Tertiary data analysis software for reporting germline and/or somatic genetic variants and biomarkers

The HUS Group requests tenders for Tertiary data analysis software for reporting germline and/or somatic genetic variants and biomarkers. The products are described in more detail in Appendix 4 to the call for tenders (Description of the Procurement). The estimated sample amounts per year on the Appendix 2 (Prices) and …

CPV: 33100000 Medizinische Geräte, 48000000 Softwarepaket und Informationssysteme
Frist:
3. März 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Tertiary data analysis software for reporting germline and/or somatic genetic variants and biomarkers
Vergabestelle:
HUS Group
Vergabenummer:
HUS 101-2024

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 : Tertiary data analysis software for reporting germline and/or somatic genetic variants and biomarkers
Description : The HUS Group requests tenders for Tertiary data analysis software for reporting germline and/or somatic genetic variants and biomarkers. The products are described in more detail in Appendix 4 to the call for tenders (Description of the Procurement). The estimated sample amounts per year on the Appendix 2 (Prices) and the Description of the Implementation Project (Appendix 6) also provide information on the scope of the procurement. Laboratory of Genetics at HUS Diagnostic Center is an SFS-EN ISO 15189:2013 accredited laboratory providing diagnostic genetic testing services mainly to patients at the city of Helsinki and the rest of Uusimaa province. The laboratory employs more than 100 professionals including 21 clinical laboratory geneticists and clinical geneticists. The services include analysis of both constitutional samples and malignancies. The laboratory uses mainly local sequencing capacity (e.g. Illumina NovaSeq 6000 and Ion Torrent S5 equipment) for its services. The laboratory also provides array CGH-based diagnostics using ISCA v2 array (Agilent Technologies) and RNA-based diagnostics using targeted and untargeted sequencing methods. HUS Laboratory of Genetics is seeking a data analysis software service for analyzing, interpreting the clinical significance, and reporting germline and somatic genetic alterations covering whole genome, whole exome and/or genes with the most common clinically relevant alterations (e.g. gene panels). This tender is intended for solutions covering germline (sub-section A) and/or somatic (sub-section B) diseases. Provider’s data analysis software does not have to be capable of both analysis types to respond to this tender. The procurement is divided into lots, as follows: - A. germline analysis - B. somatic analysis. The tenderers may leave a tender to one or more lots as they decide. The goal of this competitive procurement is to simplify the analysis software repertoire and make analysis of multiple data types possible with as few software as possible. This tender is not intended for interpretation services, but the laboratory will carry out sequencing, data analysis and interpretation in-house. RELATED CONTRACT PERIOD AND POSSIBLE OPTIONS See Agreement of the call for tenders for details. The agreement shall be valid for a fixed term of two (2) years, after which it shall continue for an indefinite period. The subject matter and requirements of the procurement are described in detail in the invitation to tender and its appendices.
Procedure identifier : d92c05e9-acf7-40ca-8212-496a0c21be38
Internal identifier : HUS 101-2024
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
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 5. Test uses the software as a part of the tender quality comparison 6. Requests and checks certificates and reports on the suitability of the winning tenderer(s) 7. Makes a procurement decision and communicates it to all the tenderers 8. 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. PARALLEL TENDERS Parallel tenders are not permitted. PARTIAL TENDERS Partial tenders are not permitted.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems

2.1.2 Place of performance

Anywhere in the European Economic Area

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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The economic operator can confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award.
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-0001

Title : A. Germline analysis
Description : The software must be able to support analysis of SNVs, indels, copy number variations (CNVs), structural variations (SVs) and regions of loss of heterozygosity (LOH). Specifically for somatic analysis, requirements also include reporting of gene fusions, microsatellite instability (MSI), homologous recombination deficiency (HRD), and tumor mutation burden (TMB). Tests are based on analysis of nucleic acids (DNA and/or RNA) extracted from patient tissue or blood samples using next generation sequencing (NGS) on either Ion Torrent or Illumina sequencers as well as array CGH based data (ISCA v2 array, Agilent Technologies), where applicable.
Internal identifier : A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33100000 Medical equipments

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 24 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
Additional information : The Software Mandatory and Additional Requirements are to be found in Appendix 3. The tenderer must fill in the Prices (Appendix 2) for the germline sub-section (A).

