Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics

Finnish Institute for Health and Welfare, later referred to as THL or Customer, requested tenders for "Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics" to the rescEU Medical -project. The Scope of procurement is described in more detail in Annex 1. The procurement is divided in five (5) lots. …

CPV: 33621000 Medicamentos para la sangre y para los órganos hematopoyéticos, 33600000 Productos farmacéuticos, 33621100 Antitrombóticos, 33621400 Sustitutos del plasma y soluciones para infusión, 33621200 Antihemorrágicos
Lugar de ejecución:
Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics
Organismo adjudicador:
Finnish Institute for Health and Welfare
Número de premio:
THL/5607/2.02.06/2024

1. Buyer

1.1 Buyer

Official name : Finnish Institute for Health and Welfare
Legal type of the buyer : Central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics
Description : Finnish Institute for Health and Welfare, later referred to as THL or Customer, requested tenders for "Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics" to the rescEU Medical -project. The Scope of procurement is described in more detail in Annex 1. The procurement is divided in five (5) lots. Each product constitutes a separate lot. Tender may be submitted for one or several lots. LOT 1: Enoxaparin sodium 100 mg/ml (1 ml sub cutan, vial/ampoule/prefilled syringe, ATC B01AB05) LOT 2: 5 % glucose electrolyte solution (1000 ml, i.v., infusion bag, 5 % solution, ATC B05BB02) LOT 3: Calcium gluconate 100 mg/ml (10 ml i.v., vial/ampoule, ATC B05BB01) LOT 4: Freeze-dried plasma, powder and solvent for infusion (200 ml, bottle, ATC B05AA) LOT 5: Tranexamic acid 100 mg/ml (10 ml, i.v., vial/ampoule, ATC B02AA02) The minimum requirements for the products is described in Annex 1.1. The Contract will be awarded to one Supplier for each lot based on a comparison of tenders. Tender that is economically the most advantageous will win the competition. The contract period shall enter into force once the Contract has been signed by contracting parties and expires when all contractual duties of the Contract have been performed. Quantity for the products is described in Annex 7 (restricted to security classification level IV, TL IV). In addition to the quantity indicated in the Annex 7, the Customer is entitled to purchase 100 % extra to the quantities (later referred as "Option"). The Supplier is not obliged to deliver the products under the Option. Please note that all times given in the Call for tenders refer to local time in Finland. Call for tenders, Annexes: Annex 1 Scope of the procurement Annex 1.1 Minimum requirements Annex 2 Description of the rotation Annex 2.1 Quality scoring table Annex 3 Contract Annex 4 Security annex Annex 5 JYSE 2014 SUPPLIES (updated version of April 2022) Annex 6 Confidentiality commitment Annex 7 Quantity of the Articles (restricted, TL IV) Please note that the numbering of the annexes differs between the Contract and the Call for tenders. The numbering of the Annexes to the Contract is based on the order of precedence applied in the Contract.
Procedure identifier : 2a5d7f1a-4380-4512-9a18-efaeb650b785
Previous notice : 08090fa3-6992-4140-98d3-0a66767abd7b-01
Internal identifier : THL/5607/2.02.06/2024
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Tenders must be submitted electronically via the Cloudia Supplier Portal. It is the responsibility of the tenderer to submit the tender by the deadline. No compensation will be paid for submitting a tender. Requirements concerning tenderers and the Article, as well as eventual reports and explanations required in the tender, are described in this Call for tenders. All the attachments mentioned in the Call for tenders should be sent with the tender. The tender must be submitted in writing, in English. Also, the annexes and all related material or correspondence must be in English. The process steps are: 1. Opening the tenders. 2. Inspecting the suitability of tenderers according to the ESPD form. 3. Inspecting that tenders meet the requirements set in the Call for tenders. 4. Comparison of tenders. 5. Making and announcing the Procurement decision. 6. Verifying the information given by the awarded tenderer on the ESPD form. 7. Background check by asking the winning tenderer to submit criminal record exctracts. 8. Drafting the Contract. The Contract is only valid after a written Contract is signed. The Contract can be signed no earlier than 14 days from the time the tenderer has been informed, or is considered to have been informed, of the Procurement decision and its grounds (= stand-still period).

