Tender Details
Title

Finland – Medical equipments – HUS 452-2024 Silmätautien instrumentit Place of performance: Finland,Anywhere in the given country Main nature of the contract: Supplies Official name: HUS-yhtymä Type of procedure: Open Finland � Medical equipments � HUS 452-2024 Eye disease instruments Place of performance: Finland, Anywhere in the given country Main nature of the contract: Supplies Official name: HUS-yhtym� Type of procedure: Open

Country
Language
Finnish
Organization
Published Date
03.10.2024
Deadline Date
06.11.2024
Overview
595253-2024 - Competition Competition Finland: Medical equipments HUS 452-2024 Silmätautien instrumentit Finland, Anywhere in the given country Estimated value excluding VAT: 400 000,00 EUR Type of procedure: Open Buyer Buyer: HUS-yhtymä Email: kilpailutus.kirurgia@hus.fi Finland, Helsinki-Uusimaa (FI1B1), HUS LOT-0001: Instrumentit, joita ei pyydetä tuotetestaukseen Medical equipments Finland, Anywhere in the given country Duration: 48 Months Deadline for receipt of tenders: 06/11/2024 - 10:00:00 (UTC) LOT-0002: Instrumentit, jotka pyydetään tuotetestaukseen Medical equipments Finland, Anywhere in the given country Duration: 48 Months Deadline for receipt of tenders: 06/11/2024 - 10:00:00 (UTC) 595253-2024 - Competition Finland – Medical equipments – HUS 452-2024 Silmätautien instrumentit OJ S 193/2024 03/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: HUS-yhtymä Email: kilpailutus.kirurgia@hus.fi Legal type of the buyer: Body governed by public law Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: HUS 452-2024 Silmätautien instrumentit Description: HANKINNAN KOHDE HUS-Yhtymä (jäljempänä "HUS") kilpailuttaa tarjouspyyntöasiakirjojen mukaisesti silmäkirurgiassa käytettävät instrumentit (jäljempänä instrumentit). Selvyyden vuoksi todetaan, että HUS on kilpailuttanut silmäkirurgiassa käytettäviä ns. yleisinstrumentteja, sekä mm. silmäkirurgiassa käytettäviä tarvikkeita aiemmissa kilpailutuksissa. Hankinnan kohde on kuvattu tarkemmin liitteessä 1 (Tarjouslomake). Kyseessä on yhteishankinta, jonka osapuolet on kuvattu tarkemmin jäljempänä tässä tarjouspyynnössä. Mukana olevista osapuolista käytetään tarjouspyynnössä yhdessä nimitystä "Tilaaja". Tilaaja pyytää tarjouksia hankintailmoituksen sekä tämän tarjouspyynnön ja sen liitteiden mukaisesti silmäkirurgian instrumenttien hankinnasta. HANKINTAMENETTELY Hankinta on jaettu seuraaviin tuoteryhmiin: 1. Instrumentit, joita ei pyydetä tuotetestaukseen 2. Instrumentit, jotka pyydetään tuotetestaukseen Tuoteryhmät on jaettu edelleen positioihin (osa-alueisiin) siten kuin tarjouspyynnön liitteessä 1 (tarjouslomake) on tarkemmin määritelty. Osa-alueet muodostuvat lähtökohtaisesti yksittäisestä tuotteesta pois lukien seuraavat positiot, mitkä muodostuvat useammasta tuotteesta: - 11.1 - 11.4 - 37.1 - 37.9 - 39.1 - 39.4 - 75.1 - 75.6 Tarjousten vertailu ja hankintapäätös tehdään osa-alueittain (positioittain). Huom. hankintayksikkö pidättää oikeuden vähimmäisvaatimusten täyttymisen tarkastamiseen erikseen pyydettävien tuotenäytteiden perusteella myös tuoteryhmässä 1. Lähtökohtaisesti näiden tuotteiden arvioiminen tapahtuu kuitenkin kirjallisen materiaalin perusteella, ja mahdolliset tuotenäytteet pyydetään tarvittaessa erikseen. Tilaaja valitsee kaksi (2) kokonaistaloudellisesti edullisinta tarjoajaa sopimustoimittajaksi per osa-alue. Hankinnasta tehtävä sopimus on voimassa määräaikaisena kaksi (2) vuotta, minkä jälkeen sopimus jatkuu toistaiseksi voimassa olevana. Sopijapuoli voi kirjallisesti irtisanoa toistaiseksi voimassa olevan sopimuksen noudattaen kuuden (6) kuukauden irtisanomisaikaa. Ilmoitus irtisanomisesta voidaan tehdä myös ennen määräaikaisen sopimuskauden päättymistä, jolloin sopimuksen voimassaolo päättyy aikaisintaan määräaikaisen sopimuksen päättymispäivään. Hankinnan ennakoitu kokonaisarvo on laskettu neljälle (4) vuodelle (Alv 0 %). Tilaajalla ei ole määräostovelvoitetta (ts. arvio sopimuskauden hankintamääristä ei sido Tilaajaa). Tilausmäärät voivat vaihdella vuosittain. Yksittäiset tilausmäärät saattavat vaihdella yksittäisen instrumentin tilaamisesta kymmenien instrumenttien tilaamiseen. Sopimuksen alkamisajankohta on vuodenvaihde 2024 - 2025. VALINTAPERUSTEET HUS valitsee sopimustoimittajat seuraavilla vertailuperusteilla (hinta 80% / laatu 20%): a) Instrumentin kappalehinta 80 % (pl. positiot 11.1-11.4, 37.1-37.9, 39.1-39.4 ja 75.1-75.6, joissa kappalehinnat lasketaan lisäksi yhteen) b) Vähimmäisvaatimuksen ylittävä takuu 20 % Vertailuperusteet on kuvattu tarkemmin kohdassa "Hankinnan kohteen kriteerit". TILAUKSET JA ETUSIJAJÄRJESTYS Etusijajärjestys sopimustoimittajien välillä sopimuskaudella määräytyy kunkin osa-alueen tuotteiden osalta siten, että tuotteet tilataan ensisijaisesti kokonaistaloudellisesti edullisimman tarjouksen antaneelta toimittajalta. Sopimustoimittajien edellä määritellyistä etusijajärjestyksistä voidaan kuitenkin yksittäistapauksessa poiketa, mikäli potilaan yksilölliset lääketieteelliset tarpeet sitä edellyttävät tai mikäli ensisijainen tuote ei tuotetta käyttävän tai tuotteen tilaavan ammattilaisen perusteella sovi käyttötarkoitukseen, johon tuotetta ollaan tilaamassa. LISÄHANKINTAMAHDOLLISUUDET Hankinnan kohteeseen voi kuulua vähäisessä määrin myös muita sopimuksen kohteena oleviin tuoteryhmiin kuuluvia