250810-2026 - Competition
Finland – Biochemical analysers – Two analytical flow cytometry systems
OJ S 71/2026 13/04/2026
Contract or concession notice – standard regime - Change notice
Supplies
1. Buyer
1.1.
Buyer
Official nameÅbo Akademi
Emailupphandling@abo.fi
Legal type of the buyerBody governed by public law
Activity of the contracting authorityEducation
2. Procedure
2.1.
Procedure
TitleTwo analytical flow cytometry systems
DescriptionThe Contracting Authority invites tenders for the supply, delivery, installation, commissioning, validation, and initial technical support of two (2) analytical flow cytometry systems to support research laboratory activities. The proposed system(s) will replace the currently installed flow cytometers, which are equipped with four (4) lasers and seventeen (17) fluorescence detection channels. The new equipment is expected to meet or exceed the analytical performance and configuration of the existing system, while ensuring enhanced reliability, operational stability, and long-term serviceability. The instruments will be used for advanced multi-parameter single-cell analysis and must be capable of addressing both current research needs and foreseeable future developments. The objective of this procurement is to acquire robust, high-performance analytical flow cytometry system(s), including all required hardware, software licenses, accessories, installation, user training, warranty coverage, and comprehensive service and maintenance support. The primary applications conducted by the research groups include, but are not limited to, multicolor cellular phenotyping, functional cellular assays, release assays, and related immunological and cell biology applications. The systems will be operated by experienced flow cytometry specialists as well as by a broad user community with varying levels of prior expertise. Accordingly, the instruments must combine high analytical sensitivity and resolution with operational simplicity, intuitive software interface, and streamlined assay setup to ensure accessibility, reproducibility, and efficient workflow management.
Procedure identifier69889f44-66da-4b05-b4ab-3fd3188acae6
Internal identifier605466
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 38434500 Biochemical analysers
Additional classification (cpv): 38434510 Cytometers
2.1.2.
Place of performance
Postal addressÅbo Akademi  
TownTurku
Postcode20500
Country subdivision (NUTS)Varsinais-Suomi (FI1C1)
CountryFinland
2.1.3.
Value
Estimated value excluding VAT408 360,00 EUR
2.1.4.
General information
Additional informationAll tender content relevant details are mentioned in Appendix 1.
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionProcurement DocumentEuropean Single Procurement Document (ESPD)Notice
CorruptionThe 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.
FraudThe 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.
Money laundering or terrorist financingThe 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.
Participation in a criminal organisationThe 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.
Terrorist offences or offences linked to terrorist activitiesThe 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.
Child labour and including other forms of trafficking in human beingsThe 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.
Breaching of obligations in the fields of environmental lawThe economic operator has breached its obligations in the field of environmental law.
Breaching of obligations in the fields of labour lawThe economic operator has breached its obligations in the field of labour law.
Breaching of obligations in the fields of social lawThe economic operator has breached its obligations in the field of social law.
Agreements with other economic operators aimed at distorting competitionThe economic operator has entered into agreements with other economic operators aimed at distorting competition.
Grave professional misconductThe economic operator is guilty of grave professional misconduct.
Misrepresentation, withheld information, unable to provide required documents or obtained confidential information of this procedureThe economic operator can confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award.
Conflict of interest due to its participation in the procurement procedureThe 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 procedureThe 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.
Early termination, damages, or other comparable sanctionsThe 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 set under purely national exclusion groundsAny 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.
Breaching obligation relating to payment of social security contributionsThe 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.
Breaching obligation relating to payment of taxesThe 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.
Business activities are suspendedThe business activities of the economic operator are suspended.
BankruptcyThe economic operator is bankrupt.
Arrangement with creditorsThe economic operator is in arrangement with creditors.
InsolvencyThe economic operator is the subject of insolvency or winding-up.
Assets being administered by liquidatorThe assets of the economic operator are being administered by a liquidator or by the court.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national lawThe economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
5. Lot
5.1.
LotLOT-0000
TitleTwo analytical flow cytometry systems
DescriptionThe Contracting Authority invites tenders for the supply, delivery, installation, commissioning, validation, and initial technical support of two (2) analytical flow cytometry systems to support research laboratory activities. The proposed system(s) will replace the currently installed flow cytometers, which are equipped with four (4) lasers and seventeen (17) fluorescence detection channels. The new equipment is expected to meet or exceed the analytical performance and configuration of the existing system, while ensuring enhanced reliability, operational stability, and long-term serviceability. The instruments will be used for advanced multi-parameter single-cell analysis and must be capable of addressing both current research needs and foreseeable future developments. The objective of this procurement is to acquire robust, high-performance analytical flow cytometry system(s), including all required hardware, software licenses, accessories, installation, user training, warranty coverage, and comprehensive service and maintenance support. The primary applications conducted by the research groups include, but are not limited to, multicolor cellular phenotyping, functional cellular assays, release assays, and related immunological and cell biology applications. The systems will be operated by experienced flow cytometry specialists as well as by a broad user community with varying levels of prior expertise. Accordingly, the instruments must combine high analytical sensitivity and resolution with operational simplicity, intuitive software interface, and streamlined assay setup to ensure accessibility, reproducibility, and efficient workflow management.
Internal identifier605466
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 38434500 Biochemical analysers
Additional classification (cpv): 38434510 Cytometers
5.1.2.
Place of performance
Postal addressÅbo Akademi  
TownTurku
Postcode20500
Country subdivision (NUTS)Varsinais-Suomi (FI1C1)
CountryFinland
5.1.3.
Estimated duration
Other durationUnknown
5.1.4.
Renewal
Maximum renewals0
5.1.5.
Value
Estimated value excluding VAT408 360,00 EUR
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)no
Additional informationAll tender content relevant details are mentioned in Appendix 1.
5.1.7.
Strategic procurement
Social objective promotedHuman rights due diligence in global supply chains
5.1.8.
Accessibility criteria
Accessibility criteria for persons with disabilities are not included with the following justification
JustificationPersons using this equipmenet are know beforehand, equipment placed in research laboratory
5.1.9.
Selection criteria
Sources of selection criteriaProcurement DocumentNoticeEuropean Single Procurement Document (ESPD)
CriterionTechnicians or technical bodies for quality control
Description of selection criterionTechnical description and compliance statement