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33621000 Medicinal products for the blood and blood-forming organs
Additional classification ( cpv ): 33600000 Pharmaceutical products

2.1.2 Place of performance

Country : Finland
Anywhere in the given country

2.1.4 General information

Additional information : The availability for the Annex 7 is restricted to security classification level IV (TL IV). THL will send the Annex 7 to a representative of the tenderer via encrypted email after THL has received a scanned version of the signed Confidentiality commitment (Annex 6). The signature of the Confidentiality commitment shall be done manually by hand. Confidentiality commitment shall be signed by a legal representative of tenderer. Confidentiality commitment shall be sent to the email address kirjaamo@thl.fi with the subject line "CONFIDENTIALITY COMMITMENT - THL/5607/2.02.06/2024 / Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics". The message shall contain name of the tenderer and email address to which the Annex 7 is to be sent.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LOT 1: Enoxaparin sodium 100 mg/ml (1 ml sub cutan, 100 mg per vial/ampoule/prefilled syringe, ATC B01AB05)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Enoxaparin sodium 100 mg/ml (1 ml sub cutan, 100 mg per vial/ampoule/prefilled syringe, ATC B01AB05) - Parenteral products (subcutaneous administration) - Active pharmaceutical ingredient: Enoxaparin sodium - Strength: 100 mg/ml - Pharmaceutical form: 1 ml sub cutan, 100 mg per vial/ampoule/prefilled syringe The minimum requirements of the Article is described in more detail in Annex 1.1. The delivery schedule for the articles is described in Annex 1. Quantity for the Article is described in Annex 7 (restricted, TL IV). In addition to the quantity of the Articles indicated in the Annex 7, the Customer shall be entitled to purchase 100 % extra to the original quantities (later referred as "Option") described in the Annex 7. The decision to exercise the Option is in the Customer´s sole discretion. Customer should exercise the Option in part or in whole. The Customer shall notify the Supplier at the latest by the end of June 2026 if it wishes to take on the Option. The delivery schedule for the Option shall be agreed separately between the Contracting Parties. Nevertheless, the Supplier shall not be obliged to agree to deliver the Option to the Customer. The tender shall consist of one (1) Article. The Contract will be awarded to one Supplier based on a comparison of tenders. Tender that is economically the most advantageous will win the competition.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33621100 Antithrombotic agents

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The availability for the Annex 7 is restricted to security classification level IV (TL IV). THL will send the Annex 7 to a representative of the tenderer via encrypted email after THL has received a scanned version of the signed Confidentiality commitment (Annex 6). The signature of the Confidentiality commitment shall be done manually by hand. Confidentiality commitment shall be signed by a legal representative of tenderer. Confidentiality commitment shall be sent to the email address kirjaamo@thl.fi with the subject line "CONFIDENTIALITY COMMITMENT - THL/5607/2.02.06/2024 / Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics". The message shall contain name of the tenderer and email address to which the Annex 7 is to be sent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Reference price
Description : The reference price of the tender consists of the price of one (1) unit of the Article (exclusive of VAT). The offered price includes the Articles and transport according to the Call for tenders and covers all requirements set out in the Call for tenders and it's Annexes. There shall be no additional costs for the THL. The lowest reference price will get maximum price score. Other tenderers will get price score according to the following price score calculation formula: the lowest reference price / tendered reference price * maximum price score (50).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality 1: Registered shelf life of the Article
Description : The offered Article has as long as possible registered shelf life. A shelf life of 3 years (36 months) or more receives 10 points. Shelf life less than 3 years (36 months) receives 0 point.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 2: Delivery time to the Customer’s warehouse
Description : 50 % of the total quantity should be delivered as soon as possible. The faster the tenderer can deliver 50 % of the total quantity, the more points it will receive according to the menus in the Call for tenders. A maximum of 15 points can be achieved.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Quality 3: Transportation temperature and excursions
Description : If the product can be delivered in any temperature between 2-40 °C without negative impact on the quality, the tenderer receives 3 points. The tenderer shall have the data from the stability studies that justifies the no quality impact in 2-40 °C temperature during the transportation.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Quality
Name : Quality 4: Marketing authorisation valid in Finland and Finnish language of packaging
Description : If the Article offered has marketing authorisation valid in Finland (national or EMA centralized EU Marketing Authorisation) and Finnish language packaging material inspected and reviewed by the competent authority, the supplier receives 10 points.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 5: Rotation plan for the Article
Description : Tenderer has a possibility to achieve a maximum of 12 quality points by submitting a rotation plan to avoid unnecessary disposal of medicinal products in accordance with the Annex 2. The rotation plan shall fulfill the requirements set out in the annex 2. A panel of THL experts will evaluate the tenderer's rotation plan according to the scoring table described in the Annex 2.1. The tenderer will receive quality points according to the following formula: Expert panel score / 6 (number of scoring criteria).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 12
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 : LOT 2: 5 % glucose electrolyte solution (1000 ml, i.v., infusion bag, 5 % solution, ATC B05BB02)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: 5 % glucose electrolyte solution (1000 ml, i.v., infusion bag, 5 % solution, ATC B05BB02) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Glucose electrolyte solution - Strength: 5% - Pharmaceutical form: 1000 ml infusion bag The minimum requirements of the Article is described in more detail in Annex 1.1. The delivery schedule for the articles is described in Annex 1. Quantity for the Article is described in Annex 7 (restricted, TL IV). In addition to the quantity of the Articles indicated in the Annex 7, the Customer shall be entitled to purchase 100 % extra to the original quantities (later referred as "Option") described in the Annex 7. The decision to exercise the Option is in the Customer´s sole discretion. Customer should exercise the Option in part or in whole. The Customer shall notify the Supplier at the latest by the end of June 2026 if it wishes to take on the Option. The delivery schedule for the Option shall be agreed separately between the Contracting Parties. Nevertheless, the Supplier shall not be obliged to agree to deliver the Option to the Customer. The tender shall consist of one (1) or two (2) Articles. The Contract will be awarded to one Supplier based on a comparison of tenders. Tender that is economically the most advantageous will win the competition.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33621400 Blood substitutes and perfusion solutions