tuotteita, joita ei ole tässä tarjouspyynnössä erikseen mainittu ja jotka tarjoaja on eritellyt tarjouslomakkeen "lisätuotteet"-välilehdellä, ja joita tilataan muuhun hankinnan kohteena olevaan valikoimaan nähden satunnaisesti. Näitä viralliselta tarjouspyynnöltä puuttuvia ja tarjoajan "lisätuotteet"-välilehdellä eriteltyjä tuotteita voidaan hankkia sopimuskaudella tarvittavien määrien mukaisesti kuitenkin siten, että niiden osuus ko. tarjoajalta tilattavista tuotteista voi olla enintään 10 %. Selvyyden vuoksi todetaan, että hankintayksiköllä on lisäksi oikeus käyttää hankintalain 41 § mukaista lisähankintamahdollisuutta. OPTIO (Huolto) Hankintayksikkö varaa optiona oikeuden huoltaa instrumentteja toimittajan erillisen huoltohinnaston mukaisesti. Tarjoaja ei vaadi instrumenttien huollon yksinoikeutta ja HUSilla on mahdollisuus huollattaa instrumentin myös kolmannella taholla. HUS päättää huolto-option käytöstä tapauskohtaisesti erikseen. Procedure identifier: 93f90bcb-6e35-4c55-b41a-bea149035753 Internal identifier: HUS 452-2024 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33100000 Medical equipments 2.1.2. Place of performance Country: Finland Anywhere in the given country 2.1.3. Value Estimated value excluding VAT: 400 000,00 EUR 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Tarjoaja on kansalliseen lainsäädäntöön ja kansallisiin määräyksiin perustuen yllämainittuja tilanteita vastaavassa samankaltaisessa menettelyssä. Bankruptcy: Tarjoaja on konkurssissa. Corruption: Tarjoajalle tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, annettu lahjonnasta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Arrangement with creditors: Tarjoajalla on järjestelyjä velkojien kanssa. Participation in a criminal organisation: Tarjoajalle tai henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, on annettu rikollisjärjestön toimintaan osallistumisesta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Agreements with other economic operators aimed at distorting competition: Tarjoaja on tehnyt muiden kanssa sopimuksia, joilla pyritään vääristämään kilpailua. Breaching of obligations in the fields of environmental law: Tarjoaja on rikkonut ympäristölainsäädännön mukaisia velvoitteitaan. Money laundering or terrorist financing: Tarjoajalle itselleen tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, on annettu rahanpesusta tai terrorismin rahoituksesta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Fraud: Tarjoajalle tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen, on annettu petoksesta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Child labour and other forms of trafficking in human beings: Tarjoajalle itselleen tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, on annettu lapsityövoiman käytöstä tai muista ihmiskaupan muodoista lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. Insolvency: Tarjoajan osalta on käynnistetty maksukyvyttömyys- tai likvidaatiomenettely. Breaching of obligations in the fields of labour law: Tarjoaja on rikkonut työlainsäädännön mukaisia velvoitteitaan. Assets being administered by liquidator: Tarjoajan varat ovat selvitysmiehen tai tuomioistuimen hallinnassa. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Tarjoajaa koskee jokin seuraavista tilanteista. a) on syyllistynyt väärän tiedon antamiseen poissulkemis- tai valintaperusteiden osalta, b) on jättänyt antamatta tällaisia tietoja, c) on toimittanut viiveellä tai ei lainkaan ostajan vaatimia tietoja, tai d) on yrittänyt vaikuttaa ostajan päätöksentekoprosessiin asiattomalla tavalla tai hankkinut luottamuksellista tietoa, joista voisi olla sille hankintamenettelyssä asiaankuulumatonta etua, taikka on toimittanut harhaanjohtavia tietoja, joilla voi olla merkittävä vaikutus poissulkemista, tarjoajan valintaa tai hankintaa koskeviin päätöksiin. Purely national exclusion grounds: Tarjoajan hallinto-, johto- tai valvontaelimen jäsen tai edustus-,päätös- tai valvontavaltaa käyttävä henkilö on rikosrekisteristä ilmenevällä lainvoimaisella tuomiolla tuomittu työturvallisuusrikoksesta, työaikasuojelurikoksesta, työsyrjinnästä, kiskonnantapaisesta työsyrjinnästä, työntekijöiden järjestäytymisvapauden loukkaamisesta tai luvattoman ulkomaisen työvoiman käytöstä. Conflict of interest due to its participation in the procurement procedure: Tarjoajan osallistumisesta hankintamenettelyyn aiheutuu eturistiriitoja. Direct or indirect involvement in the preparation of this procurement procedure: Tarjoaja tai tarjoajaan liittyvä yritys on antanut ostajalle neuvoja tai muulla tavoin osallistunut hankintamenettelyn valmisteluun. Guilty of grave professional misconduct: Tarjoaja on syyllistynyt ammatin harjoittamiseen liittyvään vakavaan virheeseen. Early termination, damages or other comparable sanctions: Tarjoajan aikaisempia hankintasopimuksia tai käyttöoikeussopimuksia on irtisanottu ennenaikaisesti tai kyseisen aikaisemman sopimuksen yhteydessä on vaadittu vahingonkorvauksia tai määrätty muita vastaavia seuraamuksia. Breaching of obligations in the fields of social law: Tarjoaja on rikkonut sosiaalilainsäädännön mukaisia velvoitteitaan. Payment of social security contributions: Tarjoaja on rikkonut sosiaaliturvamaksujen maksamiseen liittyviä velvoitteitaan sijoittumismaassaan tai ostajan maassa. Business activities are suspended: Tarjoajan liiketoiminta on keskeytetty. Payment of taxes: Tarjoaja on rikkonut verojen maksamiseen liittyviä velvoitteitaan sijoittumismaassaan tai ostajan maassa. Terrorist offences or offences linked to terrorist activities: Tarjoajalle itselleen tai mille tahansa henkilölle, joka on sen hallinto-, johto- tai valvontaelimen jäsen tai jolla on siinä päätös-, edustus- tai valvontavaltaa, annettu terrorismirikoksesta tai terroritoimintaan liittyvästä rikoksesta lainvoimainen tuomio, joka on annettu enintään viisi vuotta sitten tai jolla suoraan vahvistettu poissulkeminen on edelleen voimassa. 