Health and welfare services, individual users

Birkenes municipality needs to procure health services for a child living in the municipality, hereafter called the user. The service includes nurses for vigilant night shifts, every day of the year. The decision comprises 9 hours per night and the wanted working hours from 22:30-07:30. The child is under preschool …

CPV: 85000000 Health and social work services, 75122000 Administrative healthcare services, 85141000 Services provided by medical personnel, 85323000 Community health services
Place of execution:
Health and welfare services, individual users
Awarding body:
Birkenes kommune
Award number:
Birkenes 11890

1. Buyer

1.1 Buyer

Official name : Birkenes kommune

2. Procedure

2.1 Procedure

Title : Health and welfare services, individual users
Description : Birkenes municipality needs to procure health services for a child living in the municipality, hereafter called the user. The service includes nurses for vigilant night shifts, every day of the year. The decision comprises 9 hours per night and the wanted working hours from 22:30-07:30. The child is under preschool age and lives with his family in a village that is approx. 30-40 minutes by car from Evje, approx. 60 min from Kristiansand. The child needs some nursing and nursing assistance at night, needs to ensure that the child does not remove medical equipment, as well as provide, among other things, parenteral pain medications and nutrition. In periods, when the child has infection or other particular challenges, it has been admitted to Sørlandet hospital Arendal for up to 1 month per time. In order to create safe frames for the child, there is a desire for the nurse to assist the child at night when it is admitted. Thus there will be periods with another place of work. There is an option to sleep in the hospital before or after the shift in these periods. See the other annex 4 for further information on working hours and compensation. The contract will start 16.03.2026. Further information on the procurement and the user ́s needs will be given to the tenderers who are selected to submit a tender. Emphasis is put on the fact that the procurement includes complete responsibility for operation of health services. Temporary staff agency services shall not be procured.
Procedure identifier : 6c758ea1-6e6e-4aa7-9c46-4344bd044708
Internal identifier : Birkenes 11890
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : The procurement will be made in accordance with the current Law 17 June 2016 no. 73 on public procurements (LOA) and the regulations 12 August 2016 no. 974 on public procurements (FOA) parts I and IV. The procurement will be carried out in two stages. The first stage is a qualification phase, where all interested tenderers can apply for qualification. If there are more than three tenderers who fulfil the competition ́s qualification requirements, the selection criteria will be used to select the 3 tenderers who are invited to participate in the tender phase. When an invitation to the tender phase is sent out, further information on the need will be sent out. Due to the user, this information will only be given to the selected tenderers who are invited to step 2. The contracting authority plans to hold a dialogue through negotiations with one or several of the tenderers who are invited to submit a tender in the competition. The negotiations can apply to all sides of the tenders and to assist suppliers in submitting the best possible tender set against the contracting authority ́s needs. Negotiations will not be carried out if the contracting authority, after the tenders have been received, considers that negotiations are not appropriate. Dialogue in the form of corrections/clarifications will be carried out if needed.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85000000 Health and social work services
Additional classification ( cpv ): 75122000 Administrative healthcare services
Additional classification ( cpv ): 85141000 Services provided by medical personnel
Additional classification ( cpv ): 85323000 Community health services

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone

2.1.4 General information

Additional information : Climate and environmental considerations in public procurements The contract includes health services that are primarily carried out in the user's home. The procurement has, in its nature, a climate footprint and an environmental impact that is immaterial. The contracting authority will, therefore, use the exclusion provisions in accordance with the procurement regulations § 7-9 (5).
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 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 : Health and welfare services, individual users
Description : Birkenes municipality needs to procure health services for a child living in the municipality, hereafter called the user. The service includes nurses for vigilant night shifts, every day of the year. The decision comprises 9 hours per night and the wanted working hours from 22:30-07:30. The child is under preschool age and lives with his family in a village that is approx. 30-40 minutes by car from Evje, approx. 60 min from Kristiansand. The child needs some nursing and nursing assistance at night, needs to ensure that the child does not remove medical equipment, as well as provide, among other things, parenteral pain medications and nutrition. In periods, when the child has infection or other particular challenges, it has been admitted to Sørlandet hospital Arendal for up to 1 month per time. In order to create safe frames for the child, there is a desire for the nurse to assist the child at night when it is admitted. Thus there will be periods with another place of work. There is an option to sleep in the hospital before or after the shift in these periods. See the other annex 4 for further information on working hours and compensation. The contract will start 16.03.2026. Further information on the procurement and the user ́s needs will be given to the tenderers who are selected to submit a tender. Emphasis is put on the fact that the procurement includes complete responsibility for operation of health services. Temporary staff agency services shall not be procured.
Internal identifier : Birkenes 11890