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The availability for the Annex 7 is restricted to security classification level IV (TL IV). THL will send the Annex 7 to a representative of the tenderer via encrypted email after THL has received a scanned version of the signed Confidentiality commitment (Annex 6). The signature of the Confidentiality commitment shall be done manually by hand. Confidentiality commitment shall be signed by a legal representative of tenderer. Confidentiality commitment shall be sent to the email address kirjaamo@thl.fi with the subject line "CONFIDENTIALITY COMMITMENT - THL/5607/2.02.06/2024 / Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics". The message shall contain name of the tenderer and email address to which the Annex 7 is to be sent. The tenderer has a possibility to submit a tender with other tenderers as a group. In doing so, please fill in the necessary information in PART II A of the ESPD form.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Reference price
Description : The reference price of the tender is calculated as follows: (ARTICLE A: Unit price * ARTICLE A: Share of the total amount) + (ARTICLE B: Unit price * ARTICLE B: Share of the total amount). The offered price includes the Articles and transport according to the Call for tenders and covers all requirements set out in the Call for tenders and it's Annexes. There shall be no additional costs for the THL. The lowest reference price will get maximum price score. Other tenderers will get price score according to the following price score calculation formula: the lowest reference price / tendered reference price * maximum price score (50).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality 1: Registered shelf life of the Article
Description : The offered Article has as long as possible registered shelf life. A shelf life of 3 years (36 months) or more receives 10 points. Shelf life less than 3 years (36 months) receives 0 point. If the tender consists of two (2) Articles, the selection shall apply to the Article A and Article B.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 2: Delivery time to the Customer’s warehouse
Description : 50 % of the total quantity should be delivered as soon as possible. The faster the tenderer can deliver 50 % of the total quantity, the more points it will receive according to the menus in the Call for tenders. A maximum of 15 points can be achieved. If the tender consists of two (2) Articles, the selection shall apply to the Article A and Article B.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Quality 3: Transportation temperature and excursions
Description : If the product can be delivered in any temperature between 2-40 °C without negative impact on the quality, the tenderer receives 3 points. The tenderer shall have the data from the stability studies that justifies the no quality impact in 2-40 °C temperature during the transportation. If the tender consists of two (2) Articles, the selection shall apply to the Article A and Article B.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Quality
Name : Quality 4: Marketing authorisation valid in Finland and Finnish language of packaging
Description : If the Article offered has marketing authorisation valid in Finland (national or EMA centralized EU Marketing Authorisation) and Finnish language packaging material inspected and reviewed by the competent authority, the supplier receives 10 points. If the tender consists of two (2) Articles, the selection shall apply to the Article A and Article B.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 5: Rotation plan for the Article
Description : Tenderer has a possibility to achieve a maximum of 12 quality points by submitting a rotation plan to avoid unnecessary disposal of medicinal products in accordance with the Annex 2. The rotation plan shall fulfill the requirements set out in the annex 2. A panel of THL experts will evaluate the tenderer's rotation plan according to the scoring table described in the Annex 2.1. The tenderer will receive quality points according to the following formula: Expert panel score / 6 (number of scoring criteria). If the tender consists of two (2) Articles, the rotation plan should apply to the Article A and Article B. Alternatively, the tenderer should submit separate rotation plans for the Article A and the Article B, which shall be evaluated separately. In this case the tenderer will receive quality points according to the following formula: Expert panel score / 6 (number of scoring criteria) / 2 (number of submitted rotation plans). A maximum of 12 points can be achieved.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 12
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 -
Organisation executing the payment : Finnish Institute for Health and Welfare
Organisation signing the contract : Finnish Institute for Health and Welfare