CriterionTechnicians or technical bodies to carry out the work
Description of selection criterionCompleted technical specification tables

CriterionOther economic or financial requirements
Description of selection criterionFinancial offer (separate pricing for each lot)

CriterionSecurity of supply
Description of selection criterionDelivery timeline

CriterionSupply chain management
Description of selection criterionWarranty and service details

CriterionMeasures for ensuring quality
Description of selection criterionCompany profile and relevant references
5.1.10.
Award criteria
Criterion
TypeQuality
NameTechnical specificities 60 %
Description- Compliance with minimum requirements (mandatory) - Number of detection channels above the minimum - Optical performance and flexibility - Autosampler functionality
Category of award weight criterionOrder of importance
Award criterion number1
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableEnglish
Deadline for requesting additional information10/04/2026 09:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://tarjouspalvelu.fi/aboakademi?id=605466&tpk=2a45e1b3-bb5b-4ae8-a88d-286df5cd6d55
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://tarjouspalvelu.fi/aboakademi?id=605466&tpk=2a45e1b3-bb5b-4ae8-a88d-286df5cd6d55
Languages in which tenders or requests to participate may be submittedEnglishSwedishFinnish
Electronic catalogueAllowed
Tenderers may submit more than one tenderNot allowed
Deadline for receipt of tenders24/04/2026 09:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid2 Months
Information about public opening
Opening date24/04/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Conditions relating to the performance of the contract• The contract will be governed by the laws of Finland • Payment terms: within 21 days of receipt of the goods • Penalties for late delivery may apply Additional Information The Contracting Authority reserves the right to: • Request clarifications from tenderers • Reject any or all tenders • Award the contract in whole or in part
A non-disclosure agreement is requiredno
Electronic invoicingAllowed
Electronic ordering will be usedyes
Electronic payment will be usedyes
Legal form that must be taken by a group of tenderers that is awarded a contractCompany profile and relevant references
Financial arrangementThe Finnish Research Infrastructure Committee decided to add our application to the roadmap for national research infrastructures. Based on the international peer review of the application, the research infrastructure is of a high standard. The FIRI Committee believes that the infrastructure will support the objectives of Finland´s research infrastructure policy and meet the criteria set for national roadmap research infrastructures. On this basis, the FIRI Committee decided to grant funding for your development project
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auctionno
5.1.16.
Further information, mediation and review
Review organisationMarkkinaoikeus
Information about review deadlines: The time limits for remedies are determined in accordance with the Finnish Act on Public Procurement and Concession Contracts. A request for rectification (hankintaoikaisu) must be submitted within 14 days from the date on which the party received notice of the procurement decision. An appeal to the Market Court must also be lodged within 14 days from receiving the decision and the appeal instructions. In cases of unlawful direct procurement, the appeal period is 30 days from the conclusion of the contract, or six months if the legally required notices have not been issued.
Organisation receiving requests to participateÅbo Akademi
Organisation processing tendersÅbo Akademi
8. Organisations
8.1.
ORG-0001
Official nameÅbo Akademi
Registration number0246312-1
Postal addressTuomiokirkontori 3
TownTurku
Postcode20500
Country subdivision (NUTS)Varsinais-Suomi (FI1C1)
CountryFinland
Contact pointProcurement team
Emailupphandling@abo.fi
Telephone+358 22153360
Internet addresshttps://www.abo.fi/
Roles of this organisation
Buyer
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official nameMarkkinaoikeus
Registration number3006157-6
Postal addressRadanrakentajantie 5
TownHelsinki
Postcode00520
Country subdivision (NUTS)Helsinki-Uusimaa (FI1B1)
CountryFinland
Emailmarkkinaoikeus@oikeus.fi
Telephone+358 295643300
Internet addresshttps://www.markkinaoikeus.fi
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official nameHansel Oy (Hilma)
Registration numberFI09880841
Postal addressMannerheiminaukio 1a
TownHelsinki
Postcode00100
Country subdivision (NUTS)Helsinki-Uusimaa (FI1B1)
CountryFinland
Contact pointeSender
Emailtekninen@hankintailmoitukset.fi
Telephone029 55 636 30
Internet addresshttp://hankintailmoitukset.fi
Roles of this organisation
TED eSender
10. Change
Version of the previous notice to be changedf8a86acd-3ad6-4192-910e-563b3b7971e7-01
Main reason for changePublisher correction
DescriptionThe deadline for the submission of offers has been extended.
10.1.
Change
Section identifierLOT-0000
Description of changesThe deadline for the submission of offers has been extended.
Notice information
Notice identifier/version4ad3330e-faa6-43e3-95dd-4cea5273ba3f  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date10/04/2026 09:32:55 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)10/04/2026 09:32:56 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number250810-2026
OJ S issue number71/2026
Publication date13/04/2026