Tender Details
Title

Norway – Supply services of medical personnel – Doctors' vicarages – framework agreement Change notice Place of performance: Norway,Troms og Finnmark Main nature of the contract: Services Official name: Sørreisa kommune Type of procedure: Open

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
01.11.2024
Overview
629786-2024 - Competition Competition Norway: Supply services of medical personnel Doctors' vicarages – framework agreement Norway, Troms og Finnmark (NO074) Sørreisa Estimated value excluding VAT: 16 000 000,00 NOK Type of procedure: Open Buyer Buyer: Sørreisa kommune Email: ida.winje@sorreisa.kommune.no Norway, Sørreisa LOT-0000: Doctors' vicarages – framework agreement Supply services of medical personnel Norway, Troms og Finnmark (NO074) Sørreisa Start date: 01/11/2024 Duration end date: 31/10/2026 Estimated value excluding VAT: 16 000 000,00 NOK Deadline for receipt of tenders: 01/11/2024 - 11:00:58 (UTC) 629786-2024 - Competition Norway – Supply services of medical personnel – Doctors' vicarages – framework agreement OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime - Change notice Services 1. Buyer 1.1. Buyer Official name: Sørreisa kommune Email: ida.winje@sorreisa.kommune.no Legal type of the buyer: Body governed by public law, controlled by a local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Doctors' vicarages – framework agreement Description: Sørreisa municipality shall enter into a 2 year framework agreement with an option for 1+1 year extension for the hire of doctors. The contracting authority shall choose 2-3 tenderers. The chosen tenderer shall have experience from similar assignments. See the requirement specifications chapter 4 for further information on the extent. The service must be provided by 01.11.24. End date 31.10.26, with an option for 1+1 year extension. Procedure identifier: ffa87a94-64a5-41bf-aebf-81d711fe83a9 Internal identifier: 24/5 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: The procurement will be carried out in accordance with the procedure for an open tender contest, cf. FOA § 13-1. This is a procurement procedure that allows all interested tenderers to submit tender offers, but it is not allowed to negotiate on the basis of the submitted tender offers. After the tenders have been received, it will be assessed whether the tenderer fulfils the requirements set in the tender documentation part 1 chapter 3 - Qualification Requirements. Tenderers who do not fulfil the qualification requirements in accordance with chapter 3 will not enter the competition. The municipality will then assess the tenders from qualified tenderers based on the award criteria that are presented in chapter 5. The contracting authority plans to award the contract without having a dialogue with the tenderers beyond making any clarifications/corrections. Tenderers are strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about uncertainties via the questions function in TendSign. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79625000 Supply services of medical personnel Additional classification (cpv): 79600000 Recruitment services, 79620000 Supply services of personnel including temporary staff 2.1.2. Place of performance Postal address: Storveien 20 Town: Sørreisa Postcode: 9310 Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway 2.1.3. Value Estimated value excluding VAT: 16 000 000,00 NOK Maximum value of the framework agreement: 16 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents. Bankruptcy: Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract. Corruption: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier. Arrangement with creditors: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract. Participation in a criminal organisation: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42) Agreements with other economic operators aimed at distorting competition: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? Breaching of obligations in the fields of environmental law: Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Money laundering or terrorist financing: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Fraud: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of trafficking in human beings: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1). Insolvency: Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract. Breaching of obligations in the fields of labour law: Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Assets being administered by liquidator: Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award? Conflict of interest due to its participation in the procurement procedure: Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? Direct or indirect involvement in the preparation of this procurement procedure: Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition? Guilty of grave professional misconduct: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. Early termination, damages or other comparable sanctions: Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions? Breaching of obligations in the fields of social law: Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Payment of social security contributions: Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in? Business activities are suspended: Has the tenderer's business conduct been stopped? Payment of taxes: Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in? Terrorist offences or offences linked to terrorist activities: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision. 5. Lot 5.1. Lot: LOT-0000 Title: Doctors' vicarages – framework agreement Description: Sørreisa municipality shall enter into a 2 year framework agreement with an option for 1+1 year extension for the hire of doctors. The contracting authority shall choose 2-3 tenderers. The chosen tenderer shall have experience from similar assignments. See the requirement specifications chapter 4 for further information on the extent. The service must be provided by 01.11.24. End date 31.10.26, with an option for 1+1 year extension. Internal identifier: 24/5 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79625000 Supply services of medical personnel Additional classification (cpv): 79600000 Recruitment services, 79620000 Supply services of personnel including temporary staff Options: Description of the options: Extension with an option for 1+1 year extension. 5.1.2. Place of performance Postal address: Storveien 20 Town: Sørreisa Postcode: 9310 Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway 5.1.3. Estimated duration Start date: 01/11/2024 Duration end date: 31/10/2026 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Extension with an option for 1+1 year extension. 5.1.5. Value Estimated value excluding VAT: 16 000 000,00 NOK Maximum value of the framework agreement: 16 000 000,00 NOK 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate to each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, this is to be stated for each: Use of this criterion: Used Criterion: Type: Other Name: Fulfils all the stated qualification requirements. Description: The tenderer fulfils the stated qualification requirements. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register Description: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Description: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Authorisations from a specific organisation required Description: Is it necessary to have specific authorisation from a particular organisation in order to provide the service in the tenderer ́s home country? Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Membership in a particular organisation required Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country? Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Control Permission Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine. Description: Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs with testimonials. Description: When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: When procuring goods: Certificates issued by official bodies for quality control Description: Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these? Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Certificates issued by independent bodies for quality assurance standards. Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Certificates issued by independent bodies for environmental management standards. Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: Including wages for doctors, mediation fees and other expenses connected to the assignment. The communication fee shall cover all expenses that the tenderer has in connection with the delivery of doctors, including, but not limited to: stay, travel, administration expenses, extra payroll expenses, courses, training, taxes and fees, tolls, invoice fees etc. In addition the fee shall cover the tenderer's profits. The weekly price for a temporary staff is defined as a weekly salary for temporary staff + social expenses + mediation fee (Weekly rate = weekly salary + social costs (pension/employment) + mediation fee). The price shall, unless otherwise specified, be stated in Norwegian kroner (NOK) and exclusive VAT. Nb that moves in the temporary staff ́s weekly wages are not accepted in relation to expenses that the tenderer has in connection with training of temporary staff who shall carry out assignments for Sørreisa municipality. The working hours are valid from meet at the agreed work place. 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Deadline for requesting additional information: 09/10/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=30700 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=30700&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Deadline for receipt of tenders: 01/11/2024 11:00:58 (UTC) Deadline until which the tender must remain valid: 124 Days Information about public opening: Opening date: 01/11/2024 11:01:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: Not yet known Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Nord-Troms og Senja tingrett 8. Organisations 8.1. ORG-0001 Official name: Sørreisa kommune Registration number: 940755603 Department: Økonomisjef Postal address: Storveien 20 Town: Sørreisa Postcode: 9310 Country: Norway Contact point: Ida Winje Email: ida.winje@sorreisa.kommune.no Telephone: +47 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Nord-Troms og Senja tingrett Registration number: 926 723 022 Postal address: Postboks 2510 Town: Tromsø Postcode: 9270 Country subdivision (NUTS): Troms og Finnmark (NO074) Country: Norway Email: tntspost@domstol.no Telephone: 77 60 34 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/nord-troms-og-senja-tingrett/ Roles of this organisation: Review organisation 10. Change Version of the previous notice to be changed: c8486663-562d-4975-85dd-ad5ca571ae66-01 10.1. Change Section identifier: LOT-0000 Description of changes: The deadline for submitting tenders has been changed to 01.11.24,00, 12:00, due to several questions being answered at a late date. So that tenderers shall have sufficient time either to correct the submitted tenders or to submit their tender based on new information that came from the answers to the questions. The procurement documents were changed on: 15/10/2024 11. Notice information 11.1. Notice information Notice identifier/version: 88b74add-54a4-457f-80cf-437a887718b4 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 15/10/2024 13:54:16 (UTC) Notice dispatch date (eSender): 15/10/2024 13:54:22 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 629786-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/629786-2024/pdf Danish document download: https://ted.europa.eu/da/notice/629786-2024/pdf German document download: https://ted.europa.eu/de/notice/629786-2024/pdf Greek document download: https://ted.europa.eu/el/notice/629786-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/629786-2024/pdf English document download: https://ted.europa.eu/en/notice/629786-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/629786-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/629786-2024/pdf French document download: https://ted.europa.eu/fr/notice/629786-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/629786-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/629786-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/629786-2024/pdf Italian document download: https://ted.europa.eu/it/notice/629786-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/629786-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/629786-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/629786-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/629786-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/629786-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/629786-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/629786-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/629786-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/629786-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/629786-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/629786-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Copper Religious Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Medical Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Medical Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Lead Training, workout or aerobic services Photographs Research, testing and scientific technical simulator Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Forms Vats Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Radio, television, communication, telecommunication and related equipment Postal orders Electronic, electromechanical and electrotechnical supplies Designs Control, safety or signalling equipment for airports Dates
UNSPSC
Nuts Awards Business cases Environmental management Inspection Quality control Co financing Employment Case making services Securities E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Clinical laboratory and toxicology testing systems, components, and supplies Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Supply Services Travel and Tourism Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert