Dienstleistungen - 206161-2022

15/04/2022    S75

Norway-Oslo: Health services

2022/S 075-206161

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Oslo kommune v/ Helseetaten
National registration number: 997 506 499
Town: Oslo
NUTS code: NO081 Oslo
Country: Norway
Contact person: Omar Attique
E-mail: omar.attique@uke.oslo.kommune.no
Telephone: +47 21802180
Internet address(es):
Main address: https://www.oslo.kommune.no/etater-foretak-og-ombud/helseetaten/#gref
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/264775
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=329094&B=OSLO
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=329094&B=OSLO
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Procurement of response centre services and the accompanying response system

Reference number: 20/14502
II.1.2)Main CPV code
85100000 Health services
II.1.3)Type of contract
Services
II.1.4)Short description:

Oslo Municipality c/o Agency for Health, hereafter called the contracting authority, invites tenderers to a negotiated procedure in two stages for the procurement of response centre services and the accompanying response system. The response centre services consist of response services, turn-out services, and equipment logistics and user support service, which together with the accompanying response system, make up a uniform and continual response centre that supports Oslo Municipality's overall goal of increased safety, mastering, and activity for inhabitants.

II.1.5)Estimated total value
Value excluding VAT: 199 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
30237475 Electric sensors
31625200 Fire-alarm systems
33100000 Medical equipments
33180000 Functional support
33195000 Patient-monitoring system
33196000 Medical aids
35121100 Buzzers
35121700 Alarm systems
35125100 Sensors
38431200 Smoke-detection apparatus
44521120 Electronic security lock
48000000 Software package and information systems
48814200 Patient-administration system
48814500 Casemix system
72212211 Platform interconnectivity software development services
79711000 Alarm-monitoring services
85000000 Health and social work services
85141000 Services provided by medical personnel
85323000 Community health services
II.2.3)Place of performance
NUTS code: NO081 Oslo
II.2.4)Description of the procurement:

Oslo Municipality's goal is that all inhabitants can live in their own home for as long as they want to and is possible. A policy for reaching the goal and supporting the work of providing good health and care services for inhabitants (service users) is to use welfare technology systems and services. Response centre services are a prerequisite for achieving the goals of welfare technology.

The contracting authority, in collaboration with a private supplier, currently provides response centre services for approx. 10,000 service users of welfare technology (safety-creating technology), split between 15 city districts and the Agency for Nursing Homes (SYE), with the accompanying geographical spread in Oslo Municipality. This contract is, in addition, open to the Agency for Welfare (VEL) and the Agency for Children and Families (BFE) in Oslo Municipality using the contract.

The response centre services and the accompanying response system make up a uniform and continual response centre consisting of:

- response service staffed by health professionals

- turn-our service with health professionals and vehicles

- equipment logistics and user support service with staff and vehicles

- response system that supports the response centre's work processes and communicates with existing and future welfare technology, and is integrated with the municipality's systems

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 199 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The contracting authority has an option for 1+1+1 year on unchanged terms.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

See the qualification documentation

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Tenderers must be a legally established company

Documentation requirement:

- Norwegian companies: Company Registration Certificate

-Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Tenderers must have sufficient economic and financial capacity to carry out the assignment. This point will be subject to assessment of turnover, annual results, as well as key figures in the balance sheet.

Minimum level(s) of standards possibly required:

-. The company's last Annual Financial Statement including notes, the Board's Annual Reports and Audit Reports, including new information of relevance to the company's fiscal numbers.

- The contracting authority reserves the right to obtain credit appraisals as a supplement to the evaluation of the tenderer’s economic and financial capacity.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

1. Tenderers must have implemented a management system for personal protection and information security (internal control).

2. Tenderers must be organised for, and have competence to establish, deliver, and run a uniform response centre with the accompanying delivery elements (see the delivery elements described in point 1.2 of the qualification documentation).

Tenderers must have and manage sufficient resources in accordance with relevant national recommendations, including IS-2552.

The tenderer's resources must have relevant and good competence.

Qualification and selection requirement, cf. point 2.4 in the qualification documentation.

3. Tenderers must have experience from equivalent assignments. Equivalent assignments means:

- Assignments of equivalent complexity, including the delivery elements in the response centre described in point 1.2 of the qualification documentation.

- Serving minimum 3000 simultaneous service users.

Qualification and selection requirement, cf. point 2.4 in the qualification documentation.

Minimum level(s) of standards possibly required:

Documentation requirement:

1. Tenderers must attach a table of contents for a management system.

2. A description of resources that the tenderer has at its disposal for fulfilment of all parts of the contract. A competence matrix must be attached that shows education and any other relevant competence for personnel in the response service, the equipment and logistics services, the turn-out service, technical personnel, and any other administrative personnel. An organisation chart must also be attached.

3. A description of the most important assignments in the last five years (2018-2022), including the assignment's nature, customer, volume (number of service users), and delivery element.

The attached file must be used for responding to qualification requirements 2 and 3: Annex 2 of the qualification documentation - responses to the qualification requirements.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/05/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 21/06/2022
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 15 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo Tingrett
Postal address: C. J. Hambros plass 4
Town: Oslo
Postal code: 0164
Country: Norway
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Kofa
Town: Bergen
Country: Norway
VI.5)Date of dispatch of this notice:
11/04/2022