5. Lot 5.1. Lot: LOT-0001 Title: Instrumentit, joita ei pyydetä tuotetestaukseen Description: Osa 1: Tuoteryhmä 1. Instrumentit, joita ei pyydetä tuotetestaukseen Tuoteryhmä on jaettu edelleen positioihin (osa-alueisiin) siten kuin tarjouspyynnön liitteessä 1 (tarjouslomake) on tarkemmin määritelty. Osa-alueet muodostuvat lähtökohtaisesti yksittäisestä tuotteesta pois lukien seuraavat positiot, mitkä muodostuvat useammasta tuotteesta: - 11.1-11.4 - 37.1 - 37.9 - 39.1 - 39.4 - 75.1 - 75.6 Tarjousten vertailu ja hankintapäätös tehdään osa-alueittain (positioittain). Huom. hankintayksikkö pidättää oikeuden vähimmäisvaatimusten täyttymisen tarkastamiseen erikseen pyydettävien tuotenäytteiden perusteella myös tuoteryhmässä 1. Lähtökohtaisesti näiden tuotteiden arvioiminen tapahtuu kuitenkin kirjallisen materiaalin perusteella, ja mahdolliset tuotenäytteet pyydetään tarvittaessa erikseen. Tilaaja valitsee kaksi (2) kokonaistaloudellisesti edullisinta tarjoajaa sopimustoimittajaksi per osa-alue. Hankinnasta tehtävä sopimus on voimassa määräaikaisena kaksi (2) vuotta, minkä jälkeen sopimus jatkuu toistaiseksi voimassa olevana. Sopijapuoli voi kirjallisesti irtisanoa toistaiseksi voimassa olevan sopimuksen noudattaen kuuden (6) kuukauden irtisanomisaikaa. Ilmoitus irtisanomisesta voidaan tehdä myös ennen määräaikaisen sopimuskauden päättymistä, jolloin sopimuksen voimassaolo päättyy aikaisintaan määräaikaisen sopimuksen päättymispäivään. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33100000 Medical equipments 5.1.2. Place of performance Country: Finland Anywhere in the given country 5.1.3. Estimated duration Duration: 48 Months 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) 5.1.7. Strategic procurement Social objective promoted: Human rights due diligence in global supply chains 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Keskimääräinen vuotuinen liikevaihto Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Vastuuvakuutus Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Taloudellinen tilanne ja luottokelpoisuus Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Other Name: Laatujärjestelmä Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Other Name: Ympäristöjärjestelmä Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Kaupparekisteriin merkitseminen. Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tekninen ja ammatillinen pätevyys Description: ESPD-lomakkeen mukaisesti vähintään kaksi (2) referenssiä. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Hinta Description: Tarjouspyynnön mukaisesti hinta 80% Weight (percentage, exact): 80 Criterion: Type: Quality Name: Laatu Description: Tarjouspyynnön mukaisesti laatu 20% Weight (percentage, exact): 20 5.1.11. Procurement documents Deadline for requesting additional information: 21/10/2024 11:00:00 (UTC) Address of the procurement documents: https://tarjouspalvelu.fi/huslogistiikka?id=521477&tpk=bcc05084-d55f-4175-be02-10d16c23b82c 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tarjouspalvelu.fi/huslogistiikka?id=521477&tpk=bcc05084-d55f-4175-be02-10d16c23b82c Languages in which tenders or requests to participate may be submitted: Finnish Electronic catalogue: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 06/11/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 8 Months Information about public opening: Opening date: 06/11/2024 10:05:00 (UTC) 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 TED eSender: Hansel Oy (Hilma) 5.1. Lot: LOT-0002 Title: Instrumentit, jotka pyydetään tuotetestaukseen Description: Osa 2: Instrumentit, jotka pyydetään tuotetestaukseen Tuoteryhmä on jaettu edelleen positioihin (osa-alueisiin) siten kuin tarjouspyynnön liitteessä 1 (tarjouslomake) on tarkemmin määritelty. Osa-alueet muodostuvat yksittäisestä tuotteesta. Tarjousten vertailu ja hankintapäätös tehdään osa-alueittain (positioittain). Tilaaja valitsee kaksi (2) kokonaistaloudellisesti edullisinta tarjoajaa sopimustoimittajaksi per osa-alue. Hankinnasta tehtävä sopimus on voimassa määräaikaisena kaksi (2) vuotta, minkä jälkeen sopimus jatkuu toistaiseksi voimassa olevana. Sopijapuoli voi kirjallisesti irtisanoa toistaiseksi voimassa olevan sopimuksen noudattaen kuuden (6) kuukauden irtisanomisaikaa. Ilmoitus irtisanomisesta voidaan tehdä myös ennen määräaikaisen sopimuskauden päättymistä, jolloin sopimuksen voimassaolo päättyy aikaisintaan määräaikaisen sopimuksen päättymispäivään. Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33100000 Medical equipments 5.1.2. Place of performance Country: Finland Anywhere in the given country 5.1.3. Estimated duration Duration: 48 Months 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) 5.1.7. Strategic procurement Social objective promoted: Human rights due diligence in global supply chains 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Keskimääräinen vuotuinen liikevaihto Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Vastuuvakuutus Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Taloudellinen tilanne ja luottokelpoisuus Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Other Name: Laatujärjestelmä Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Other Name: Ympäristöjärjestelmä Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Kaupparekisteriin merkitseminen. Description: ESPD-lomakkeen mukaisesti. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tekninen ja ammatillinen pätevyys Description: ESPD-lomakkeen mukaisesti vähintään kaksi (2) referenssiä. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Hinta Description: Tarjouspyynnön mukaisesti hinta 80% Weight (percentage, exact): 80 Criterion: Type: Quality Name: Laatu Description: Tarjouspyynnön mukaisesti laatu 20% Weight (percentage, exact): 20 5.1.11. Procurement documents Deadline for requesting additional information: 21/10/2024 11:00:00 (UTC) Address of the procurement documents: https://tarjouspalvelu.fi/huslogistiikka?id=521477&tpk=bcc05084-d55f-4175-be02-10d16c23b82c 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tarjouspalvelu.fi/huslogistiikka?id=521477&tpk=bcc05084-d55f-4175-be02-10d16c23b82c Languages in which tenders or requests to participate may be submitted: Finnish Electronic catalogue: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 06/11/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 8 Months Information about public opening: Opening date: 06/11/2024 10:05:00 (UTC) 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 TED eSender: Hansel Oy (Hilma) 8. Organisations 8.1. ORG-0001 Official name: HUS-yhtymä Registration number: 1567535-0 Postal address: PL 441 (Uutistie 5, 01770 Vantaa) Town: HUS Postcode: 00029 Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1) Country: Finland Contact point: HUS Hankinnat Email: kilpailutus.kirurgia@hus.fi Telephone: +358 94711 Internet address: http://www.hus.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 Email: markkinaoikeus@oikeus.fi Telephone: +358 295643300 Internet address: http://www.oikeus.fi/markkinaoikeus 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 Email: tekninen@hankintailmoitukset.fi Telephone: 029 55 636 30 Internet address: http://hankintailmoitukset.fi Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: 41b1ad04-1fdc-41f2-be2e-39317d224fd8 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 02/10/2024 09:53:43 (UTC) Notice dispatch date (eSender): 02/10/2024 09:54:06 (UTC) Languages in which this notice is officially available: Finnish 11.2. Publication information Notice publication number: 595253-2024 OJ S issue number: 193/2024 Publication date: 03/10/2024 Czech document download: https://ted.europa.eu/cs/notice/595253-2024/pdf Danish document download: https://ted.europa.eu/da/notice/595253-2024/pdf German document download: https://ted.europa.eu/de/notice/595253-2024/pdf Greek document download: https://ted.europa.eu/el/notice/595253-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/595253-2024/pdf English document download: https://ted.europa.eu/en/notice/595253-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/595253-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/595253-2024/pdf French document download: https://ted.europa.eu/fr/notice/595253-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/595253-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/595253-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/595253-2024/pdf Italian document download: https://ted.europa.eu/it/notice/595253-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/595253-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/595253-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/595253-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/595253-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/595253-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/595253-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/595253-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/595253-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/595253-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/595253-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/595253-2024/pdf 595253-2024 - Competition Competition Finland: Medical equipments HUS 452-2024 Ophthalmological instruments Finland, Anywhere in the given country Estimated value excluding VAT: 400,000.00 EUR Type of procedure: Open Buyer Buyer: HUS-hytm� Email: narbiletus.kirurgia@ hus.fi Finland, Helsinki-Uusimaa (FI1B1), HUS LOT-0001: Instruments that are not requested for product testing Medical equipments Finland, Anywhere in the given country Duration: 48 Months Deadline for receipt of tenders: 06/11/2024 - 10: 00:00 (UTC) LOT-0002: Instruments requested for product testing Medical equipments Finland, Anywhere in the given country Duration: 48 Months Deadline for receipt of tenders: 06/11/2024 - 10:00:00 (UTC) 595253- 2024 - Competition Finland � Medical equipments � HUS 452-2024 Ophthalmological instruments OJ S 193/2024 03/10/2024 Contract or Concession notice � standard regime Supplies 1. Buyer 1.1. Buyer Official name: HUS-yhtt�m� Email: