Digital automatic microscope for the special hematology laboratory at HUS Diagnostic Center

The HUS Group (also "the contracting entity" or “HUS”) requests tenders for a new digital automatic microscope (also "product" or "device") for the special hematology laboratory at HUS Diagnostic Center. The device is intended for scanning MGG-stained bone marrow aspiration slides and blood smears and AI (artificial intelligence)-based cell classification. …

CPV: 33100000 Medicīniskās ierīces
Termiņš:
2025. gada 15. augusts, 07:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Digital automatic microscope for the special hematology laboratory at HUS Diagnostic Center
Piešķīrēja iestāde:
HUS Group
Piešķīruma numurs:
HUS 361-2025

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 : Digital automatic microscope for the special hematology laboratory at HUS Diagnostic Center
Description : The HUS Group (also "the contracting entity" or “HUS”) requests tenders for a new digital automatic microscope (also "product" or "device") for the special hematology laboratory at HUS Diagnostic Center. The device is intended for scanning MGG-stained bone marrow aspiration slides and blood smears and AI (artificial intelligence)-based cell classification. The special hematology laboratory receives bone marrow aspiration samples from approximately 10–35 patients daily, which the digital automatic microscope must be able to scan and prioritize in order of urgency. The device will also be used for assessing cell counts/ratios and cell morphology. Therefore, the digital images produced by the device must be high-quality, high-resolution images. The software of the device must be able to support remote work and consultation with other users regarding cell images. The procurement includes among other things the device, its delivery, a workstation required to operate the device, analysis software, user licenses, user training, device-specific supplies, user replaceable parts, warranty and warranty period maintenance services for the device. The procurement also includes an option for post-warranty maintenance services for the device. The HUS Group will decide separately on the use of the option. Other options included in the procurement: The HUS Group reserves the right to order a second new digital automatic microscope device (also “option device”). The option includes among other things the option device, its delivery, a workstation required to operate the device, analysis software, user licenses, user training, device-specific supplies, user replaceable parts, warranty and warranty period maintenance services for the option device. The procurement also includes an option for post-warranty maintenance services for the option device. The HUS Group will decide separately on the use of the option. The use of the options will take place during the years 2025-2028. The subject of the procurement and its requirements are described in detail in the call for tender and its appendices.
Procedure identifier : 30d6adea-4aef-4295-9cfb-f024d183091c
Internal identifier : HUS 361-2025
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 (HUS Group) 1. Opens the tenders 2. Verifies the suitability of the tenderer (ESPD form and Call for tenders) 3. Checks that the tenders conform to the call for tenders 4. Compares the tenders [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 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 are not permitted. ALTERNATIVE TENDERS Alternative tenders are not permitted. PROCUREMENT VOLUMES Any procurement volumes stated in the procurement documents are only estimates and therefore are not binding to the contracting entity. The contracting entity has no obligation to purchase any specific quantities. DIVIDING INTO LOTS The procurement agreement has not been divided into separate lots. Dividing the agreement would not be advantageous for the contracting entity, given the integrated nature of the product and services related to it as a whole. RESERVATION FOR SUSPENDING THE PROCUREMENT The contracting entity may suspend the procurement procedure in whole or in part for a real and justified reason (Article 125 of the Act on Public Procurement).

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

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 : Digital automatic microscope for the special hematology laboratory at HUS Diagnostic Center
Description : The HUS Group (also "the contracting entity" or “HUS”) requests tenders for a new digital automatic microscope (also "product" or "device") for the special hematology laboratory at HUS Diagnostic Center. The device is intended for scanning MGG-stained bone marrow aspiration slides and blood smears and AI (artificial intelligence)-based cell classification. The special hematology laboratory receives bone marrow aspiration samples from approximately 10–35 patients daily, which the digital automatic microscope must be able to scan and prioritize in order of urgency. The device will also be used for assessing cell counts/ratios and cell morphology. Therefore, the digital images produced by the device must be high-quality, high-resolution images. The software of the device must be able to support remote work and consultation with other users regarding cell images. The procurement includes among other things the device, its delivery, a workstation required to operate the device, analysis software, user licenses, user training, device-specific supplies, user replaceable parts, warranty and warranty period maintenance services for the device. The procurement also includes an option for post-warranty maintenance services for the device. The HUS Group will decide separately on the use of the option. Other options included in the procurement: The HUS Group reserves the right to order a second new digital automatic microscope device (also “option device”). The option includes among other things the option device, its delivery, a workstation required to operate the device, analysis software, user licenses, user training, device-specific supplies, user replaceable parts, warranty and warranty period maintenance services for the option device. The procurement also includes an option for post-warranty maintenance services for the option device. The HUS Group will decide separately on the use of the option. The use of the options will take place during the years 2025-2028. The subject of the procurement and its requirements are described in detail in the call for tender and its appendices.
Internal identifier : HUS 361-2025

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 : 48 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

