Publications Office of the EU
Provision of laboratory diagnostic services - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates text translated automatically in your browsing language

Provision of laboratory diagnostic services Text automatically translated in your browsing language Automatically translated

  • Published
    13/06/2025
  • Today
    19/06/2025
  • Deadline
    26/06/2025
  • Opening of tenders
    26/06/2025
Status
Published
Type of contract
Services
Subject for Renewal
No
Buyer
Váci Jávorszky Ödön Kórház
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: HU120 Pest
Business sector (Main CPV)
85145000 Services provided by medical laboratories
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
EKR000196682025
Description

Completion of laboratory tests for 24 months for inpatient and outpatient specialist services of the contracting authority, Act CLIV of 1997, Decree No 60/2003. Decree No. 43/1999 (X.20.) of the Minister for Social Affairs and Family, and Decree No. 43/1999 (X.20.) of the Minister for Social Affairs and Family, respectively. (III. 3.) on the basis of the Government Decree and the relevant legal provisions and professional directives in force at the time. Providing a complete laboratory service for bacteriological examinations to the Contracting Authority under a cooperation contract; other tests; to determine the level of the medicinal product; HEMATOLOGY FOR EXAMINATIONS, IMMUNOLOGY FOR EXAMINATIONS, CHEMICAL EXAMINATIONS; Mycology-Mushroom tests; Parasitological tests; Blood clotting and haemostasis tests; Detection of virus antibodies for testing with the professional content detailed in the procurement documents. The Winning Bidder must provide the laboratory services in full to the current valid National Health Insurance Fund Manager of the Contracting Authority (hereinafter: NEAK) to fulfill its obligations under the contract. For the 12-month Basic Quantity, AK is subject to a call obligation: Basic quantity: a total of 1 860 060 studies/year with an annual score of: 419 204 527 points. The tests are detailed in the procurement documents in OENO code order. The actual test quantity may differ by + 30 % from the basic quantity. Medical system currently used by the contracting authority: Currently, the Contracting Authority uses the e-MedSolution medical system for the Winning Bidder in accordance with Decree 60/2013. (X. 20.) ESzCsM shall be carried out in compliance with the provisions of this Decree. In the public procurement procedure, AK provided, for information purposes, the intervention number for 2023, which is 1 860 060 (investigation), including: inpatient case number: 304 405 (16%) outpatient cases: 1 555 655 (84%) Performance volume limit for laboratory interventions of the institution (TVK): 47.059.572 points/year ( 3.921.631 points/month). The Winning Bidder shall ensure that the test results are provided in electronic form by matching them with the health information system of the Contracting Authority. The total cost of fitting the IT system shall be borne by the Winning Bidder. The requirements for integration into the IT system and the full task description are set out in the procurement documents. The contracting authority reserves the right to switch to a different medical system during the duration of the contract, in which case the successful tenderer shall also adapt to the new medical system without any additional cost. The Winning Bidder must ensure that both tests performed by its own laboratory are received and performed, and tests not performed by it are received and performed in another institution, i.e. it must provide a complete test palette (in relation to the test palette specified in the procurement documents). At the same time as concluding the intermediary contract for the service, the Winning Bidder shall conclude a lease agreement with the Contracting Authority for the use of the location provided for sampling purposes (Ambulancia building and passage corridor), with the content published in the procurement documents. Net floor area leased: 404 m2. The contractor shall arrange for the cleaning, disinfection, washing, sterilisation, hazardous waste disposal and disposal of the rental property at his own expense and responsibility. The Winning Bidder shall be responsible for obtaining and continuously providing all official licences necessary for the provision of laboratory services at its own risk and expense. The contractor must pay rent for the rented premises. Amount of rent per month: HUF 1 500 000, with the obligation to pay the overhead costs to the successful tenderer as specified in the procurement documents. The rent does not change during the term of the contract. It is the responsibility of the successful tenderer to carry out the investigations arising during the operation and to ensure the necessary human and material conditions. The winning tenderer must use an independent IT network, software and IT system, compatible with the clinical IT system currently in use at the contracting authority, necessary for the service activity and its registration, within 30 days of the date of conclusion of the contract at the latest, which ensures on-line access to support the administration of the tests. The winning bidder is obliged to integrate new instruments and tests into the system. The winning bidder is obliged to equip the rented area with the equipment necessary for the performance of the activity until the start of the service activity. The winning bidder is obliged to ensure the proper operation and the repair and maintenance of the machines and tools, and is obliged to support the continuous, professionally necessary training and further training of the employees, on which it will draw up a report by the end of each year. The winning bidder shall commence the provision of the service within 30 days of the date of delivery of the service area. The contracting authority shall not make the submission of a tender conditional upon the provision of a tender guarantee. *** Abbreviations: Contracting authority (AK); Tenderer (AT); Subcontractor (AV); European Single Procurement Document (EEKD); Public Procurement Documents (KD); Call for competition (call for competition). Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://ekr.gov.hu/eljarastar/eljaras/EKR000196682025
Tenders may be submitted
Electronic submission: required
https://ekr.gov.hu/eljarastar/eljaras/EKR000196682025
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
26/06/2025 13:00
Place of performance
Award method
Criterion:
Type: quality
Description: 3. Az M.2. pont szerinti alk. min. követelményre bemutatott szakember alk. min. köv. felüli labordiagnosztikai területén szerzett szakmai többlettapasztalata (hónap), (0 hónap-24 hónap)
Weight (percentage, exact): 5
Criterion:
Type: price
Description: 1. Járóbeteg laboratóriumi vizsgálatok költsége: (NEAK által visszaigazolt aktuális havi intézményi labor HUF/pont érték %-ban megadva)
Weight (percentage, exact): 48
Criterion:
Type: price
Description: 2. Fekvőbeteg laboratóriumi vizsgálatok költsége (Ft/pont)
Weight (percentage, exact): 12
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.