narbiletus.kirurgia@hus.fi Legal type of the buyer: Body governed by public law Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: HUS 452-2024 Ophthalmic instruments Description: OBJECT OF PROCUREMENT HUS-Yhtym� (hereinafter "HUS") tenders instruments used in eye surgery (hereinafter instruments) in accordance with the tender documents. For the sake of clarity, it is stated that HUS has tendered the so-called general instruments, and e.g. supplies used in eye surgery in previous tenders. The object of the procurement is described in more detail in Appendix 1 (Tender Form). It is a joint procurement, the parties of which are described in more detail below in this call for tenders. The participating parties are collectively referred to as "Client" in the request for tenders. The customer requests bids for the procurement of eye surgery instruments in accordance with the procurement notice and this request for bids and its appendices. PROCUREMENT PROCEDURE The procurement is divided into the following product groups: 1. Instruments that are not requested for product testing 2. Instruments that are requested for product testing The product groups are further divided into positions (subareas) as specified in more detail in appendix 1 of the tender request (tender form). The sub-areas basically consist of a single product, excluding the following positions, which consist of several products: - 11.1 - 11.4 - 37.1 - 37.9 - 39.1 - 39.4 - 75.1 - 75.6 The comparison of offers and the procurement decision is made by sub-area (by position). Note the procurement entity reserves the right to check the fulfillment of the minimum requirements on the basis of separately requested product samples also in product group 1. Basically, however, the evaluation of these products takes place on the basis of written material, and possible product samples are requested separately if necessary. The customer selects the two (2) most economically advantageous bidders as contract suppliers per sub-area. The procurement contract is valid for a fixed period of two (2) years,after which the contract will continue to be valid until further notice. The contracting party may terminate the contract valid for an indefinite period in writing, following a notice period of six (6) months. Notice of termination can also be given before the end of the fixed-term contract period, in which case the validity of the contract ends on the date of the end of the fixed-term contract at the earliest. The anticipated total value of the acquisition has been calculated for four (4) years (VAT 0%). The Customer does not have a quantity purchase obligation (i.e. the estimate of the purchase quantities for the contract period does not bind the Customer). Order quantities may vary each year. Individual order quantities may vary from ordering a single instrument to ordering tens of instruments. The start date of the contract is the turn of 2024 - 2025. SELECTION CRITERIA HUS selects contract suppliers on the following comparison criteria (price 80% / quality 20%): a) Unit price of the instrument 80% (excl. positions 11.1-11.4, 37.1-37.9, 39.1-39.4 and 75.1-75.6, where the unit prices are added together) b) A guarantee exceeding the minimum requirement of 20% The comparison criteria are described in more detail in the section "Procurement object criteria". ORDERS AND ORDER OF PRIORITY The order of priority between contract suppliers during the contract period is determined for the products of each sub-area in such a way that the products are primarily ordered from the supplier who gave the most economically advantageous offer. However, the order of priority defined above by the contract suppliers may be deviated from in individual cases if the patient's individual medical needs require it or if the preferred product is not suitable for the purpose of use for which the product is being ordered, based on the professional using the product or ordering the product. ADDITIONAL PROCUREMENT OPPORTUNITIES The scope of the procurement may also include, to a small extent, other products belonging to the product groups that are the subject of the contract, which are not specifically mentioned in this request for tender and which the bidder has specified on the "additional products" tab of the tender form, and which are ordered randomly compared to the rest of the selection that is the subject of the procurement. These products, which are missing from the official request for tenders and specified in the provider's "additional products" tab, can be purchased in accordance with the quantities needed during the contract period, however, so that their share of can be no more than 10% of the products ordered from the provider. For the sake of clarity, it is stated that the procurement unit also has the right to use the additional procurement option according to Section 41 of the Procurement Act. OPTION (Maintenance) As an option, the procurement unit reserves the right to service the instruments in accordance with the supplier's separate maintenance price list. The provider does not claim the exclusive right to service the instruments, and HUS has the option to have the instrument serviced by a third party as well. HUS decides on the use of the maintenance option on a case-by-case basis. Procedure identifier: 