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The general annual turnover of the tenderer
Description : The turnover of the tenderer for the most recent certified financial year must be at least EUR 500 000. A group [of economic operators] can fulfil this criterion together.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Risk classification
Description : The tenderer must have adequate economic resources for the size and quality of the procurement. This characteristic is evaluated based on information received regarding the tenderer’s solvency, profitability, and creditworthiness. This criterion applies to all members of a group and to any subcontractor, participating in the deliveries/service, on whose capacities the tenderer relies. In principle, the tenderer is deemed to have sufficient capacity if it has a risk class of 1-3 according to Suomen Asiakastieto Oy’s risk indicator, or an equivalent economic risk rating according to a rating report, financial statement information, or other similar report of another well-known risk rating provider. If information on the tenderer's risk rating is not available from generally known credit rating agencies, the Contracting Authority will request a clarification on the tenderer's financial situation. This must be provided in the form of certified financial statements for the last 3 financial years. If the tenderer is young company and financial statements are not yet available, a clarification on the financial conditions and financing of operations must be provided.
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 : Other
Name : Environmental management measures
Description : The tenderer has read the appendix “HUS climate road map summary” and commits to improving its operations and promoting low-carbon and environmentally sustainable activities over the contract period. The tenderer has an environmental management scheme that guides its activities, which is at minimum a plan for managing its activities in relation to environmental matters. For a more detailed description, see the 'Other conditions' section of the call for tenders.
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 : References
Description : [OHJE: MUOKKAA TARPEEN MUKAAN TAI POISTA JOS EI VAADITA] The tenderer must have at least one reference, for a university hospital, regarding the deliveries of the products (and services) offered, with which it can demonstrate its experience in distribution on an equivalent scale … Equivalent is … / … is considered as equivalent … .. The reference must not be older than 3 years counting [backwards] from the date of submitting tenders. The tenderer may use resources from the subcontractor [,on whose capacities the tenderer relies,] or the group to fulfil the criterion..
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description :
Criterion :
Type : Quality
Name :
Description :
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 14/02/2025 10:00 +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 : Allowed
Deadline for receipt of tenders : 03/03/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 03/03/2025 10:05 +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 -

5.1 Lot technical ID : LOT-0002

Title : B. Somatic analysis
Description : The software must be able to support analysis of SNVs, indels, copy number variations (CNVs), structural variations (SVs) and regions of loss of heterozygosity (LOH). Specifically for somatic analysis, requirements also include reporting of gene fusions, microsatellite instability (MSI), homologous recombination deficiency (HRD), and tumor mutation burden (TMB). Tests are based on analysis of nucleic acids (DNA and/or RNA) extracted from patient tissue or blood samples using next generation sequencing (NGS) on either Ion Torrent or Illumina sequencers as well as array CGH based data (ISCA v2 array, Agilent Technologies), where applicable.
Internal identifier : B

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33100000 Medical equipments

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 24 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
Additional information : The Software Mandatory and Additional Requirements are to be found in Appendix 3. The tenderer must fill in the Prices (Appendix 2) for the somatic sub-section (B).

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The general annual turnover of the tenderer
Description : The turnover of the tenderer for the most recent certified financial year must be at least EUR 500 000. A group [of economic operators] can fulfil this criterion together.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Risk classification
Description : The tenderer must have adequate economic resources for the size and quality of the procurement. This characteristic is evaluated based on information received regarding the tenderer’s solvency, profitability, and creditworthiness. This criterion applies to all members of a group and to any subcontractor, participating in the deliveries/service, on whose capacities the tenderer relies. In principle, the tenderer is deemed to have sufficient capacity if it has a risk class of 1-3 according to Suomen Asiakastieto Oy’s risk indicator, or an equivalent economic risk rating according to a rating report, financial statement information, or other similar report of another well-known risk rating provider. If information on the tenderer's risk rating is not available from generally known credit rating agencies, the Contracting Authority will request a clarification on the tenderer's financial situation. This must be provided in the form of certified financial statements for the last 3 financial years. If the tenderer is young company and financial statements are not yet available, a clarification on the financial conditions and financing of operations must be provided.
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 : Other
Name : Environmental management measures
Description : The tenderer has read the appendix “HUS climate road map summary” and commits to improving its operations and promoting low-carbon and environmentally sustainable activities over the contract period. The tenderer has an environmental management scheme that guides its activities, which is at minimum a plan for managing its activities in relation to environmental matters. For a more detailed description, see the 'Other conditions' section of the call for tenders.
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 : References
Description : [OHJE: MUOKKAA TARPEEN MUKAAN TAI POISTA JOS EI VAADITA] The tenderer must have at least one reference, for a university hospital, regarding the deliveries of the products (and services) offered, with which it can demonstrate its experience in distribution on an equivalent scale … Equivalent is … / … is considered as equivalent … .. The reference must not be older than 3 years counting [backwards] from the date of submitting tenders. The tenderer may use resources from the subcontractor [,on whose capacities the tenderer relies,] or the group to fulfil the criterion..
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description :
Criterion :
Type : Quality
Name :
Description :
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 14/02/2025 10:00 +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 : Allowed
Deadline for receipt of tenders : 03/03/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 03/03/2025 10:05 +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 : ICT Category
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 : 305f77e3-f351-4999-9dac-e16ebaa04adb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/01/2025 08:54 +00:00
Notice dispatch date (eSender) : 28/01/2025 08:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00063281-2025
OJ S issue number : 20/2025
Publication date : 29/01/2025