Doctors, framework agreements

The competition is for the delivery of Doctors' Vicars, framework agreement. The procurement ́s value is estimated to: NOK 6,000,000 excluding VAT per annum. The maximum value for the entire contract period, including any options and expected price rise: NOK 35,000,000 excluding VAT. The need is uncertain. The volume can …

CPV: 79000000 Servizi per le imprese: servizi giuridici, di marketing, di consulenza, di reclutamento, di stampa e di sicurezza, 79600000 Servizi di assunzione, 79625000 Servizi di fornitura di personale medico
Scadenza:
Mercoledì 04 Giugno 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Doctors, framework agreements
Ente di assegnazione:
Voss kommune
Numero di premio:
25114

1. Buyer

1.1 Buyer

Official name : Voss kommune

2. Procedure

2.1 Procedure

Title : Doctors, framework agreements
Description : The competition is for the delivery of Doctors' Vicars, framework agreement.  The procurement ́s value is estimated to: NOK 6,000,000 excluding VAT per annum. The maximum value for the entire contract period, including any options and expected price rise: NOK 35,000,000 excluding VAT. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. See the procurement documents for further information. This procurement is considered to have an immaterial impact on climate and environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor.
Procedure identifier : 38bde878-ed18-4843-8b45-1579e1370e99
Internal identifier : 25114
Type of procedure : Other single stage procedure
Main features of the procedure : The competition will be held in accordance with the Public Procurement Act from 17 June 2016 no. 73 (LOA), with the accompanying regulations of 12 August 2016 no. 974 (FOA), as well as the provisions in this tender documentation. The competition will be held as an open tender competition in accordance with parts I and II of the regulations. All interested tenderers can submit tenders for this type of procedure. The contracting authority plans to award the contract without having a dialogue with the tenderers beyond making any clarifications/corrections. Dialogue through negotiations can, however, be carried out if the contracting authority, after the tenders have been received, considers it appropriate. If the contracting authority chooses to negotiate, the first selection will be made after an assessment of the award criteria stated in point 2, with the weighting stated there. Emphasis is put on the fact that no tenderers can expect a dialogue on their tender and must, therefore, submit their best tender within the tender deadline. The procurement is announced in the DOFFIN database.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79625000 Supply services of medical personnel

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Breaching obligation relating to payment of taxes : Tenderers shall have their tax and VAT payments in order. Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Doctors, framework agreements
Description : The competition is for the delivery of Doctors' Vicars, framework agreement.  The procurement ́s value is estimated to: NOK 6,000,000 excluding VAT per annum. The maximum value for the entire contract period, including any options and expected price rise: NOK 35,000,000 excluding VAT. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. See the procurement documents for further information. This procurement is considered to have an immaterial impact on climate and environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor.
Internal identifier : 25114

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79625000 Supply services of medical personnel

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 30/06/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Other economic or financial requirements
Description : Certificates for tax and VAT. Tenderers shall have their tax and VAT payments in order. Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old.
Criterion : Other economic or financial requirements
Description : Other economic and financial requirements: Economic and financial position. Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required. Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt ( www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.

5.1.11 Procurement documents

Deadline for requesting additional information : 25/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=56560

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 04/06/2025 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

5.1.15 Techniques

Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett -

8. Organisations

8.1 ORG-0001

Official name : Voss kommune
Registration number : 960510542
Department : Innkjøp
Postal address : Uttrågt 9
Town : Voss
Postcode : 5701
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Karl Petter Kristiansen
Telephone : 56519400
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : aa51a0ae-1d8d-470b-9cf2-d27cbd96d75d - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 30/04/2025 06:14 +00:00
Notice dispatch date (eSender) : 30/04/2025 06:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00281344-2025
OJ S issue number : 85/2025
Publication date : 02/05/2025