93f90bcb-6e35-4c55-b41a-bea149035753 Internal identifier: HUS 452-2024 Type of procedure:Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33100000 Medical equipments 2.1.2. Place of performance Country: Finland Anywhere in the given country 2.1.3. Value Estimated value excluding VAT: EUR 400,000.00 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like Bankruptcy under national law: Based on national legislation and national regulations, the offeror is in a similar procedure to the situations mentioned above. Bankruptcy: The offeror is bankrupt. Corruption: A legally binding conviction for bribery given to the tenderer or any person who is a member of its administrative, management or supervisory body or who has decision-making, representative or supervisory authority, which was given no more than five years ago, or for which a directly confirmed exclusion is still in effect in effect. Arrangement with creditors: The tenderer has arrangements with creditors. Participation in a criminal organization: The tenderer or a person who is a member of its administrative, management or supervisory body or who has decision-making, representative or supervisory authority has been given a legally binding sentence for participation in the activities of a criminal organization, which was given no more than five years ago or which the directly confirmed exclusion still applies. Agreements with other economic operators aimed at distorting competition: The tenderer has made agreements with others aimed at distorting competition. Breaching of obligations in the fields of environmental law: The tenderer has breached his obligations according to environmental law. Money laundering or terrorist financing: The tenderer himself or any person who is a member of its administrative, management or supervisory body or who has decision-making, representation or supervisory authority has been given a legally binding sentence for money laundering or terrorist financing, which has been given no more than five years ago or with which the directly confirmed exclusion is still valid. Fraud: The Offeror, or any person who is a member of its administrative, management or supervisory body, has been subject to a final conviction for fraud that was issued no more than five years ago or for which a directly confirmed disqualification is still in effect. Child Labor and other forms of trafficking in human beings: The tenderer himself or any person who is a member of its administrative, management or supervisory body or who has decision-making, representational or supervisory authority has been given a legally binding notice on the use of child labor or other forms of human trafficking a judgment which was given no more than five years ago or which directly confirms the exclusion is still valid. Insolvency: Insolvency or liquidation proceedings have been initiated for the offeror. Breaching of obligations in the fields of Labor law: The tenderer has breached his obligations according to labor law. Assets being administered by liquidator:The bidder's assets are under the control of the liquidator or the court. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: The tenderer is affected by one of the following situations. a) has been guilty of giving false information regarding the exclusion or selection criteria, b) has failed to provide such information, c) has delivered the information requested by the buyer late or not at all, or d) has tried to influence the buyer's decision-making process in an inappropriate way or has obtained confidential information that could to have an irrelevant advantage for it in the procurement procedure, or has provided misleading information that may have a significant impact on decisions regarding exclusion, tenderer selection or procurement. Purely national exclusion grounds: A member of the tenderer's administrative, management or supervisory body or a person exercising representation, decision-making or supervisory authority has been convicted of an occupational safety crime, working time protection crime, employment discrimination, anti-racist employment discrimination, violation of employees' freedom of association or the use of unauthorized foreign labor by a legally binding sentence appearing in the criminal record. Conflict of interest due to its participation in the procurement procedure: Conflicts of interest arise from the tenderer's participation in the procurement procedure. Direct or indirect involvement in the preparation of this procurement procedure: The bidder or a company related to the bidder has given advice to the buyer or otherwise participated in the preparation of the procurement procedure. Guilty of grave professional misconduct: The tenderer is guilty of serious professional misconduct. Early termination, damages or other comparable sanctions: The provider's previous procurement contracts or right-of-use agreements have been terminated prematurely, or damages have been demanded or other similar sanctions have been imposed in connection with the previous contract in question. Breaching of obligations in the fields of social law: The provider has breached its obligations according to social law. Payment of social security contributions: The bidder has breached his obligations related to the payment of social security contributions in his country of location or in the buyer's country. Business activities are suspended: The provider's business activities have been suspended. Payment of taxes: The bidder has violated his obligations related to the payment of taxes in his country of location or in the buyer's country. Terrorist offenses or offenses linked to terrorist activities: A legally binding sentence for a terrorist offense or an offense linked to terrorist activities has been given to the tenderer himself or to any person who is a member of its administrative, management or supervisory body or who has decision-making, representative or supervisory authority in it, which is issued no more than five years ago or with which the directly confirmed exclusion is still valid. 