The purchase of temporary staff services - doctors

Oslo municipality, c/o the Agency for Improvement and Development, the Department for Purchasing Services, invites tenderers to an open tender contest for a framework agreement for temporary staff services - doctors. The cooperative purchasing agreement shall cover the need for doctors for municipal entities, primarily the Nursing Home Agency and …

CPV: 79620000 Zabezpečování personálu včetně personálu na dobu určitou, 79625000 Zajišťování zdravotního personálu
Termín:
30. června 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
The purchase of temporary staff services - doctors
Misto zadání:
Oslo kommune v/ Utviklings- og kompetanseetaten
Číslo zakázky:
25/616

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
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 : The purchase of temporary staff services - doctors
Description : Oslo municipality, c/o the Agency for Improvement and Development, the Department for Purchasing Services, invites tenderers to an open tender contest for a framework agreement for temporary staff services - doctors. The cooperative purchasing agreement shall cover the need for doctors for municipal entities, primarily the Nursing Home Agency and the Health Agency. The objective of the procurement is to ensure access to qualified personnel for absences, holidays and extraordinary situations where it is necessary to enter with more resources than the municipality itself can at the relevant time.
Procedure identifier : ba2332b5-9154-42b5-aee5-44d1b307f273
Internal identifier : 25/616
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The competition will be held in accordance with the Act from 17 June 2016 no. 73 on public procurements. (LOA) and the public procurement regulations dated 12 August 2016 no. 974 (FOA) parts I and III, as well as the provisions given in this tender documentation. The competition will be held as an open tender contest. All interested tenderers can submit tenders for this type of procedure. Negotiations are not allowed.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79620000 Supply services of personnel including temporary staff
Additional classification ( cpv ): 79625000 Supply services of medical personnel

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 52 000 000 Norwegian krone
Maximum value of the framework agreement : 78 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
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? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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 : Are tenderers 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?
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 set under purely national exclusion grounds : Approved procedures for staffing conditions Does 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, approved procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Serious errors that cause doubt about his professional integrity Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
Breaching obligation relating to 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?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : 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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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 made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : The purchase of temporary staff services - doctors
Description : Oslo municipality, c/o the Agency for Improvement and Development, the Department for Purchasing Services, invites tenderers to an open tender contest for a framework agreement for temporary staff services - doctors. The cooperative purchasing agreement shall cover the need for doctors for municipal entities, primarily the Nursing Home Agency and the Health Agency. The objective of the procurement is to ensure access to qualified personnel for absences, holidays and extraordinary situations where it is necessary to enter with more resources than the municipality itself can at the relevant time.
Internal identifier : 25/616

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79620000 Supply services of personnel including temporary staff
Additional classification ( cpv ): 79625000 Supply services of medical personnel

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/10/2025
Duration end date : 30/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has an option to extend the contract for up to 1+1 years on unchanged terms.

5.1.5 Value

Estimated value excluding VAT : 52 000 000 Norwegian krone
Maximum value of the framework agreement : 78 000 000 Norwegian krone

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) : yes
Information about previous notices :
Identifier of the previous notice : 206018-2025

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Requirement: The tenderer shall be a legally established company. Documentation requirement: - Norwegian companies: Company Registration Certificate. - Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Requirement: Tenderers shall be a certified manpower company in accordance with the regulations on public approval by the staffing company dated 4 June 2008 no. 541, ink. Changes. This requirement also applies for any other manpower companies that are used as sub-suppliers. Documentation requirement: Documentation that the tenderer is listed. as approved by the Norwegian Labour Inspection Authority ́s overview of certified manpower companies. Documentation can be a print-out from the register for manpower companies or a copy of the notification to the Norwegian Labour Inspection Authority, including documentation that the registration requirement is fulfilled. Such a printout shall also be delivered for any other manpower companies that are used as sub-suppliers and who contribute to fulfilling the contract.
Criterion : Other economic or financial requirements
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: The company's last Annual Financial Statement including notes, the Board's Annual Reports and Audit Reports, including new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Criterion : References on specified services
Description : Requirement: The tenderer shall have good experience from equivalent assignments. Documentation requirement: A short description of the most important deliveries in the last three years, including information on the name and gender neutral preferred of the contracting authority, the contract ́s value, date of delivery and number of hours delivered in the stated deliveries. Tenderers shall fill in Annex 4 - Experience Response Form.
Criterion : Measures for ensuring quality
Description : Requirement: Tenderers shall have a relevant quality assurance system for. content of the contract. Documentation requirement: A description of the tenderer's quality assurance system. This can possibly be documented by a presented certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Mark-up percentage
Description : The basis for the price evaluation is the mark-up percentage for the evaluation as stated in Annex 3 - price form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Assignment comprehension
Description : The award criteria "Assignment Comprehension" will be evaluated based on a judgemental overall assessment of the tenderer ́s solution description, as described in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority estimates that the procurement of temporary staff services will have an immaterial climate footprint and an immaterial environmental impact. The procurement concerns efforts by human resources who shall carry out assignments, and the nature of the procurement is a business service - recruitment service. Business service is a procurement that, in its nature, has a climate footprint and an environmental impact that is immaterial. Any climate footprint and environmental impact associated with this the procurement is beyond what can be seen as the nature of the procurement. The contracting authority will, based on the above, use the exclusion provisions in the procurement regulations § 7-9 fifth paragraph.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 30/06/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing more information on the review procedures : Oslo Tingrett -
Organisation receiving requests to participate : Oslo kommune v/ Utviklings- og kompetanseetaten -
Organisation processing tenders : Oslo kommune v/ Utviklings- og kompetanseetaten -

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Registration number : 971183675
Department : Innkjøpstjenester
Postal address : Grensesvingen 6
Town : Oslo
Postcode : 0663
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Milena Zikic
Telephone : +47 21802180
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : f5a3443b-45b8-4625-a3d8-2db528577879 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 10:40 +00:00
Notice dispatch date (eSender) : 26/05/2025 11:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00341864-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025