Procurement of doping samples analyzing services for Suomen Hippos (Finnish Trotting and Breeding Association)

The purpose of this procurement is to request tenders on analyzing services of biological samples of racehorses for research of prohibited substances. Additional tests, such as gene testing, pre-race testing, and TCO2 testing, may be charged separately in accordance with the contract. The samples include both blood and urine samples …

CPV: 71900000 Laboratoriopalvelut
Määräaika:
10. marraskuuta 2025 kello 10.00
Määräajan tyyppi:
Tarjouksen jättäminen
Teloituspaikka:
Procurement of doping samples analyzing services for Suomen Hippos (Finnish Trotting and Breeding Association)
Myöntävä elin:
Suomen Hippos ry, ruotsiksi Finlands Hippos rf
Myöntämisnumero:
2025-028600-LOT-0001

1. Buyer

1.1 Buyer

Official name : Suomen Hippos ry, ruotsiksi Finlands Hippos rf
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Procurement of doping samples analyzing services for Suomen Hippos (Finnish Trotting and Breeding Association)
Description : The purpose of this procurement is to request tenders on analyzing services of biological samples of racehorses for research of prohibited substances. Additional tests, such as gene testing, pre-race testing, and TCO2 testing, may be charged separately in accordance with the contract. The samples include both blood and urine samples and also hair samples. The contract involves services related to the analysis of biological samples from racehorses for the purpose of researching prohibited substances. The services include analyzing and archiving and destroying the samples as well as reporting the findings. The Customer is responsible for collecting and delivering the samples to the Service Provider at the Contract Authority’s expense. The samples will be sent to the Service Provider directly. After analyzing the samples, the Service Provider reports the results per sample to the Customer. The Service Provider shall analyze the samples to search for prohibited substances as given in the latest ILAC-G7. The latest version during competitive tendering of ILAC-G/ is ILAC-G7:04/2021.The link to the ILAC web page https://ilac.org/about-ilac/. Antimicrobial drugs are prohibited and customer has a 14 day stand down period for systemic antimicrobials. The applicable guidelines currently in effect must be adhered to with respect to stand down periods. Cobalt analysis has to be included except for Hair Samples. The contract will be established as a framework arrangement between one Contracting Authority and several Service Providers in accordance with Section 42 of the Procurement Act. Its purpose is to confirm the planned quantities of Orders made during the validity of the framework arrangement. The contracting authority is a member of the EHSLC and therefore follows the EHSLC’s European Screening Limits.The contracting authority estimates that approximately 800 samples will be tested annually. Some samples will come from out of competition visits, about 80-90% of the samples will how ever be taken at the racetrack, during the race days. It is estimated that approximately 90% of the samples will be Full Screen Samples for the A-sample. Per Section 42(4) of the Procurement Act, a maximum of 2,000 samples may be procured every 12 months, with an overall limit of 8,000 samples for the Contract Period, including options. Samples are delivered to the Service Provider in Orders, and a single Order may include samples collected from up to 10 horses. The contracting authority will select up to three (3) Service Providers based on the outcome of the tendering process, ranking them in order of priority according to their tenders. The Customer primarily makes Orders from the Service Provider ranked first in the order of priority. If the Service Provider in the first position repeatedly delays deliveries of the Orders, the Customer has the option to change the order of priority based on terms of the contract. This Contract is effective upon signing and remains in force for three (3) years. The Customer may extend the term by up to one (1) year with written notice provided at least three (3) months before the end of the original period. If this maximum is reached before the contract ends, the agreement terminates and the Customer will stop procuring the Service. The Service Provider may fulfill any Orders placed before reaching the maximum. The Customer will inform the Service Provider when the procurement limit is met. The Contract does not constitute any volume purchase obligation and does not give the Service Provider the exclusive right to provide the Service in accordance with the Contract to the Customer.
Procedure identifier : b0d1bc5d-6811-46b7-83e1-6a60b9e17a1e
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71900000 Laboratory services

