Antibacterials, antimycobacterials and antimycotics for systemic use, part 2

Finnish Institute for Health and Welfare, later referred to as THL or Customer, requested tenders for "Antibacterials, antimycobacterials and antimycotics for systemic use, part 2" to the rescEU Medical -project. The Scope of procurement is described in more detail in to the Call for tenders and its annexes. The procurement …

CPV: 33651000 Splošna zdravila za sistemsko zdravljenje infekcij in cepiva, 33600000 Farmacevtski proizvodi, 33651100 Zdravila za sistemsko zdravljenje bakterijskih infekcij, 33651200 Antimikotiki za sistemsko zdravljenje, 33651300 Učinkovine za zdravljenje infekcij z mikobakterijami
Kraj izvršitve:
Antibacterials, antimycobacterials and antimycotics for systemic use, part 2
Organ za podeljevanje:
Finnish Institute for Health and Welfare
Številka dodelitve:
THL/5789/2.02.06/2024

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 : Antibacterials, antimycobacterials and antimycotics for systemic use, part 2
Description : Finnish Institute for Health and Welfare, later referred to as THL or Customer, requested tenders for "Antibacterials, antimycobacterials and antimycotics for systemic use, part 2" to the rescEU Medical -project. The Scope of procurement is described in more detail in to the Call for tenders and its annexes. The procurement is divided in seven (7) lots. Each product constitutes a separate lot. Tender may be submitted for one or several lots. LOT 1: Ertapenem 1 g (1 g powder for i.v. / vial, ATC J01DH03) LOT 2: Cefiderocol 1 g (1 g powder for i.v. / vial, ATC J01DI04) LOT 3: Clindamycin 150 mg/ml (4 ml per vial/ampoule, ATC J01FF01) LOT 4: Levofloxacin 5 mg/ml (100 ml, i.v. solution, ATC J01MA12) LOT 5: Ceftriaxone natrium 2 g (2 g powder for i.v. / vial, ATC J01DD04) LOT 6: Fluconazole 2 mg/ml (100 ml, i.v. solution, ATC J02AC01) LOT 7: Rifampicin 300 mg or 600 mg (tablet/capsule, oral, ATC J04AB02) The minimum requirements for the products is described in Annex 1.1 to the Call for tenders. 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 to the Call for tenders (restricted to security classification level IV, TL IV). In addition to the quantity indicated in the Annex 7 to the Call for tenders, 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 : a80ccc27-b16c-4db0-92da-707c352a7eb1
Previous notice : db93f141-278f-4ccf-ac7b-72691ad3b16f-01
Internal identifier : THL/5789/2.02.06/2024
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 ): 33651000 General anti-infectives for systemic use and vaccines
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 to the Call for tenders 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 to the Call for tenders). 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/5789/2.02.06/2024 / Antibacterials, antimycobacterials and antimycotics for systemic use, part 2". 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: Ertapenem 1 g (1 g powder for i.v. / vial, ATC J01DH03)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Ertapenem 1 g (1 g powder for i.v. / vial, ATC J01DH03) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Ertapenem - Pharmaceutical form: 1 g powder for i.v. / vial The minimum requirements of the Article is described in more detail in Annex 1.1 to the Call for tenders. The delivery schedule for the articles is described in Annex 1 to the Call for tenders. Quantity for the Article is described in Annex 7 (restricted, TL IV) to the Call for tenders. 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 ): 33651100 Antibacterials for systemic use
Additional classification ( cpv ): 33600000 Pharmaceutical products

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

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 to the Call for tenders 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/5789/2.02.06/2024 / Antibacterials, antimycobacterials and antimycotics for systemic use, part 2". 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 : 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 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. Rotation shall be carried out according to the requirements of either option 1 or option 2 of Annex 2. The supplier shall make a decision which rotation option the rotation plan shall be based on. The rotation plan is Article-specific, but it can be used for several Articles offered by a tenderer. However, the tenderer shall upload a rotation plan for each lot separately in order to achieve quality points for offered Article. 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: Rotation plan submitted in accordance with option 1 of Annex 2: Expert panel score / 6 (number of scoring criteria) / 2 A maximum of 6 points can be achieved in option 1. Rotation plan submitted in accordance with option 2 of Annex 2: Expert panel score / 6 (number of scoring criteria). A maximum of 12 points can be achieved in option 2.
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-0002