5.1 Lot technical ID : LOT-0003

Title : LOT 3: Calcium gluconate 100 mg/ml (10 ml i.v., 1000 mg per vial/ampoule, ATC B05BB01)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Calcium gluconate 100 mg/ml (10 ml i.v., 1000 mg per vial/ampoule, ATC B05BB01) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Calcium gluconate - Strength: 100 mg/ml - Pharmaceutical form: 10 ml i.v., 1000 mg per vial/ampoule The minimum requirements of the Article is described in more detail in Annex 1.1. The delivery schedule for the articles is described in Annex 1. Quantity for the Article is described in Annex 7 (restricted, TL IV). In addition to the quantity of the Articles indicated in the Annex 7, the Customer shall be entitled to purchase 100 % extra to the original quantities (later referred as "Option") described in the Annex 7. The decision to exercise the Option is in the Customer´s sole discretion. Customer should exercise the Option in part or in whole. The Customer shall notify the Supplier at the latest by the end of June 2026 if it wishes to take on the Option. The delivery schedule for the Option shall be agreed separately between the Contracting Parties. Nevertheless, the Supplier shall not be obliged to agree to deliver the Option to the Customer. The tender shall consist of one (1) Article. The Contract will be awarded to one Supplier based on a comparison of tenders. Tender that is economically the most advantageous will win the competition.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33621400 Blood substitutes and perfusion solutions

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The availability for the Annex 7 is restricted to security classification level IV (TL IV). THL will send the Annex 7 to a representative of the tenderer via encrypted email after THL has received a scanned version of the signed Confidentiality commitment (Annex 6). The signature of the Confidentiality commitment shall be done manually by hand. Confidentiality commitment shall be signed by a legal representative of tenderer. Confidentiality commitment shall be sent to the email address kirjaamo@thl.fi with the subject line "CONFIDENTIALITY COMMITMENT - THL/5607/2.02.06/2024 / Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics". The message shall contain name of the tenderer and email address to which the Annex 7 is to be sent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Reference price
Description : The reference price of the tender consists of the price of one (1) unit of the Article (exclusive of VAT). The offered price includes the Articles and transport according to the Call for tenders and covers all requirements set out in the Call for tenders and it's Annexes. There shall be no additional costs for the THL. The lowest reference price will get maximum price score. Other tenderers will get price score according to the following price score calculation formula: the lowest reference price / tendered reference price * maximum price score (50).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality 1: Registered shelf life of the Article
Description : The offered Article has as long as possible registered shelf life. A shelf life of 3 years (36 months) or more receives 10 points. Shelf life less than 3 years (36 months) receives 0 point.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 2: Delivery time to the Customer’s warehouse
Description : 50 % of the total quantity should be delivered as soon as possible. The faster the tenderer can deliver 50 % of the total quantity, the more points it will receive according to the menus in the Call for tenders. A maximum of 15 points can be achieved.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Quality 3: Transportation temperature and excursions
Description : If the product can be delivered in any temperature between 2-40 °C without negative impact on the quality, the tenderer receives 3 points. The tenderer shall have the data from the stability studies that justifies the no quality impact in 2-40 °C temperature during the transportation.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Quality
Name : Quality 4: Marketing authorisation valid in Finland and Finnish language of packaging
Description : If the Article offered has marketing authorisation valid in Finland (national or EMA centralized EU Marketing Authorisation) and Finnish language packaging material inspected and reviewed by the competent authority, the supplier receives 10 points.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 5: Rotation plan for the Article
Description : Tenderer has a possibility to achieve a maximum of 12 quality points by submitting a rotation plan to avoid unnecessary disposal of medicinal products in accordance with the Annex 2. The rotation plan shall fulfill the requirements set out in the annex 2. A panel of THL experts will evaluate the tenderer's rotation plan according to the scoring table described in the Annex 2.1. The tenderer will receive quality points according to the following formula: Expert panel score / 6 (number of scoring criteria).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 12
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 -
Organisation executing the payment : Finnish Institute for Health and Welfare
Organisation signing the contract : Finnish Institute for Health and Welfare

