Parallel framework agreement for the provision of home care and support services.

The contracting authority needs to procure a parallel framework agreement with up to four (4) tenderers for hourly based health and care services, provided that there are four (4) suitable tenderers and tenders. The service is pursed in the Act 24 June 2011 no. 30 on municipal health and welfare …

CPV: 85312400 Storitve varstva, ki se ne opravljajo v domovih, 85000000 Storitve na področju zdravstva in socialnega varstva, 85140000 Razne zdravstvene storitve, 85323000 Zdravstvene storitve za družbeno skupnost
Rok:
23. maj 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Parallel framework agreement for the provision of home care and support services.
Organ za podeljevanje:
Sandnes kommune
Številka dodelitve:
25/01934

1. Buyer

1.1 Buyer

Official name : Sandnes kommune

2. Procedure

2.1 Procedure

Title : Parallel framework agreement for the provision of home care and support services.
Description : The contracting authority needs to procure a parallel framework agreement with up to four (4) tenderers for hourly based health and care services, provided that there are four (4) suitable tenderers and tenders. The service is pursed in the Act 24 June 2011 no. 30 on municipal health and welfare services; • § 3-6 no. 2 respite measures • § 3-2 no. 6 a. health service in the home b. personal assistance, including practical assistance and training and support contact With health and care services, inspections are aimed at night for children and adults who, due to health reasons or different types of disabilities, have a legitimate need for this. The contracting authority reserves the right to extend the contract for inspection offers on days and evenings. Decisions on assignments (call-offs) will be made by Sandnes kommune, c/o the Coordination Unit. The specific need will be in the call-off, for example, whether there is a need for waking or resting night shifts, the shift ́s length and so on. The services are awarded by user choice pursuant to PPR § 30-1 (4). If the user does not want to make a selection, the contracting authority will ask tenderers after ranking from the contract award in this competition. If the tenderer ranked as number 1 does not have the capacity, opportunity or for other reasons is unsuitable to receive the user, the contracting authority will contact the next supplier on the list, and so on. If other considerations are strongly prevailing, for example response time, geographical distance, the user's concrete needs etc., the contracting authority reserves the right to freely choose the tenderer when awarding. It is expected that the measure can be initiated within a reasonable time. A reasonable time is expected to be 1 month after it has been clarified between the parties that the tenderer shall provide services on behalf of the municipality, depending on the type of assignment. Tenderers must reckon on earlier start-up in urgent cases.
Procedure identifier : 099de527-883b-45f4-af7e-bced8ce145c6
Internal identifier : 25/01934
Type of procedure : Open
Main features of the procedure : The procurement shall be made in accordance with the Public Procurement Act dated 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974. Parts II and IV of the regulations apply for this procurement, the procurement of health and social services. The competition is based on an open tender contest, cf. the Public Procurement Regulations § 8-3. 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. The selection will, in such cases, be made after an assessment of the award criteria. Emphasis is put on the fact that no tenderers can expect a dialogue on their tender and must, thus, submit their best tender. Furthermore, attention is agreed that tenders that include significant deviations from the competition documents shall be rejected in accordance with the Public Procurement Regulations § 9-6 (1) b). The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. the Public Procurement Regulations § 9-6 (2) cf. § 24-8 (2). Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly to question uncertainties through EU Supply to the contracting authority's gender neutral preferred.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85312400 Welfare services not delivered through residential institutions
Additional classification ( cpv ): 85000000 Health and social work services
Additional classification ( cpv ): 85140000 Miscellaneous health services
Additional classification ( cpv ): 85323000 Community health services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )

2.1.3 Value

Estimated value excluding VAT : 34 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Parallel framework agreement for the provision of home care and support services.
Description : The contracting authority needs to procure a parallel framework agreement with up to four (4) tenderers for hourly based health and care services, provided that there are four (4) suitable tenderers and tenders. The service is pursed in the Act 24 June 2011 no. 30 on municipal health and welfare services; • § 3-6 no. 2 respite measures • § 3-2 no. 6 a. health service in the home b. personal assistance, including practical assistance and training and support contact With health and care services, inspections are aimed at night for children and adults who, due to health reasons or different types of disabilities, have a legitimate need for this. The contracting authority reserves the right to extend the contract for inspection offers on days and evenings. Decisions on assignments (call-offs) will be made by Sandnes kommune, c/o the Coordination Unit. The specific need will be in the call-off, for example, whether there is a need for waking or resting night shifts, the shift ́s length and so on. The services are awarded by user choice pursuant to PPR § 30-1 (4). If the user does not want to make a selection, the contracting authority will ask tenderers after ranking from the contract award in this competition. If the tenderer ranked as number 1 does not have the capacity, opportunity or for other reasons is unsuitable to receive the user, the contracting authority will contact the next supplier on the list, and so on. If other considerations are strongly prevailing, for example response time, geographical distance, the user's concrete needs etc., the contracting authority reserves the right to freely choose the tenderer when awarding. It is expected that the measure can be initiated within a reasonable time. A reasonable time is expected to be 1 month after it has been clarified between the parties that the tenderer shall provide services on behalf of the municipality, depending on the type of assignment. Tenderers must reckon on earlier start-up in urgent cases.
Internal identifier : 25/01934

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85312400 Welfare services not delivered through residential institutions
Additional classification ( cpv ): 85000000 Health and social work services
Additional classification ( cpv ): 85140000 Miscellaneous health services
Additional classification ( cpv ): 85323000 Community health services

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Additional information :

5.1.5 Value

Estimated value excluding VAT : 34 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must not have significant tax and VAT arrears, or an approved repayment plan shall be in existence.
Description : Documentation requirement: Tax certificate, not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of "credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale.
Description : Documentation requirement: As documentation, the contracting authority will obtain the credit rating Commercial Delphi Score from Experian (the contracting authority subscribes to services from Experian). Tenderers are required to have made aware of registered information about the company and agree by submitting the tender to the fact that the information is collected and used as a basis for assessing none of the tenderer ́s financial conditions. When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer meets the qualification requirement. The credit report shall be based on the last available accounting figures. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Description : Documentation requirement: Norwegian companies: Company Registration Certificate. 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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from contracts of a relevant nature, scope and complexity.
Description : Documentation requirement: Documented by enclosing a list of the most important relevant assignments in the last 5 years, including information about: - What the assignment included (key words with the basis for the assignment) - Date of the delivery - Scope - Reference person (name, telephone number and e-mail) The tenderer shall fill in "Annex 6 - Reference Assignment". Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description :
Weight (percentage, exact) : 60
Criterion :
Type : Price
Name :
Description :
Weight (percentage, exact) : 40
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

Deadline for requesting additional information : 15/05/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 23/05/2025 10:00 +00:00
Deadline for receipt of tenders : 23/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland Tingrett

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country : Norway
Contact point : Sandra Pedersen
Telephone : +47 48206011
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland Tingrett
Registration number : 926 723 448
Department : Sandnes
Postal address : Olav Vs plass 1
Town : Sandnes
Postcode : 4306
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 68094d30-4a75-4f7f-a0d1-60657756952c - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 15/04/2025 09:01 +00:00
Notice dispatch date (eSender) : 16/04/2025 07:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00252033-2025
OJ S issue number : 76/2025
Publication date : 17/04/2025