Publications Office of the EU
PRIOR INFORMATION NOTICE: Antibacterials, antimycobacterials and antimycotics for systemic use, part 2 - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

PRIOR INFORMATION NOTICE: Antibacterials, antimycobacterials and antimycotics for systemic use, part 2

  • Announced
    27/09/2024
  • Estimated published
    08/11/2024
  • Today
    11/07/2025
Status
Announced
Type of contract
Supplies
Subject for Renewal
No
Buyer
Finnish Institute for Health and Welfare
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: FI1B1 Helsinki-Uusimaa
Business sector (Main CPV)
33651000 General anti-infectives for systemic use and vaccines
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
THL/5789/2.02.06/2024
Description

Finnish Institute for Health and Welfare, later referred to as THL or Customer, is about to publish a call for tenders for "Antibacterials, antimycobacterials and antimycotics for systemic use, part 2.". The date of publication of the call for tenders is planned for November 2024. The scope of procurement is described in more detail in Annex 1. The procurement will be divided in eight (8) 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: Piperacillin tatzobactam 4 g/0,5 g (4 g/0,5 g powder for i.v. / vial, ATC J01CR05) LOT 6: Ceftriaxone natrium 2 g (2 g powder for i.v. / vial, ATC J01DD04) LOT 7: Fluconazole 2 mg/ml (100 ml, i.v. solution, ATC J02AC01) LOT 8: Rifampicin 300 mg or 600 mg (tablet/capsule, oral, ATC J04AB02) The minimum requirements for the products is described in Annex 1.1. The contract will be awarded to one supplier for each lot based on a comparison of tenders. Estimated quantity for the products is described in Annex 1.2 (restricted to security classification level IV, TL IV). In addition to the estimated quantity indicated in the Annex 1.2, the Customer is entitled to purchase 100 % extra to the estimated quantities (later referred as "Option"). The supplier is not obliged to deliver the products under the Option. THL reserves the right to change the scope of the procurement and the minimum requirements in the published call for tenders.

Submission Method
Not available
Tenders may be submitted
Not available
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The procurement involves the establishment of a framework agreement
Conditions for opening tenders (date)
Not available
Place of performance
Award method
Not available
Estimated value
Not available
Final contracted value
Not available
Award of contract
Not available
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.