5.1.7 Strategic procurement

Social objective promoted : Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The general annual turnover of the tenderer
Description : The tenderer's turnover must have been at least 500 000 euros for the last confirmed 12-month financial year. The tenderer may use the subcontractor whose resources the tenderer uses or the group to fulfil this requirement jointly.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Professional risk indemnity insurance
Description : The insured amount in tenderer's professional risk indemnity insurance is the following: minimum 500 000 euro.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : INTERNATIONAL SANCTIONS
Description : SANCTIONS The European Union (EU) and the United Nations (UN) have imposed sanctions in their legislation or by decisions of their institutions. More information on sanctions is available on the Ministry for Foreign Affairs' website https://um.fi/international-sanctions.The tenderer declares that the Tendering Company or the companies and persons owned, held or controlled by the Offering Company are not subject to EU or UN sanctions.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : PROHIBITED RESTRICTION OF COMPETITION
Description : The tenderer assures that it has not committed any acts prohibited in competition law ("Kilpailulaki", 12.8.2011/948) when making the offer, such as prohibited price cooperation between undertakings, or a joint bid between competitors, that is contrary to competition law.
Use of this criterion : Used
Criterion :
Type : Other
Name : SOCIAL RESPONSIBILITY OBLIGATIONS
Description : The tenderer has read the appendix "The Minimum Social Responsibility Obligations of HUS Suppliers" and commits to comply with the social responsibility obligations as well as to ensure that the minimum requirements set out in the document are met in its own operations as well as in its own supply chains.The tenderer has read the appendix "HUS Supplier’s Minimum Social Responsibility Obligations Self-Assessment Form" and commits to assist the Client in monitoring the responsibility of the procurement contract, among other things, by providing the Client with reports on how the Supplier has fulfilled the obligations set out in the document, upon the Client’s separate request.
Use of this criterion : Used
Criterion :
Type : Other
Name : ENVIRONMENTAL MANAGEMENT MEASURES
Description : The tenderer has read the appendix "Our Climate Roadmap" and commits to developing its operations during the contract period and promoting low-carbon and ecologically sustainable operations.The tenderer has in place an environmental management system (or at least a plan) that guides the action, which includes at least the following points: - the key environmental impacts of its own action, - the environmental objectives set for its own action, - a programme of measures to achieve the environmental objectives set, and - a description of the monitoring of the environmental objectives.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : The tenderer is enrolled in the relevant trade registers of its Member State of establishment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : REFERENCE 1
Description : The tenderer must have prior delivery of the digital automatic microscope (the product offered) to a reference customer. Reference shall meet following requirements: 1. The product offered to the reference customer is the same model which the tenderer has offered in this tender. 2. The product offered has been delivered to the reference customer for a clinical laboratory that provides clinical diagnostic reports on bone marrow aspiration slides and/or blood smears and uses offered AI application. 3. At least one of the provided reference customers must use the offered product for analysis of bone marrow samples. 4. The reference customer is different than the customer named in the reference 2. 5. The product offered has been delivered to the reference customer located in the EU or or in the United Kingdom (UK) or Switzerland. 6. The delivery of the product offered has included at least the device and its delivery, maintenance service, software and user training. 7. The delivery of the product offered must not be older than 5 years counting backwards from the deadline date of receiving tenders
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : REFERENCE 2
Description : The tenderer must have prior delivery of the digital automatic microscope (the product offered) to a reference customer. Reference shall meet following requirements: 1. The product offered to the reference customer is the same model which the tenderer has offered in this tender. 2. The product offered has been delivered to the reference customer for a clinical laboratory that provides clinical diagnostic reports on bone marrow aspiration slides and/or blood smears and uses offered AI application. 3. At least one of the provided reference customers must use the offered product for analysis of bone marrow samples. 4. The reference customer is different than the customer named in the reference 1. 5. The product offered has been delivered to the reference customer located in the EU or or in the United Kingdom (UK) or Switzerland. 6. The delivery of the product offered has included at least the device and its delivery, maintenance service, software and user training. 7. The delivery of the product offered must not be older than 5 years counting backwards from the deadline date of receiving tenders
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices must be offered on the attachment "Prices". The attachment must be returned with the tender, completed according to the instructions. The total comparison price is formed in the section "Total Comparison Price" by summing up the compared prices for following items: 1.1 Device 1.2 Service (Level 2) With respect to price, the tender with the lowest price will be given the full 90 points (the same as the weighting of the price), and the other tenders will be given points in proportion to the lowest price using the formula: lowest price/comparison price x weighting of price (90).
Category of award weight criterion : Fixed value (total)
Award criterion number : 90
Criterion :
Type : Quality
Name : Quality
Description : If the tenderer fulfills the quality criterion "The tenderer has a maintenance organization operating in Finland.", it will be given the full 10 points (the same as the weighting of the quality). If the tenderer does not meet the specified quality criterion, it will receive 0 quality points.
Category of award weight criterion : Fixed value (total)
Award criterion number : 10

5.1.11 Procurement documents

Deadline for requesting additional information : 28/07/2025 07:00 +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 : 15/08/2025 07:00 +00:00
Deadline until which the tender must remain valid : 9 Month
Information about public opening :
Opening date : 15/08/2025 07:05 +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

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 Group
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 : eb34d725-6230-4ab5-8363-fa0344ed6a38 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/07/2025 09:29 +00:00
Notice dispatch date (eSender) : 14/07/2025 09:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00460683-2025
OJ S issue number : 133/2025
Publication date : 15/07/2025