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of doping samples analyzing services for Suomen Hippos (Finnish Trotting and Breeding Association)
Description : The purpose of this procurement is to request tenders on analyzing services of biological samples of racehorses for research of prohibited substances. Additional tests, such as gene testing, pre-race testing, and TCO2 testing, may be charged separately in accordance with the contract. The samples include both blood and urine samples and also hair samples. The contract involves services related to the analysis of biological samples from racehorses for the purpose of researching prohibited substances. The services include analyzing and archiving and destroying the samples as well as reporting the findings. The Customer is responsible for collecting and delivering the samples to the Service Provider at the Contract Authority’s expense. The samples will be sent to the Service Provider directly. After analyzing the samples, the Service Provider reports the results per sample to the Customer. The Service Provider shall analyze the samples to search for prohibited substances as given in the latest ILAC-G7. The latest version during competitive tendering of ILAC-G/ is ILAC-G7:04/2021.The link to the ILAC web page https://ilac.org/about-ilac/. Antimicrobial drugs are prohibited and customer has a 14 day stand down period for systemic antimicrobials. Cobalt analysis has to be included. The contract will be established as a framework arrangement between one Contracting Authority and several Service Providers in accordance with Section 42 of the Procurement Act. Its purpose is to confirm the planned quantities of Orders made during the validity of the framework arrangement. The contracting authority is a member of the EHSLC and therefore follows the EHSLC’s European Screening Limits.The contracting authority estimates that approximately 800 samples will be tested annually. Some samples will come from out of competition visits, about 80-90% of the samples will how ever be taken at the racetrack, during the race days. It is estimated that approximately 85% of the samples will be Full Screen Samples for the A-sample. Per Section 42(4) of the Procurement Act, a maximum of 2,000 samples may be procured every 12 months, with an overall limit of 8,000 samples for the Contract Period, including options. Samples are delivered to the Service Provider in Orders, and a single Order may include samples collected from up to 10 horses. The contracting authority will select up to three (3) Service Providers based on the outcome of the tendering process, ranking them in order of priority according to their tenders. The Customer primarily makes Orders from the Service Provider ranked first in the order of priority. If the Service Provider in the first position repeatedly delays deliveries of the Orders, the Customer has the option to change the order of priority based on terms of the contract. This Contract is effective upon signing and remains in force for three (3) years. The Customer may extend the term by up to one (1) year with written notice provided at least three (3) months before the end of the original period. If this maximum is reached before the contract ends, the agreement terminates and the Customer will stop procuring the Service. The Service Provider may fulfill any Orders placed before reaching the maximum. The Customer will inform the Service Provider when the procurement limit is met. The Contract does not constitute any volume purchase obligation and does not give the Service Provider the exclusive right to provide the Service in accordance with the Contract to the Customer.
Internal identifier : 2025-028600-LOT-0001

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71900000 Laboratory services
Options :
Description of the options : The contract allows for the possibility that the number of samples may increase, and according to the contract, Services may be procured so that the maximum number of samples tested per year is up to 2,000, and during the entire contract period (including the option), up to 8,000 samples. During the contract period, the Customer may procure Additional Test as described in Appendix 1, provided that their overall value excluding VAT is less than €60,000. For sake of clarity it is repeated according the Contract, that the Contract does not constitute any volume purchase obligation and does not give the Service Provider the exclusive right to provide the Service in accordance with the Contract to the Customer.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration end date : 15/10/2027
Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The Customer may extend the term by up to one (1) year with written notice provided at least three (3) months before the end of the original period.

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
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) : no

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : PRICE 80 %
Description : According to the Call for Tenders document appended to the procurement notice.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Quality
Name : QUALITY 20 %
Description : According to the Call for Tenders document appended to the procurement notice.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 27/10/2025 10:00 +02:00

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 10/11/2025 10:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 10/11/2025 10:01 +02:00
Place : Opening ceremony is not public.
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 :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The Market Court
Information about review deadlines : According the Section 147 of the Procurement Law, unless otherwise provided below, an appeal shall be submitted inwriting within 14 days of the date on which the candidate or tendererreceived notice of the procurement decision together with instructionsfor appeal. If, following the procurement decision, a contracting entity has madea procurement agreement or concession contract pursuant to point 1 or3 of section 130 without observing the standstill period, then theappeal shall be filed within 30 days of the date when the tendererreceived notice of the decision together with instructions for appeal. An appeal to the Market Court shall be submitted no later than sixmonths after making the procurement decision in the event that thecandidate or tenderer has received notice of the procurement decisiontogether with instructions for appeal and the procurement decision orthe instructions for appeal were essentially defective. If a contracting entity has submitted for a notice for publication in the Official Journal of the European Union concerning a directprocurement referred to in section 131 or a contractual amendmentreferred to in point 9 of subsection 1 of section 58, then the appealshall be filed within 14 days of the date of publishing the notice. If the notice referred to in subsection 4 has not been published, thenan appeal concerning a direct procurement shall be filed: 1) within 30 days of the date when a contract award noticeconcerning the direct procurement was published in the OfficialJournal of the European Union; or 2) within six months of the date of concluding the procurementagreement.
Organisation providing additional information about the procurement procedure : Suomen Hippos ry, ruotsiksi Finlands Hippos rf
Organisation providing more information on the review procedures : Suomen Hippos ry, ruotsiksi Finlands Hippos rf
Organisation receiving requests to participate : Suomen Hippos ry, ruotsiksi Finlands Hippos rf
Organisation processing tenders : Suomen Hippos ry, ruotsiksi Finlands Hippos rf

8. Organisations

8.1 ORG-0001

Official name : Suomen Hippos ry, ruotsiksi Finlands Hippos rf
Registration number : 0116928-9
Postal address : Ravitie 1
Town : Helsinki
Postcode : 00370
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 403540338
Internet address : http://www.hippos.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1 A
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295563630
Roles of this organisation :
TED eSender

8.1 ORG-0003

Official name : The Market Court
Registration number : FI30061576
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

Notice information

Notice identifier/version : 61940d43-9255-412b-bf11-4fb2a6f1c2d9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/10/2025 17:00 +03:00
Languages in which this notice is officially available : English
Notice publication number : 00672671-2025
OJ S issue number : 197/2025
Publication date : 14/10/2025