TaqMan Assays for droplet digital PCR + controls and cDNA synthesis Kit

The HUS Group requests tenders for TaqMan Assays for droplet digital PCR. The products will be used in HUS Diagnostic Center, in the laboratory of Genetics. This procurement is divided into lots as follows: 1. TaqMan Assays for droplet digital PCR 2. Controls for TaqMan assays 3. cDNA synthesis Kit …

CPV: 33000000 Lääketieteelliset laitteet, farmaseuttiset valmisteet ja henkilökohtaiseen hygieniaan liittyvät tuotteet, 33696500 Laboratorioreagenssit
Teloituspaikka:
TaqMan Assays for droplet digital PCR + controls and cDNA synthesis Kit
Myöntävä elin:
HUS Group
Myöntämisnumero:
HUS 479-2024

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 : TaqMan Assays for droplet digital PCR + controls and cDNA synthesis Kit
Description : The HUS Group requests tenders for TaqMan Assays for droplet digital PCR. The products will be used in HUS Diagnostic Center, in the laboratory of Genetics. This procurement is divided into lots as follows: 1. TaqMan Assays for droplet digital PCR 2. Controls for TaqMan assays 3. cDNA synthesis Kit The tenderers may leave a tender to one or more lots as they decide. However, partial offers within the lot are not allowed. The products that are included to the procurement are described in more detail in below in the invitation to tender. The subject matter of the procurement also includes additional products related to the products tendered, such as additional sizes and accessories. In addition, during the contract period, products belonging to the product groups that are the subject of the contract, may be acquired in accordance with the estimated value of the contract, also when they are not specified in the product annex (please see draft agreement). This is not a joint procurement of several contracting entities and the products requested in this invitation to tender will be used by HUS Group (HUS). In lots one (1) and two (2) the Client will select one (1) supplier with which it will enter into an agreement. In lot three (3) the Client will select two (2) suppliers (in order of priority) with which it will enter into an agreement. The Agreement is in force for a fixed period of two (2) years, and thereafter until terminated. As an option in the lot two the Client reserves the procurement of negative controls. The Client will make a separate decision on the exercise of the extra procurement option. However, this is a voluntary option and Tenderer is not obliged to offer the negative control. The subject matter and requirements of the procurement are described in detail in the invitation to tender and its annexes.
Procedure identifier : d4121e1c-7b3a-4c55-bf83-74d0f66804cb
Previous notice : 3d46cd10-9eaa-4146-94d5-d9338b4c6b4a-01
Internal identifier : HUS 479-2024
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 performs the 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. PARTIAL TENDERS Partial tenders will not be accepted. PARALLEL TENDERS Parallel tenders are permitted. If a tenderer submits a parallel tender, the parallel tender must meet all the requirements of the invitation to tenders and have the required appendices. Parallel tenders must always be submitted as separate tenders. No more than one (1) parallel tender may be submitted.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products

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

5. Lot

5.1 Lot technical ID : LOT-0001

Title : TaqMan Assays for droplet digital PCR
Description : Client will select one (1) supplier with which it will enter into an agreement. The Agreement is in force for a fixed period of two (2) years, and thereafter until terminated. The subject matter and requirements of the procurement are described in detail in the invitation to tender and its annexes.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33696500 Laboratory reagents
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hinta
Description : Hinta
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 75
Criterion :
Type : Quality
Name : Laatu
Description : Laatu
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 25

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 : Hankintalain mukaan.

5.1 Lot technical ID : LOT-0002

Title : Controls for TaqMan assays
Description : Client will select one (1) supplier with which it will enter into an agreement. The Agreement is in force for a fixed period of two (2) years, and thereafter until terminated. As an option the Client reserves the procurement of negative controls. The Client will make a separate decision on the exercise of the extra procurement option. However, this is a voluntary option and Tenderer is not obliged to offer the negative control. The subject matter and requirements of the procurement are described in detail in the invitation to tender and its annexes.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33696500 Laboratory reagents
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Description : hinta
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 100

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 : Hankintalain mukaan.

5.1 Lot technical ID : LOT-0003

Title : cDNA synthesis Kit
Description : Client will select two (2) suppliers (in order of priority) with which it will enter into an agreement. The Agreement is in force for a fixed period of two (2) years, and thereafter until terminated. The subject matter and requirements of the procurement are described in detail in the invitation to tender and its annexes.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33696500 Laboratory reagents
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Description : hinta
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 100

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 : Hankintalain mukaan.

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, not following a tenderer's request to review the award, because of technical or procedural errors

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0002

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, not following a tenderer's request to review the award, because of technical or procedural errors

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, not following a tenderer's request to review the award, because of technical or procedural errors

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

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
Town : Vantaa
Postcode : 01770
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Diagnostiikka-kategoria
Telephone : +358 94711
Internet address : http://www.hus.fi
Roles of this organisation :
Buyer

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 : bb331568-88b0-47dd-a742-2fab00ff4c27 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/07/2025 11:22 +00:00
Notice dispatch date (eSender) : 25/07/2025 11:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00490241-2025
OJ S issue number : 142/2025
Publication date : 28/07/2025