Health preparedness on foreign travels

The Norwegian Police Department needs to procure a contract for health preparedness services on international travels. The users of the agreement also include the Norwegian Police Security Service and the National Security Authority. A more detailed description of the users and the scope of the agreement is described in the …

CPV: 66510000 Försäkringar, 66519310 Försäkringsrådgivning, 71317200 Hälso- och säkerhetstjänster, 98900000 Tjänster tillhandahållna av exterritoriala organisationer och organ
Plats för avrättning:
Health preparedness on foreign travels
Plats för tilldelning:
Politiets fellestjenester
Tilldelningsnummer:
24/53998

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Health preparedness on foreign travels
Description : The Norwegian Police Department needs to procure a contract for health preparedness services on international travels. The users of the agreement also include the Norwegian Police Security Service and the National Security Authority. A more detailed description of the users and the scope of the agreement is described in the tender documentation.
Procedure identifier : 67948a5f-e894-4a54-bce2-2ecdc2503059
Internal identifier : 24/53998
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98900000 Services provided by extra-territorial organisations and bodies
Additional classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66519310 Insurance consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

Additional information : Due to system errors in the notice form, selection criteria must be chosen for submitting a tender. IMPORTANT: In this competition, no selection will be made in accordance with selection criteria. All tenderers who fulfil the qualification requirements will receive an invitation to submit a tender.
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 preparedness on foreign travels
Description : The Norwegian Police Department needs to procure a contract for health preparedness services on international travels. The users of the agreement also include the Norwegian Police Security Service and the National Security Authority. A more detailed description of the users and the scope of the agreement is described in the tender documentation.
Internal identifier : 24/53998

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98900000 Services provided by extra-territorial organisations and bodies
Additional classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66519310 Insurance consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 2 + 2 years.

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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) : yes
Additional information : Due to system errors in the notice form, selection criteria must be chosen for submitting a tender. IMPORTANT: In this competition, no selection will be made in accordance with selection criteria. All tenderers who fulfil the qualification requirements will receive an invitation to submit a tender.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Registration: Qualification requirement: 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. • 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : Economic and financial position: Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Economic and financial capacity shall be in relation to the object and scope of the contract. In the qualification assessment, the Contracting Authority will carry out an overall assessment as regards the last three years accounts. Documentation requirement: Norwegian companies: The contracting authority uses D&B to assess the tenderer's economic and financial capacity. Tenderers must enclose the auditor ́s report for the last three years when applying for participation in the competition. Foreign companies: The tenderer must submit annual accounts for the last 3 available years and the auditor ́s report for all three years. 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.
Criterion : References on specified deliveries
Description : Technical and professional, Requirement of the tenderer's technical and professional qualifications, relevant experience Qualification requirement: Tenderers shall have experience with deliveries to customers of an equivalent size and structure to the Norwegian Police. Documentation requirement: Description of up to 3 of the tenderer's most relevant/comparable contracts in the course of the last 3 years. Minimum information on the following must be provided for each reference: -Principal -Contact; name, telephone number, email - Scope and value of the delivery. - Date of the delivery. It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Environmental management system Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description must have a scope that will enable the contracting authority to be able to assess the system.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Quality assurance system Qualification requirement: Tenderers shall have a good and well-functioning quality management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality management system. The following documentation will be accepted: Certificate for the company's quality management system issued by independent bodies which certify that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent. or A description of the tenderer ́s quality management system that shows how the tenderer works to safeguard quality in their processes in the execution of their area of work. The description must have a scope that will enable the contracting authority to be able to assess the system.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 8
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Annex 5 - point 5, remuneration
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 25
Criterion :
Type : Quality
Name : Quality
Description : Response to: Annex 1 the contracting authority ́s requirement specifications. Annex 1-a requirement for electronic systems - web portal and Assistance App. Annex 1-b case - two assignments
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 75
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

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
Deadline for receipt of requests to participate : 23/06/2025 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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : See the tender documentation

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Department : Politiets fellestjenester
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Lisbeth Austad
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : ec5ca224-95e1-4477-bb81-7d9caa57918f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/05/2025 12:43 +00:00
Notice dispatch date (eSender) : 19/05/2025 13:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00326424-2025
OJ S issue number : 97/2025
Publication date : 21/05/2025