Title : LOT 2: Cefiderocol 1 g (1 g powder for i.v. / vial, ATC J01DI04)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Cefiderocol 1 g (1 g powder for i.v. / vial, ATC J01DI04) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Cefiderocol - Pharmaceutical form: 1 g powder for i.v. / vial The minimum requirements of the Article is described in more detail in Annex 1.1 to the Call for tenders. The delivery schedule for the articles is described in Annex 1 to the Call for tenders. Quantity for the Article is described in Annex 7 to the Call for tenders (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 : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33651100 Antibacterials for systemic use
Additional classification ( cpv ): 33600000 Pharmaceutical products

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

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 to the Call for tenders 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 to the Call for tenders). 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/5789/2.02.06/2024 / Antibacterials, antimycobacterials and antimycotics for systemic use, part 2". 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 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. Rotation shall be carried out according to the requirements of either option 1 or option 2 of Annex 2. The supplier shall make a decision which rotation option the rotation plan shall be based on. The rotation plan is Article-specific, but it can be used for several Articles offered by a tenderer. However, the tenderer shall upload a rotation plan for each lot separately in order to achieve quality points for offered Article. 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: Rotation plan submitted in accordance with option 1 of Annex 2: Expert panel score / 6 (number of scoring criteria) / 2 A maximum of 6 points can be achieved in option 1. Rotation plan submitted in accordance with option 2 of Annex 2: Expert panel score / 6 (number of scoring criteria). A maximum of 12 points can be achieved in option 2.
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: Clindamycin 150 mg/ml (4 ml per vial/ampoule, ATC J01FF01)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Clindamycin 150 mg/ml (4 ml per vial/ampoule, ATC J01FF01) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Clindamycin - Strength: 150 mg/ml - Pharmaceutical form: 4 ml i.v., per vial/ampoule The minimum requirements of the Article is described in more detail in Annex 1.1 to the Call for tenders. The delivery schedule for the articles is described in Annex 1 to the Call for tenders. Quantity for the Article is described in Annex 7 to the Call for tenders (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 ): 33651100 Antibacterials for systemic use
Additional classification ( cpv ): 33600000 Pharmaceutical products

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

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 to the Call for tenders 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 to the Call for tenders). 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/5789/2.02.06/2024 / Antibacterials, antimycobacterials and antimycotics for systemic use, part 2". 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 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. Rotation shall be carried out according to the requirements of either option 1 or option 2 of Annex 2. The supplier shall make a decision which rotation option the rotation plan shall be based on. The rotation plan is Article-specific, but it can be used for several Articles offered by a tenderer. However, the tenderer shall upload a rotation plan for each lot separately in order to achieve quality points for offered Article. 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: Rotation plan submitted in accordance with option 1 of Annex 2: Expert panel score / 6 (number of scoring criteria) / 2 A maximum of 6 points can be achieved in option 1. Rotation plan submitted in accordance with option 2 of Annex 2: Expert panel score / 6 (number of scoring criteria). A maximum of 12 points can be achieved in option 2.
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-0004

Title : LOT 4: Levofloxacin 5 mg/ml (100 ml, i.v. solution, ATC J01MA12)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Levofloxacin 5 mg/ml (100 ml, i.v. solution, ATC J01MA12) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Levofloxacin - Strength: 5 mg/ml - Pharmaceutical form: 100ml, i.v. solution, bottle The minimum requirements of the Article is described in more detail in Annex 1.1 to the Call for tenders. The delivery schedule for the articles is described in Annex 1 to the Call for tenders. Quantity for the Article is described in Annex 7 to the Call for tenders (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 ): 33651100 Antibacterials for systemic use
Additional classification ( cpv ): 33600000 Pharmaceutical products

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

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 to the Call for tenders 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 to the Call for tenders). 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/5789/2.02.06/2024 Antibacterials, antimycobacterials and antimycotics for systemic use, part 2". 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 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. Rotation shall be carried out according to the requirements of either option 1 or option 2 of Annex 2. The supplier shall make a decision which rotation option the rotation plan shall be based on. The rotation plan is Article-specific, but it can be used for several Articles offered by a tenderer. However, the tenderer shall upload a rotation plan for each lot separately in order to achieve quality points for offered Article. 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: Rotation plan submitted in accordance with option 1 of Annex 2: Expert panel score / 6 (number of scoring criteria) / 2 A maximum of 6 points can be achieved in option 1. Rotation plan submitted in accordance with option 2 of Annex 2: Expert panel score / 6 (number of scoring criteria). A maximum of 12 points can be achieved in option 2.
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: Ceftriaxone natrium 2 g (2 g powder for i.v. / vial, ATC J01DD04)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Ceftriaxone natrium 2 g (2 g powder for i.v. / vial, ATC J01DD04) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Ceftriaxone natrium - Pharmaceutical form: 2 g powder for i.v. / vial The minimum requirements of the Article is described in more detail in Annex 1.1 to the Call for tenders. The delivery schedule for the articles is described in Annex 1 to the Call for tenders. Quantity for the Article is described in Annex 7 (restricted, TL IV) to the Call for tenders. 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 ): 33651100 Antibacterials for systemic use
Additional classification ( cpv ): 33600000 Pharmaceutical products

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

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 to the Call for tenders 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 to the Call for tenders). 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/5789/2.02.06/2024 Antibacterials, antimycobacterials and antimycotics for systemic use, part 2". 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 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. Rotation shall be carried out according to the requirements of either option 1 or option 2 of Annex 2. The supplier shall make a decision which rotation option the rotation plan shall be based on. The rotation plan is Article-specific, but it can be used for several Articles offered by a tenderer. However, the tenderer shall upload a rotation plan for each lot separately in order to achieve quality points for offered Article. 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: Rotation plan submitted in accordance with option 1 of Annex 2: Expert panel score / 6 (number of scoring criteria) / 2 A maximum of 6 points can be achieved in option 1. Rotation plan submitted in accordance with option 2 of Annex 2: Expert panel score / 6 (number of scoring criteria). A maximum of 12 points can be achieved in option 2.
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-0006

Title : LOT 6: Fluconazole 2 mg/ml (100 ml, i.v. solution, ATC J02AC01)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Fluconazole 2 mg/ml (100 ml, i.v. solution, ATC J02AC01) - Parenteral products (intravenous administration) - Active pharmaceutical ingredient: Fluconazole - Strength: 2 mg/ml - Pharmaceutical form: 100ml, i.v. solution, bottle The minimum requirements of the Article is described in more detail in Annex 1.1 to the Call for tenders. The delivery schedule for the articles is described in Annex 1 to the Call for tenders. Quantity for the Article is described in Annex 7 (restricted, TL IV) to the Call for tenders. 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 : 6

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33651200 Antimycotics for systemic use
Additional classification ( cpv ): 33600000 Pharmaceutical products

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

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 to the Call for tenders 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 to the Call for tenders). 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/5789/2.02.06/2024 Antibacterials, antimycobacterials and antimycotics for systemic use, part 2". 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 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. Rotation shall be carried out according to the requirements of either option 1 or option 2 of Annex 2. The supplier shall make a decision which rotation option the rotation plan shall be based on. The rotation plan is Article-specific, but it can be used for several Articles offered by a tenderer. However, the tenderer shall upload a rotation plan for each lot separately in order to achieve quality points for offered Article. 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: Rotation plan submitted in accordance with option 1 of Annex 2: Expert panel score / 6 (number of scoring criteria) / 2 A maximum of 6 points can be achieved in option 1. Rotation plan submitted in accordance with option 2 of Annex 2: Expert panel score / 6 (number of scoring criteria). A maximum of 12 points can be achieved in option 2.
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-0007

Title : LOT 7: Rifampicin 300 mg or 600 mg (tablet/capsule, oral, ATC J04AB02)
Description : The subject of the procurement is Article in accordance with the following requirements: - The subject of tender: Rifampicin 300 mg or 600 mg (tablet/capsule, oral, ATC J04AB02) - Oral solid dosage forms - Active pharmaceutical ingredient: Rifampicin - Strength: 300 mg or 600 mg - Pharmaceutical form: tablet/capsule The minimum requirements of the Article is described in more detail in Annex 1.1 to the Call for tenders. The delivery schedule for the articles is described in Annex 1 to the Call for tenders. Quantity for the Article is described in Annex 7 (restricted, TL IV) to the Call for tenders. 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: either of 300 mg or 600 mg tablet/capsule. 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 : 7

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33651300 Antimycobacterials
Additional classification ( cpv ): 33600000 Pharmaceutical products

5.1.2 Place of performance

Country : Finland
Anywhere in the given country
Additional information :

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 to the Call for tenders 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 to the Call for tenders). 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/5789/2.02.06/2024 Antibacterials, antimycobacterials and antimycotics for systemic use, part 2". 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 or two (2) units 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). Reference price for Rifampicin 300 mg: The reference price of the tender consists of the price of two (2) tablets/capsules. Reference price for Rifampicin 600 mg: The reference price of the tender consists of the price of one (1) tablet/capsule.
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 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. Rotation shall be carried out according to the requirements of either option 1 or option 2 of Annex 2. The supplier shall make a decision which rotation option the rotation plan shall be based on. The rotation plan is Article-specific, but it can be used for several Articles offered by a tenderer. However, the tenderer shall upload a rotation plan for each lot separately in order to achieve quality points for offered Article. 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: Rotation plan submitted in accordance with option 1 of Annex 2: Expert panel score / 6 (number of scoring criteria) / 2 A maximum of 6 points can be achieved in option 1. Rotation plan submitted in accordance with option 2 of Annex 2: Expert panel score / 6 (number of scoring criteria). A maximum of 12 points can be achieved in option 2.
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

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : MSD Finland Oy
Tender :
Tender identifier : tenderReference-4027189-813911
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : THL/5789/2.02.06/2024 - LOT 1
Date on which the winner was chosen : 12/02/2025
Date of the conclusion of the contract : 10/03/2025
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 : 3

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Shionogi B.V.
Tender :
Tender identifier : tenderReference-4044522-813912
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : THL/5789/2.02.06/2024 - LOT 2
Date on which the winner was chosen : 12/02/2025
Date of the conclusion of the contract : 07/04/2025
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-0003

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-0004

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : FrostPharma AB
Tender :
Tender identifier : tenderReference-4014571-813914
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : THL/5789/2.02.06/2024 - LOT 4
Date on which the winner was chosen : 12/02/2025
Date of the conclusion of the contract : 11/03/2025
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-0005

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Grindeks Kalceks Suomi Oy
Tender :
Tender identifier : tenderReference-4023605-813915
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : THL/5789/2.02.06/2024 - LOT 5
Date on which the winner was chosen : 12/02/2025
Date of the conclusion of the contract : 06/03/2025
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-0006

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : FrostPharma AB
Tender :
Tender identifier : tenderReference-4014571-813916
Identifier of lot or group of lots : LOT-0006
Subcontracting : No
Contract information :
Identifier of the contract : THL/5789/2.02.06/2024 - LOT 6
Date on which the winner was chosen : 12/02/2025
Date of the conclusion of the contract : 11/03/2025
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-0007

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Orion Oyj
Tender :
Tender identifier : tenderReference-4023576-813917
Identifier of lot or group of lots : LOT-0007
Subcontracting : No
Contract information :
Identifier of the contract : THL/5789/2.02.06/2024 - LOT 7
Date on which the winner was chosen : 12/02/2025
Date of the conclusion of the contract : 06/03/2025
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

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 : FrostPharma AB
Registration number : 556814-1708
Postal address : Berga Backe 2
Town : Danderyd
Postcode : 18253
Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden
Telephone : +46 8-24 36 60
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004 LOT-0006

8.1 ORG-0004

Official name : Shionogi B.V.
Registration number : NL859411011B01
Postal address : Herengracht 464, 1017 CA, Amsterdam, The Netherlands
Town : CA, Amsterdam
Postcode : 1017CA
Country subdivision (NUTS) : Groot-Amsterdam ( NL329 )
Country : Netherlands
Telephone : +44 (0)20 3053 4200
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0005

Official name : MSD Finland Oy
Registration number : 0101072-9
Postal address : Keilaniementie 1
Town : Espoo
Postcode : 02150
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +3589804650
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0006

Official name : Orion Oyj
Registration number : 1999212-6
Postal address : Orionintie 1A, PL 65
Town : Espoo
Postcode : 02101
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : 010 4261
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0007

8.1 ORG-0007

Official name : Grindeks Kalceks Suomi Oy
Registration number : 3332605-8
Postal address : Lönnrotinkatu 5
Town : Helsinki
Postcode : 00120
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : 0405356796
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005

8.1 ORG-0008

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 : 9becfe14-f8ba-4bc6-ba2a-2bc706be2b40 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 22/04/2025 06:13 +00:00
Notice dispatch date (eSender) : 22/04/2025 06:14 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00263005-2025
OJ S issue number : 79/2025
Publication date : 23/04/2025