5.1 Lot technical ID : LOT-0004

Title : LOT 4: Freeze-dried plasma, powder and solvent for infusion (200 ml, bottle, ATC B05AA)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Freeze-dried plasma, powder and solvent for infusion (200 ml, bottle, ATC B05AA) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Freeze-dried plasma - Pharmaceutical form: 200 ml, bottle The minimum requirements of the Article is described in more detail in Annex 1.1. The delivery schedule for the articles is described in Annex 1. Quantity for the Article is described in Annex 7 (restricted, TL IV). In addition to the quantity of the Articles indicated in the Annex 7, the Customer shall be entitled to purchase 100 % extra to the original quantities (later referred as "Option") described in the Annex 7. The decision to exercise the Option is in the Customer´s sole discretion. Customer should exercise the Option in part or in whole. The Customer shall notify the Supplier at the latest by the end of June 2026 if it wishes to take on the Option. The delivery schedule for the Option shall be agreed separately between the Contracting Parties. Nevertheless, the Supplier shall not be obliged to agree to deliver the Option to the Customer. The tender shall consist of one (1) Article. The Contract will be awarded to one Supplier based on a comparison of tenders. Tender that is economically the most advantageous will win the competition.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33621400 Blood substitutes and perfusion solutions

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The availability for the Annex 7 is restricted to security classification level IV (TL IV). THL will send the Annex 7 to a representative of the tenderer via encrypted email after THL has received a scanned version of the signed Confidentiality commitment (Annex 6). The signature of the Confidentiality commitment shall be done manually by hand. Confidentiality commitment shall be signed by a legal representative of tenderer. Confidentiality commitment shall be sent to the email address kirjaamo@thl.fi with the subject line "CONFIDENTIALITY COMMITMENT - THL/5607/2.02.06/2024 / Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics". The message shall contain name of the tenderer and email address to which the Annex 7 is to be sent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Reference price
Description : The reference price of the tender consists of the price of one (1) unit of the Article (exclusive of VAT). The offered price includes the Articles and transport according to the Call for tenders and covers all requirements set out in the Call for tenders and it's Annexes. There shall be no additional costs for the THL. The lowest reference price will get maximum price score. Other tenderers will get price score according to the following price score calculation formula: the lowest reference price / tendered reference price * maximum price score (50).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality 1: Registered shelf life of the Article
Description : The offered Article has as long as possible registered shelf life. A shelf life of 3 years (36 months) or more receives 10 points. Shelf life less than 3 years (36 months) receives 0 point.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 2: Delivery time to the Customer’s warehouse
Description : 50 % of the total quantity should be delivered as soon as possible. The faster the tenderer can deliver 50 % of the total quantity, the more points it will receive according to the menus in the Call for tenders. A maximum of 15 points can be achieved.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Quality 3: Transportation temperature and excursions
Description : If the product can be delivered in any temperature between 2-40 °C without negative impact on the quality, the tenderer receives 3 points. The tenderer shall have the data from the stability studies that justifies the no quality impact in 2-40 °C temperature during the transportation.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Quality
Name : Quality 4: Marketing authorisation valid in Finland and Finnish language of packaging
Description : If the Article offered has marketing authorisation valid in Finland (national or EMA centralized EU Marketing Authorisation) and Finnish language packaging material inspected and reviewed by the competent authority, the supplier receives 10 points.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 5: Rotation plan for the Article
Description : Tenderer has a possibility to achieve a maximum of 12 quality points by submitting a rotation plan to avoid unnecessary disposal of medicinal products in accordance with the Annex 2. The rotation plan shall fulfill the requirements set out in the annex 2. A panel of THL experts will evaluate the tenderer's rotation plan according to the scoring table described in the Annex 2.1. The tenderer will receive quality points according to the following formula: Expert panel score / 6 (number of scoring criteria).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 12
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 -
Organisation executing the payment : Finnish Institute for Health and Welfare
Organisation signing the contract : Finnish Institute for Health and Welfare