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85000000 Health and social work services
Additional classification ( cpv ): 75122000 Administrative healthcare services
Additional classification ( cpv ): 85141000 Services provided by medical personnel
Additional classification ( cpv ): 85323000 Community health services
Options :
Description of the options : The agreement is an ongoing service contract with a remaining right to terminate the agreement with 6 months notice, if there is a justifiable reason.

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : Climate and environmental considerations in public procurements The contract includes health services that are primarily carried out in the user's home. The procurement has, in its nature, a climate footprint and an environmental impact that is immaterial. The contracting authority will, therefore, use the exclusion provisions in accordance with the procurement regulations § 7-9 (5).

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price Under this criteria, the contracting authority will assess the sum of the following requested unit prices, cf. Annex 4, multiplied by an annual estimated amount: • Ordinary hourly wage nurse • Natal supplementary nurse • Weekend supplement nurse • Administration cost per month The following figures are used for evaluation purposes: • Ordinary nursing hours: 3,285 hours • Evening/night supplements: 2,737 hours • Weekend supplement: 936 hours • Administration cost: 12 months Documentation: Completed annex 4 price and payment terms. All requested prices shall be completed.
Category of award threshold criterion : Order of importance
Award criterion number : 1
Criterion :
Type : Quality
Description : Assignment System Under this criteria, a review will be given on how the tenderer will solve the assignment so that the child's and family ́s needs are taken care of, as regards: 1. Interaction (some weight is to be weighted) 2. Stability and predictability It is important for the user and family that the assistance is provided by permanent and stable personnel, who can communicate in good Norwegian with both children and relatives, and who have knowledge of and understanding of Norwegian culture as well as interaction with small children. Relatives' contribution is very important. The offered nurses should have high competence/experience with interaction with small children, and they should be able to handle different situations connected to the child ́s challenges, cf. the description of the child ́s needs in annex 1A (to be sent out in phase 2). It should be set up for a rota that supports the child and the family's needs. Tenderers ought to have implemented good routines and measures that can contribute to the stability of their own employees, so that the turnover/replacement of personnel at the user is as low as possible in the contract period. Measures and routines must be concrete and binding in order to obtain a pay-off. Tenderers can advantageously use relevant examples to describe concrete measures. NB! A count will not be given out for only describing initiatives that are based on the contracting authority ́s minimum requirements, c.f. Annex 1 Performance ́s specifications. Documentation: The tenderer ́s solution description, of up to 3 A4 pages, font size minimum 10. Combined for both points. Any pictures, links and annexes will not be considered. If the response is more than 3 A4 pages, only the first three pages will be considered.
Category of award threshold criterion : Order of importance
Award criterion number : 2
Justification for not indicating the weighting of the award criteria : The award criteria are in prioritised order. Further weighting has not been decided.

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 expressions of interest : 26/09/2025 10:00 +00:00
Deadline for receipt of requests to participate : 26/09/2025 10:00 +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 : yes
Electronic payment will be used : yes

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Organisation receiving requests to participate : Birkenes kommune
Organisation processing tenders : Birkenes kommune

8. Organisations

8.1 ORG-0001

Official name : Birkenes kommune
Registration number : 974613093
Postal address : Smedens Kjerr 30
Town : Birkeland
Postcode : 4795
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Gry Loftesnes
Telephone : 47396115
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926723480
Department : Kristiansand
Town : Kristiansand
Postcode : 4614
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : c5770e55-bc15-48b0-9696-a7564bceab03 - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 28/08/2025 11:16 +00:00
Notice dispatch date (eSender) : 28/08/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00565933-2025
OJ S issue number : 165/2025
Publication date : 29/08/2025