A joint framework agreement for company health services for Norsk helsenett SF and helseforvaltningen

Norsk helsenett SF and 11 entities in health management need to enter into a joint framework agreement for company health services. The supplier of company health services shall assist the operations in safeguarding their employees ́ health, environment and safety through systematic HSE work. Furthermore, the tenderer shall contribute to …

CPV: 85147000 Servizi sanitari nelle imprese, 85100000 Servizi sanitari, 85140000 Vari servizi sanitari
Scadenza:
Venerdì 10 Ottobre 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
A joint framework agreement for company health services for Norsk helsenett SF and helseforvaltningen
Ente di assegnazione:
Norsk Helsenett SF
Numero di premio:
25/01292

1. Buyer

1.1 Buyer

Official name : Norsk Helsenett SF

2. Procedure

2.1 Procedure

Title : A joint framework agreement for company health services for Norsk helsenett SF and helseforvaltningen
Description : Norsk helsenett SF and 11 entities in health management need to enter into a joint framework agreement for company health services. The supplier of company health services shall assist the operations in safeguarding their employees ́ health, environment and safety through systematic HSE work. Furthermore, the tenderer shall contribute to promoting a health promoting working environment and shall, in cooperation with the entities, develop a customised system that takes into account the entities ́needs and risk factors. The entities have offices nationwide and it is therefore important that the tenderer can provide the company health service for Norge.Se further description of the need in Annex 1 the Contracting Authority ́s requirement specifications.
Procedure identifier : 20f4eb07-dc54-439c-a442-2e10d3702a7b
Internal identifier : 25/01292
Type of procedure : Open
Main features of the procedure : The framework agreement is for the Norwegian Health Network SF and the following entities in health management: The Norwegian Institute of Public Health The patient and user ombudsman (associated with the department to the Norwegian Directorate of Health) HelfoNorsk health network SFNorsk patient injury compensation, National complaints body for the health service, the Directorate of Medical Products, the Directorate of Radiation Protection and Nuclear Safety, the Biotechnology Council ́s Health Inspectorate, TheState ́s Survey Commission for Health and Care ServicesFor further information on. entities, see Annex 1 - Contract customers and locations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85147000 Company health services
Additional classification ( cpv ): 85100000 Health services
Additional classification ( cpv ): 85140000 Miscellaneous health services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The tenderer shall provide the company health service for the entire Norway. See Annex 1 - Contract Customers and Locations for further information on the entities and locations.

2.1.3 Value

Estimated value excluding VAT : 13 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 74 (LOA) and the public procurement regulations dated 12 August 2016 no. 974 (FOA), part I and part IV Health and social services. See the tender documentation for further details.

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 : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : A joint framework agreement for company health services for Norsk helsenett SF and helseforvaltningen
Description : Norsk helsenett SF and 11 entities in health management need to enter into a joint framework agreement for company health services. The supplier of company health services shall assist the operations in safeguarding their employees ́ health, environment and safety through systematic HSE work. Furthermore, the tenderer shall contribute to promoting a health promoting working environment and shall, in cooperation with the entities, develop a customised system that takes into account the entities ́needs and risk factors. The entities have offices nationwide and it is therefore important that the tenderer can provide the company health service for Norge.Se further description of the need in Annex 1 the Contracting Authority ́s requirement specifications.
Internal identifier : 25/01292

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85147000 Company health services
Additional classification ( cpv ): 85100000 Health services
Additional classification ( cpv ): 85140000 Miscellaneous health services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The tenderer shall provide the company health service for the entire Norway. See Annex 1 - Contract Customers and Locations for further information on the entities and locations.

