object of the tender shall be free of defects and meet the requirements as set forth in this document and its appendices. The tender shall incorporate the latest improvements, components and software versions available at the time the tender is submitted to Geological Survey of Finland. The instrument and the related services must satisfy the following minimum requirements and the fulfilment of all criteria must be documented within the tender. Please, see the Invitation Letter for more details.
Internal identifier : GTK/300/02.03.01/2024

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38636100 Lasers

5.1.2 Place of performance

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

5.1.3 Estimated duration

Other duration : Unknown

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 : Please, see the Invitation Letter for more details.

5.1.7 Strategic procurement

Approach to reducing environmental impacts : The transition to a circular economy
Innovative objective : The procured works, supplies or services are novel or significantly improved compared to other works, supplies, or services already on the market.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Risk rating
Description : Economic or financial requirement and a description of it: The tenderer must have sufficient economic and financial standing about the size and quality of the procurement. The tenderer's financial standing is primarily evaluated based on European Business credit reports in the service provided by Suomen Asiakastieto Oy, which must indicate a risk rating score of 1 to 3. If the tenderer's information is not stated in the service provided by Suomen Asiakastieto Oy, the economic and financial standing of the tenderer will be evaluated based on financial statements and/or other similar information. These accounts will be separately requested from the tenderer if they are required. Tenderer's, whose Suomen Asiakastieto Oy risk rating is 5, or whose economic and financial standing is evaluated based on other information to be on a similarbasis, will be excluded from the procurement process. Tenderer's, whose Suomen Asiakastieto Oy rating is 4, may be excluded from the procurement process if the tenderer fails to provide reliable documentation on the actions it has or will undertake to improve its creditworthiness. The contracting authority will request the risk rating from Suomen Asiakastieto Oy about each tenderer and use it to evaluate each tenderer's solvency, liquidity, and economic standing. The tenderer commits to provide to the contracting authority upon request its income statement, balance sheet, annual report, and other financial statements if their publication is required by the laws of the tenderer's country of establishment. In addition, the tenderer commits to provide the documents, if the tenderer's risk rating is not provided by Suomen Asiakastieto Oy. If the tender is made as a group, the requirement applies to all members of the group.If a tenderer uses resource units, all resource units must meet the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Membership of the Trade Register
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Painotus halvin hinta
Category of award weight criterion : Fixed value (total)
Award criterion number : 50
Criterion :
Type : Quality
Name :
Description : Laadun kokonaispisteet
Category of award weight criterion : Fixed value (total)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 30/06/2025 13:00 +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 : Required
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 21/07/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 21/07/2025 09:30 +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 -

8. Organisations

8.1 ORG-0001

Official name : Geologian tutkimuskeskus
Registration number : 0244680-7
Postal address : Vuorimiehentie 5
Town : Espoo
Postcode : 02151
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : kilpailut@gtk.fi
Telephone : +358 295030000
Internet address : https://www.gtk.fi/
Roles of this organisation :
Buyer

8.1 ORG-0002

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-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 : c4727233-02e5-48e9-831f-e9ba6ae0947f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/06/2025 04:11 +00:00
Notice dispatch date (eSender) : 16/06/2025 04:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00390514-2025
OJ S issue number : 114/2025
Publication date : 17/06/2025