5.1 Lot technical ID : LOT-0005

Title : LOT 5: Tranexamic acid 100 mg/ml (10 ml, i.v., 1000 mg per vial/ampoule, ATC B02AA02)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Tranexamic acid 100 mg/ml (10 ml, i.v., 1000 mg per vial/ampoule, ATC B02AA02) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Tranexamic acid - Strength: 100 mg/ml - Pharmaceutical form: 10 ml, i.v., 1000 mg per vial/ampoule The minimum requirements of the Article is described in more detail in Annex 1.1. The delivery schedule for the articles is described in Annex 1. Quantity for the Article is described in Annex 7 (restricted, TL IV). In addition to the quantity of the Articles indicated in the Annex 7, the Customer shall be entitled to purchase 100 % extra to the original quantities (later referred as "Option") described in the Annex 7. The decision to exercise the Option is in the Customer´s sole discretion. Customer should exercise the Option in part or in whole. The Customer shall notify the Supplier at the latest by the end of June 2026 if it wishes to take on the Option. The delivery schedule for the Option shall be agreed separately between the Contracting Parties. Nevertheless, the Supplier shall not be obliged to agree to deliver the Option to the Customer. The tender shall consist of one (1) Article. The Contract will be awarded to one Supplier based on a comparison of tenders. Tender that is economically the most advantageous will win the competition.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33621200 Antihaemorrhagics

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The availability for the Annex 7 is restricted to security classification level IV (TL IV). THL will send the Annex 7 to a representative of the tenderer via encrypted email after THL has received a scanned version of the signed Confidentiality commitment (Annex 6). The signature of the Confidentiality commitment shall be done manually by hand. Confidentiality commitment shall be signed by a legal representative of tenderer. Confidentiality commitment shall be sent to the email address kirjaamo@thl.fi with the subject line "CONFIDENTIALITY COMMITMENT - THL/5607/2.02.06/2024 / Antithrombotic agents, blood substitutes and perfusion solutions, and antihemorrhagics". The message shall contain name of the tenderer and email address to which the Annex 7 is to be sent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Reference price
Description : The reference price of the tender consists of the price of one (1) unit of the Article (exclusive of VAT). The offered price includes the Articles and transport according to the Call for tenders and covers all requirements set out in the Call for tenders and it's Annexes. There shall be no additional costs for the THL. The lowest reference price will get maximum price score. Other tenderers will get price score according to the following price score calculation formula: the lowest reference price / tendered reference price * maximum price score (50).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality 1: Registered shelf life of the Article
Description : The offered Article has as long as possible registered shelf life. A shelf life of 3 years (36 months) or more receives 10 points. Shelf life less than 3 years (36 months) receives 0 point.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 2: Delivery time to the Customer’s warehouse
Description : 50 % of the total quantity should be delivered as soon as possible. The faster the tenderer can deliver 50 % of the total quantity, the more points it will receive according to the menus in the Call for tenders. A maximum of 15 points can be achieved.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Quality 3: Transportation temperature and excursions
Description : If the product can be delivered in any temperature between 2-40 °C without negative impact on the quality, the tenderer receives 3 points. The tenderer shall have the data from the stability studies that justifies the no quality impact in 2-40 °C temperature during the transportation.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Quality
Name : Quality 4: Marketing authorisation valid in Finland and Finnish language of packaging
Description : If the Article offered has marketing authorisation valid in Finland (national or EMA centralized EU Marketing Authorisation) and Finnish language packaging material inspected and reviewed by the competent authority, the supplier receives 10 points.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality 5: Rotation plan for the Article
Description : Tenderer has a possibility to achieve a maximum of 12 quality points by submitting a rotation plan to avoid unnecessary disposal of medicinal products in accordance with the Annex 2. The rotation plan shall fulfill the requirements set out in the annex 2. A panel of THL experts will evaluate the tenderer's rotation plan according to the scoring table described in the Annex 2.1. The tenderer will receive quality points according to the following formula: Expert panel score / 6 (number of scoring criteria).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 12
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 -
Organisation executing the payment : Finnish Institute for Health and Welfare
Organisation signing the contract : Finnish Institute for Health and Welfare

