Genotyping service procurement of Atlantic salmon and herring, perch, sprat and brown trout for Natural Resources Institute Finland

Natural Resources Institute Finland (hereafter referred to as "Luke") requests your tender for genotyping of fish with this Call for Tenders and its annexes. The Call for Tenders and the procurement is divided into two (2) lots. 1. Genotyping of Atlantic salmon 2. Genotyping of herring, perch, sprat and brown …

CPV: 73000000 Usługi badawcze i eksperymentalno-rozwojowe oraz pokrewne usługi doradcze, 73111000 Laboratoryjne usługi badawcze
Termin:
16 kwietnia 2025 09:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Genotyping service procurement of Atlantic salmon and herring, perch, sprat and brown trout for Natural Resources Institute Finland
Miejsce udzielenia zamówienia:
Luonnonvarakeskus
Numer nagrody:
522/02 10 01 00 02/2025

1. Buyer

1.1 Buyer

Official name : Luonnonvarakeskus
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Genotyping service procurement of Atlantic salmon and herring, perch, sprat and brown trout for Natural Resources Institute Finland
Description : Natural Resources Institute Finland (hereafter referred to as "Luke") requests your tender for genotyping of fish with this Call for Tenders and its annexes. The Call for Tenders and the procurement is divided into two (2) lots. 1. Genotyping of Atlantic salmon 2. Genotyping of herring, perch, sprat and brown trout Tenderer can leave a tender for one or both of the lots. One supplier is chosen to each lot. The subject of the procurement is described in more detail in this call of tenders and other procurement documents.
Procedure identifier : 0447873b-9776-47e7-a8e2-faad8ac722c3
Internal identifier : 522/02 10 01 00 02/2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The estimated value of the purchases based on the framework agreement including possible renewal terms is 320 000 euros (VAT 0 %). The aformentioned value is divided between lots followingly: lot 1 200 000 euros (VAT 0%) lot 2 120 000 euros (VAT 0%) The value above are non-binding estimates. The maximum value of the framework agreement is 320 000 euros (VAT 0 %) The agreement does not constitute a commitment to purchase minimum purchase quantities. The supplier does not have an exclusive right to sell services based on this agreement. The estimates for purchases are defined in the agreement and/or its appendices.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services

2.1.2 Place of performance

Country : Finland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 320 000 Euro

2.1.4 General information

Additional information : The subject of the procurement is genotyping service of fish. The subject of the procurement is described in more detail in call of tenders and other procurement documents. Luke is looking for a service provider for genotyping service of Atlantic salmon (Salmo trutta), herring (Clupea harengus), perch (Perca fluviatilis), sprat (Sprattus sprattus) and brown trout (Salmo trutta) individuals with a minimum of 67,000 SNP markers for salmon and 1,000 SNP for other species. The genotype data of individuals will be used to identify population structures of different fish species and combined with other, e.g. phenotypic data from the genotyped individuals. To make powerful genomic analysis across generations and data sets, the genotype data produced by the service provider will be combined by Luke with the Luke's existing genotype data sets generated previously by Atlantic salmon SNP array, with total SNP density of approximately 70K SNPs, and for brown trout with by a multispecies SNP array with a density of approximately 4,000 SNPs. The samples sent to the service provider can be potentially used again by Luke in some future laboratory analysis, and hence they remain valuable for Luke even after the service providers have completed their analysis. Lot 1 Genotyping of Atlantic salmon -The SNP panel to be used by the service provider should have a minimum of 67,000 SNP markers to ensure a reasonable coverage of the Atlantic Salmon genome. -The 67,000 SNPs need to be suitable for genotyping of Atlantic salmon stocks of the Baltic Sea, including distinguishing the hatchery stocks from natural populations. The data from the 67,000 SNP markers need to be compatible with the Atlantic salmon SNP array data already existing at Luke. -Luke will send tissue samples (fins or scales) of individuals or DNA to the service provider either in 1.5ml centrifuge tubes or on well plates. The samples will be sent in batches of around 384 fish. Luke covers the shipment costs. Lot 2 Genotyping of herring, perch, sprat and brown trout - The SNP panel to be used by the service provider should have a minimum of 1,000 SNP markers per species to ensure a reasonable coverage of the genome. - The 1,000 SNP markers need to include the SNP markers in the DNA TRACEBACK® Fisheries SNP genotyping array FSHSTK1D. -Luke will send tissue samples (fins or scales) of individuals or DNA to the service provider either in 1.5ml centrifuge tubes or on well plates. The samples will be sent in batches of around 384 fish. Luke covers the shipment costs. The service provider will in both lots: - Extract DNA from the individual fin clips or fish scales - Quality control analyses - Provide genotyping data in an electronic format - Return of the remaining tissue or DNA of each sample to Luke upon request and cover the shipment costs of returning the samples Luke remains the owner of the data, and the service provider does not own the data.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LOT 1: Genotyping of Atlantic salmon
Description : The subject of the procurement is service of genotyping of Atlantic salmon. The subject of the procurement is described in more detail in this call of tenders and other procurement documents. The contract of the lot [1] will be made with one supplier.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73111000 Research laboratory services

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 200 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Social objective promoted : Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Risk Indicator
Description : Risk indicator 1-3
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Trade register
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hinta
Description : Kaikkien tuotteiden yhteenlaskettu hinta
Criterion :
Type : Quality
Name : Laatu
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 : 31/03/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 16/04/2025 09:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 16/04/2025 09:30 +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 : LOT 2: Genotyping of herring, perch, sprat and brown trout
Description : The subject of the procurement is service of genotyping herring, perch, sprat and brown trout. The subject of the procurement is described in more detail in this call of tenders and other procurement documents. The contract of the lot [2] will be made with one supplier.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73111000 Research laboratory services

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
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

5.1.7 Strategic procurement

Social objective promoted : Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Risk Indicator
Description : Risk indicator 1-3
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Trade register
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hinta
Description : Kaikkien tuotteiden yhteenlaskettu hinta.
Criterion :
Type : Quality
Name : Laatu
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 : 31/03/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 16/04/2025 09:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 16/04/2025 09:30 +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 : Luonnonvarakeskus
Registration number : 0244629-2
Postal address : PL 2 (Latokartanonkaari 9)
Town : Helsinki
Postcode : 00791
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Registry
Telephone : +358 295326000
Internet address : https://www.luke.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
Telephone : +358 295643300
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
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : f1b7634c-2156-4c6f-ac0d-5534ad0257cf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/03/2025 11:34 +00:00
Notice dispatch date (eSender) : 13/03/2025 11:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00166296-2025
OJ S issue number : 52/2025
Publication date : 14/03/2025