5.1.3 Estimated duration

Start date : 01/02/2026
Duration end date : 31/01/2030

5.1.5 Value

Estimated value excluding VAT : 13 000 000 Norwegian krone
Maximum value of the framework agreement : 13 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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. Minimum qualification requirements REQUIREMENT 1: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. DOCUMENTATION REQUIREMENT: Norwegian companies: Company Registration Certificate. Must not be older than 1 year calculated from the tender deadline. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? Minimum qualification requirements REQUIREMENT 2: The tenderer and any cooperating companies shall be certified by the Norwegian Labour Inspection Authority as a provider of company health services, cf. the current law and regulations. DOCUMENTATION REQUIREMENT: Documentation of certification from the Norwegian Labour Inspection Authority.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements REQUIREMENT 3: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. DOCUMENTATION REQUIREMENT: The requirement shall be documented by a credit rating based on the last known accounting figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If the tenderer has a justifiable reason for not submitting the documentation that the Contracting Authority has required, the Tenderer can document its economic and financial capacity by presenting any other document that the Contracting Authority deems suitable. If a tenderer will use another company's capacity to fulfil the economic and financial position requirement, documentation shall also be submitted, as stated above, in addition to a signed commitment statement, which explicitly states that the company jointly guarantees the execution of the contract.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements REQUIREMENT 4: Tenderers shall have experience from comparable contracts. DOCUMENTATION REQUIREMENT: Documentation of the most important deliveries in the last three years that are relevant and comparable for this procurement. The documentation shall state for each delivery: 1) The customer ́s name and contact information, 2) Comprehensive description of the assignment, including scope, value and length, as well as executing resources, 3) Brief description of why the tenderer considers the reference relevant for the present procurement, 4) Information on whether, and possibly to what degree, the delivery is carried out in cooperation with or by cooperating companies.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements REQUIREMENT 5: Tenderers shall have sufficient capacity for nationwide deliveries. DOCUMENTATION REQUIREMENT: The tenderer's organisational and technical capacity shall be documented with the following information: 1) Overview of the tenderer's organisation/organisation of relevant performance of the contract and 2) Description of the resources that the tenderer can use for fulfilment of the contract. If the tenderer will use other companies ́ capacity to fulfil the requirement, a signed commitment statement from the relevant sub-contractor(s) shall be submitted, cf. Annex 6, with a statement of what competence/experience the sub-contractor(s) are obliged to provide. There shall be a specification of which resources (number of persons as well as a statement of relevant competence/experience) belong to the Tenderer and which belong to other companies.
Criterion : Certificates by independent bodies about 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? Minimum qualification requirements REQUIREMENT 6: Tenderers shall have established satisfactory systems for quality assurance. DOCUMENTATION REQUIREMENT: Description of the tenderer's quality management system or a copy of a quality assurance certificate (ISO 9001or equivalent) issued by an accredited certification body. The requirement must be met by both the Tenderer and any cooperating companies.
Criterion : Certificates by independent bodies about environmental management systems or 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? Minimum qualification requirements REQUIREMENT 7: Tenderers shall have established satisfactory systems for environmental management. DOCUMENTATION REQUIREMENT: Description of the tenderer's environmental management system or copy of an environmental management certificate (EMAS, ISO 14001, Miljøfyrtårn or equivalent) issued by an accredited certification body. The requirement must be met by both the Tenderer and any cooperating companies.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : - Plan for implementation of the service, weighting 50 % - Service quality, weight 50 % See the tender documentation for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name : Annual total price
Description : - Table A (hourly rates, health checks, occupational vaccination and courses), weight 80 % - Table B (24 hour stand-by/crisis service), weighting 20 % See the tender documentation for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264375510.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 10/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 95 Day
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Trøndelag Tingrett
Organisation providing additional information about the procurement procedure : Norsk Helsenett SF
Organisation providing offline access to the procurement documents : Norsk Helsenett SF

8. Organisations

8.1 ORG-0001

Official name : Norsk Helsenett SF
Registration number : 994598759
Postal address : Abels gate 9
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Avdeling anskaffelser
Telephone : +47 24 20 00 00
Internet address : http://www.nhn.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926 722 794
Town : Trondheim
Postcode : 7013
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : +47 73 54 24 00
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : bd774af6-b970-41b9-9d66-a1e020f552f4 - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 05/09/2025 06:29 +00:00
Notice dispatch date (eSender) : 05/09/2025 06:55 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00582427-2025
OJ S issue number : 171/2025
Publication date : 08/09/2025