Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityNational or federal agency/office
I.3)Main activityPublic order and safety
I.4)Contract award on behalf of other contracting authorities/entitiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Kriittisten suojavarusteiden tuotantovalmiuden ylläpito Suomessa
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Terveydenhuollon ammattikäytössä olevien kirurgisten maskien ja hengityssuojaimien kotimaisen tuotannon varmistaminen on tunnistettu välttämättömäksi vallitsevan Covid-19 -kriisin aikana, jotta turvataan riittävä huoltovarmuuden taso ja terveydenhuollon häiriötön toiminta kriittisissä poikkeusoloissa.
Huoltovarmuuskeskus (HVK) järjestää tarjouskilpailun kirurgisten maskien ja hengityssuojainten tuotantovalmiuden ylläpidosta Suomessa. Tarjouskilpailu järjestetään julkisista puolustus- ja turvallisuushankinnoista annetun lain mukaisena rajoitettuna menettelynä. Tarjouskilpailun tavoitteena on, että HVK valitsee tarkoituksenmukaisen määrän (noin 2) kotimaista hengityssuojainten ja/tai kirurgisten maskien valmistajaa, joiden kanssa se allekirjoittaa sopimuksen tuotantokapasiteetin ylläpidosta vuoden 2024 loppuun saakka. Kirurgisten maskien määräarvio on enintään 19 miljoonaa kappaletta/toimittaja ja hengityssuojainten enintään 1,5 miljoonaa kappaletta/toimittaja (jakautuen FFP2 2/3 ja FFP3 1/3)
Tuotantokapasiteetin ylläpidon lisäksi valituilla toimittajilla tulee olla kyvykkyys toimittaa sopimuskauden aikana hengityssuojaimia ja/tai kirurgisia maskeja siten kuin lopullisessa tarjouspyynnössä on tarkemmin määritelty. Lopullisessa tarjouspyynnössä valitut toimittajat pyydetään toimittamaan näytekappaleet tarjotuista tuotteista. Nämä näytekappaleet tulee olla myös Suomessa valmistetut.
Koska kyseessä on julkisista puolustus- ja turvallisuushankinnoista annetun lain mukainen turvallisuushankinta, lähetetään valituille ehdokkaille salassapitosopimukset ennen lopullista tarjouspyynnön lähettämistä.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about subcontractingThe tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in Title III of Directive 2009/81/EC
The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Sopimuskausi 2 vuotta sekä optiokausi 1+1 vuotta.
Estimated value excluding VAT:
Range: between 10000000.00 and 20000000.00 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Kirurgisten maskien tuotantovalmiuden ylläpito1)Short description
2)Common procurement vocabulary (CPV)18143000 Protective gear, 33000000 Medical equipments, pharmaceuticals and personal care products
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Hengityssuojainten tuotantovalmiuden ylläpito1)Short description
2)Common procurement vocabulary (CPV)33000000 Medical equipments, pharmaceuticals and personal care products
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Ks. hankinta-asiakirjat.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Ks. hankinta-asiakirjat.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Ks. hankinta-asiakirjat.
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situation
III.2.2)Economic and financial abilityCriteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: Ks. hankinta-asiakirjat.
III.2.3)Technical and/or professional capacityCriteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
Ks. hankinta-asiakirjat.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
Ks. hankinta-asiakirjat.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 3 and maximum number 6
Objective criteria for choosing the limited number of candidates: Ehdokkaiden rajaamisella varmistetaan, että lopulliseen tarjouspyyntövaiheeseen valikoituu toimittajat, joilla on parhaat edellytykset toteuttaa hankintayksikön hankinnalle asettamat tavoitteet.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate9.7.2022 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upFinnish.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:9.6.2022