6. Results

Value of all contracts awarded in this notice : 1 Euro

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Fresenius Kabi Ab
Tender :
Tender identifier : tenderReference-3962390-799754
Identifier of lot or group of lots : LOT-0002
Value of the tender : 1 Euro
Subcontracting : No
Contract information :
Identifier of the contract : LOT 2 - THL/5607/2.02.06/2024
Date on which the winner was chosen : 13/12/2024
Date of the conclusion of the contract : 10/01/2025
Information about European Union funds
Name of EU-financed project or programme : Union Civil Protection Mechanism (rescEU) (2021/2027)
Identifier of EU funds : rescEU-MED-CBRN-FI
Further details of EU funds : rescEU - Medical Stockpiling in Finland
Organisation signing the contract : Finnish Institute for Health and Welfare

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : B. Braun Medical Oy
Tender :
Tender identifier : tenderReference-3956807-799755
Identifier of lot or group of lots : LOT-0003
Value of the tender : 1 Euro
Subcontracting : No
Contract information :
Identifier of the contract : LOT 3 - THL/5607/2.02.06/2024
Date on which the winner was chosen : 13/12/2024
Date of the conclusion of the contract : 04/02/2025
Information about European Union funds
Name of EU-financed project or programme : Union Civil Protection Mechanism (rescEU) (2021/2027)
Identifier of EU funds : rescEU-MED-CBRN-FI
Further details of EU funds : rescEU - Medical Stockpiling in Finland
Organisation signing the contract : Finnish Institute for Health and Welfare

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Suomen Punainen Risti, Veripalvelu
Tender :
Tender identifier : tenderReference-3947451-799756
Identifier of lot or group of lots : LOT-0004
Value of the tender : 1 Euro
Subcontracting : No
Contract information :
Identifier of the contract : LOT 4 - THL/5607/2.02.06/2024
Date on which the winner was chosen : 13/12/2024
Date of the conclusion of the contract : 14/01/2025
Information about European Union funds
Name of EU-financed project or programme : Union Civil Protection Mechanism (rescEU) (2021/2027)
Identifier of EU funds : rescEU-MED-CBRN-FI
Further details of EU funds : rescEU - Medical Stockpiling in Finland
Organisation signing the contract : Finnish Institute for Health and Welfare

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Baxter Oy
Tender :
Tender identifier : tenderReference-3931326-799757
Identifier of lot or group of lots : LOT-0005
Value of the tender : 1 Euro
Subcontracting : No
Contract information :
Identifier of the contract : LOT 5 - THL/5607/2.02.06/2024
Date on which the winner was chosen : 13/12/2024
Date of the conclusion of the contract : 17/01/2025
Information about European Union funds
Name of EU-financed project or programme : Union Civil Protection Mechanism (rescEU) (2021/2027)
Identifier of EU funds : rescEU-MED-CBRN-FI
Further details of EU funds : rescEU - Medical Stockpiling in Finland
Organisation signing the contract : Finnish Institute for Health and Welfare

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2

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 : Finnish Institute for Health and Welfare
Registration number : 2229500-6
Postal address : P. O. BOX 30
Town : Helsinki
Postcode : 00271
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Procurement services / Keskitetty hankintatoimi
Telephone : +358 295246000
Roles of this organisation :
Buyer
Organisation signing the contract
Organisation executing the payment

8.1 ORG-0003

Official name : Baxter Oy
Registration number : 0584473-9
Postal address : PL 119
Town : Helsinki
Postcode : 00181
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358800144233
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005

8.1 ORG-0004

Official name : Suomen Punainen Risti, Veripalvelu
Registration number : FI01169887
Postal address : Härkälenkki 13
Town : Vantaa
Postcode : 01730
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358293001010
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004

8.1 ORG-0005

Official name : B. Braun Medical Oy
Registration number : 0111467-5
Postal address : Karvaamokuja 2b
Town : Helsinki
Postcode : 00380
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 20 1772701
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

8.1 ORG-0006

Official name : Fresenius Kabi Ab
Registration number : 1509526-8
Postal address : Ratamestarinkatu 7A
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 94281550
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0007

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

11. Notice information

11.1 Notice information

Notice identifier/version : d0b2b476-1738-4f67-b617-21c9979af9a8 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 24/02/2025 12:36 +00:00
Notice dispatch date (eSender) : 24/02/2025 12:39 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00124959-2025
OJ S issue number : 39/2025
Publication date : 25/02/2025