THL/5789/2.02.06/2024 / Antibacterials, antimycobacterials and antimycotics for systemic use, part 2
Tiivistelmä
Katso samankaltaisia mahdollisuuksia
Kaikkien tietojen näyttäminen vaatii rekisteröitymisen ja kirjautumisen palveluun.
THL/5789/2.02.06/2024 / Antibacterials, antimycobacterials and antimycotics for systemic use, part 2
Hankintailmoitustyyppi
Tulokset [TED eF[29]]
Julkaistu
22.4.2025
9:14
(UTC+03:00)
Organisaatio
Terveyden ja hyvinvoinnin laitos
Kuvaus
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.