5. Lots 5.1. Lot: LOT-0001 Title: Instruments,that are not requested for product testing Description: Part 1: Product group 1. Instruments that are not requested for product testing The product group is further divided into positions (subareas) as specified in more detail in appendix 1 of the tender request (tender form). The sub-areas basically consist of a single product, excluding the following positions, which consist of several products: - 11.1-11.4 - 37.1 - 37.9 - 39.1 - 39.4 - 75.1 - 75.6 The comparison of offers and the procurement decision are made by sub-area (by position). Note the procurement entity reserves the right to check the fulfillment of the minimum requirements on the basis of separately requested product samples also in product group 1. Basically, however, the evaluation of these products takes place on the basis of written material, and possible product samples are requested separately if necessary. The customer selects the two (2) most economically advantageous bidders as contract suppliers per sub-area. The contract for procurement is valid for a fixed period of two (2) years, after which the contract will continue indefinitely. The contracting party can terminate the contract valid for an indefinite period in writing, following a six (6) month notice period. Notice of termination can also be given before the end of the fixed-term contract period, in which case the validity of the contract ends on the date of the end of the fixed-term contract at the earliest. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33100000 Medical equipments 5.1.2. Place of performance Country: Finland Anywhere in the given country 5.1.3. Estimated duration Duration: 48 Months 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) 5.1.7. Strategic procurement Social objective promoted: Human rights due diligence in global supply chains 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Average annual turnover Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Liability insurance Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Economic and financial standing Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Other Name: Quality system Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Other Name: Environmental system Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Marking in the trade register. Description: According to the ESPD form. Use of this criterion: Used Criterion: Type:Technical and professional ability Name: Technical and professional ability Description: According to the ESPD form, at least two (2) references. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: In accordance with the tender request, price 80% Weight (percentage, exact): 80 Criterion: Type: Quality Name: Quality Description: In accordance with the tender request, quality 20% Weight (percentage, exact): 20 5.1. 11. Procurement documents Deadline for requesting additional information: 21/10/2024 11:00:00 (UTC) Address of the procurement documents: https://tarjouspalvelu.fi/huslogistiikka?id=521477&tpk=bcc05084-d55f-4175-be02-10d16c23b82c 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tarjouspalvelu.fi/huslogistiikka?id=521477&tpk=bcc05084-d55f-4175-be02-10d16c23b82c Languages ??in which tenders or requests to participate may be submitted: Finnish Electronic catalogue: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 06/11/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 8 Months Information about public opening : Opening date: 06/11/2024 10:05:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: 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 organization: Market Law TED eSender: Hansel Oy (Hilma) 5.1. Lot: LOT-0002 Title: Instruments that are requested for product testing Description: Part 2: Instruments that are requested for product testing The product group is further divided into positions (subareas) as specified in more detail in appendix 1 of the tender request (tender form). The sub-areas consist of a single product. The comparison of offers and the procurement decision are made by sub-area (by position). The customer selects the two (2) most economically advantageous bidders as contract suppliers per sub-area. The contract for procurement is valid for a fixed period of two (2) years, after which the contract will continue indefinitely. The contracting party may terminate a contract valid for an indefinite period in writing, subject to a notice period of six (6) months. Notice of termination can also be given before the end of the fixed-term contract period, in which case the validity of the contract ends on the date of the end of the fixed-term contract at the earliest. Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 33100000 Medical equipments 5.1.2. Place of performance Country: Finland Anywhere in the given country 5.1.3. Estimated duration Duration: 48 Months 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) 5.1.7. Strategic procurement Social objective promoted: Human rights due diligence in global supply chains 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Average annual turnover Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Liability insurance Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Economic and financial standing Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Other Name: Quality system Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Other Name: Environmental system Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Marking in the trade register. Description: According to the ESPD form. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Technical and professional ability Description: According to the ESPD form, at least two (2) references. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: In accordance with the tender request, price 80% Weight (percentage, exact): 80 Criterion: Type: Quality Name: Quality Description: In accordance with the tender request, quality 20% Weight (percentage, exact): 20 5.1. 11. Procurement documents Deadline for requesting additional information: 21/10/2024 11:00:00 (UTC) Address of the procurement documents: https://tarjouspalvelu.fi/huslogistiikka?id=521477&tpk=bcc05084-d55f-4175-be02-10d16c23b82c 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tarjouspalvelu.fi/huslogistiikka?id=521477&tpk=bcc05084-d55f-4175-be02-10d16c23b82c Languages ??in which tenders or requests to participate may be submitted: Finnish Electronic catalogue: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 06/11/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 8 Months Information about public opening : Opening date: 06/11/2024 10:05:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: 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 organization: Market Court TED eSender: Hansel Oy (Hilma) 8. Organizations 8.1.ORG-0001 Official name: HUS-yhtym� Registration number: 1567535-0 Postal address: PL 441 (Uutistie 5, 01770 Vantaa) Town: HUS Postcode: 00029 Country subdivision (NUTS): Helsinki-Uusimaa (FI1B1) Country: Finland Contact point : HUS Hankinnat Email: narbiletus.kirurgia@hus.fi Telephone: +358 94711 Internet address: http://www.hus.fi Roles of this organization: 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 Email: markkinaoikeus@oikeus.fi Telephone: +358 295643300 Internet address: http://www.oikeus.fi/markkinaoikeus Roles of this organization: Review organization 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 Email: tekninen@hankintaylokvaet .fi Telephone: 029 55 636 30 Internet address: http://hankintaylokkeet.fi Roles of this organization: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: 41b1ad04-1fdc-41f2-be2e-39317d224fd8 - 01 Form type: Competition Notice type: Contract or Concession notice � standard regime Notice subtype: 16 Notice dispatch date: 02/10/2024 09:53:43 (UTC) Notice dispatch date (eSender): 02/10/2024 09:54:06 (UTC) Languages ??in which this notice is officially available: Finnish 11.2. Publication information Notice publication number: 595253-2024 OJ S issue number: 193/2024 Publication date: 03/10/2024 Czech document download: https://ted.europa.eu/cs/notice/595253-2024/pdf Danish document download: https://ted.europa.eu/da/notice/595253-2024/pdf German document download: https://ted.europa.eu/de/notice/595253-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/595253-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/595253-2024/pdf English document download: https://ted. europa.eu/en/notice/595253-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/595253-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/595253-2024/pdf French document download: https://ted.europa.eu/fr/notice/595253-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 595253-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/595253-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/595253-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/595253-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/595253-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/595253-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/595253-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/595253-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/595253-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/595253-2024/pdf Romanian document download: https://ted.europa.eu/ro/ notice/595253-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/595253-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/595253- 2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/595253-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/595253-2024/pdf
NAICS
Business Justice Justice Corporate MillworkT Funds
CPVS
Dressings
UNSPSC
Liability insurance Financial Instruments, Products, Contracts and Agreements
Regions
Europe Northern Europe Western Europe
Sectors
Roads and Highways-Bridge Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert