Procurement of Temporary Health Services

The Joint Procurement Office (FIK), hereafter called the contracting authority, invites tenderers to an open tender competition for health temporary services for Frogn, Nesodden, Vestby, Ås and Nordre Follo municipalities. The Joint Procurement Office (FIK), hereafter called the contracting authority, invites tenderers to an open tender competition for health temporary …

CPV: 79620000 Personāla, tostarp pagaidu personāla, nodrošināšanas pakalpojumi, 79624000 Aprūpes personāla nodrošināšana, 79625000 Medicīniskā personāla nodrošināšana
Termiņš:
2025. gada 16. jūnijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Procurement of Temporary Health Services
Piešķīrēja iestāde:
VESTBY KOMMUNE
Piešķīruma numurs:
25/00370

1. Buyer

1.1 Buyer

Official name : VESTBY KOMMUNE
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Ås kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nesodden kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Frogn kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nordre Follo kommune
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 : Procurement of Temporary Health Services
Description : The Joint Procurement Office (FIK), hereafter called the contracting authority, invites tenderers to an open tender competition for health temporary services for Frogn, Nesodden, Vestby, Ås and Nordre Follo municipalities.
Procedure identifier : f6e59fa2-ba42-4277-b581-2a7ed4b01af3
Internal identifier : 25/00370
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The aim of the procurement is to ensure that the municipalities have access to qualified external temporary staff for health personnel in the event of an extraordinary temporary need. The intention of the competition is to cover the need for health personnel who cannot be covered by their own employees in the event of non-planned leave (e.g. sickness) and planned leave (e.g. staff holidays or vacant positions). Historically, the need for authorised nurses has been greatest, but there will also be a need for special nurses, mental health nurses, health workers and nursing assistants. Select. This agreement does not include doctors. The contracting authority intends to enter into a framework agreement with up to ten (10) tenderers for this contract.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79624000 Supply services of nursing personnel
Additional 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 : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 125 000 000 Norwegian krone
Maximum value of the framework agreement : 125 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

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 : Procurement of Temporary Health Services
Description : The Joint Procurement Office (FIK), hereafter called the contracting authority, invites tenderers to an open tender competition for health temporary services for Frogn, Nesodden, Vestby, Ås and Nordre Follo municipalities.
Internal identifier : 25/00370

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79624000 Supply services of nursing personnel
Additional classification ( cpv ): 79620000 Supply services of personnel including temporary staff
Additional classification ( cpv ): 79625000 Supply services of medical personnel
Options :
Description of the options : 1+1

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 30/09/2029

5.1.5 Value

Estimated value excluding VAT : 125 000 000 Norwegian krone
Maximum value of the framework agreement : 125 000 000 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) : no

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.
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: The company shall be certified in accordance with the Norwegian Labour Inspection Authority ́s requirements for staffing companies and it shall be registered in the Norwegian Labour Inspection Authority ́s register as a certified staffing company. Documentation requirement: Tenderers are asked, together with their tender, to enclose documentation that the tenderer is registered in the Norwegian Labour Inspection Authority ́s registration and registration scheme for a temporary staffing company.
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: Tenderers are required to have a credit rating equivalent to minimum B - Moderate risk from Proff Forvalt. Documentation requirement: If the tenderer is registered with a credit rating in Proff Forvalt, the contracting authority will use this to assess fulfilment of the requirement. Norwegian tenderers who are registered in Proff Forvalt shall therefore not submit documentation of this. The contracting authority reserves the right to require/gather further information in order to verify whether the tenderer fulfils the requirement. If a tenderer chooses to use a parent company to fulfil the requirement, a parent company guarantee must be enclosed. The contracting authority will then use Proff Forvalt to assess the parent company's credit rating. If the Tenderer has a justifiable reason (e.g. newly started company or sole proprietorships) for not submitting the documentation required by the Contracting Authority, he can document his economic and financial capacity with any other document that the Contracting Authority deems suitable.
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 Tenderers shall have a quality assurance system suitable for the delivery ́s complexity, risk and aims. Documentation requirement: A description of the tenderer ́s quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate. An account shall also be enclosed (up to 400 words) on how the quality assurance system safeguards handling deviations, compliance with working hours regulations and routines for checking authorisations.

5.1.11 Procurement documents

Deadline for requesting additional information : 04/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256685210.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
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 5 Month
Information about public opening :
Opening date : 16/06/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett -
Organisation providing more information on the review procedures : VESTBY KOMMUNE -

8. Organisations

8.1 ORG-0001

Official name : VESTBY KOMMUNE
Registration number : 943485437
Postal address : Rådhusgata 1
Town : VESTBY
Postcode : 1540
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Oda Marianne Sægrov
Telephone : 64980100
Roles of this organisation :
Buyer
Group leader
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Ås kommune
Registration number : 964948798
Postal address : Postboks 195
Town : Ås
Postcode : 1431
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 64962000
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Nesodden kommune
Registration number : 944 383 565
Postal address : Postboks 123
Town : Nesoddtangen
Postcode : 1451
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66964300
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Frogn kommune
Registration number : 963 999 089
Postal address : Postboks 10
Town : Drøbak
Postcode : 1441
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 64906000
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Nordre Follo kommune
Registration number : 922 092 648
Postal address : Postboks 3010
Town : Ski
Postcode : 1402
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 02178
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Follo og Nordre Østfold tingrett
Registration number : 926 725 920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 64003000
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : ce32e6e4-b4e9-4b6a-aecb-c3418b848cbb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/05/2025 10:50 +00:00
Notice dispatch date (eSender) : 12/05/2025 10:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00307242-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025