Evaluation of the psychosocial follow-up model after 22.07. — New notice.

The Health Directorate wants an external and independent evaluation of the psychosocial follow-up model after the terrorist attacks of 22.7.2011. The evaluation will contribute to the knowledge base for further development of work with psychosocial follow-up after crisis, accidents and catastrophes. The assignment has been previously annouced, but then it had a lower financial limit. The assignment is being reannounced and it must be started as soon as possible after the contract has been signed and completed by 13.5.2016. The procurement process is covered by the Public Procurement Act, 16.7.1999 no. 69 (LOA) and the public procurement regulations (FOA) dated 7.4.2006 (FOA). Parts I and III of the Public Procurement Regulations apply to this procurement. This procurement follow the open tender contest procedure. This is a procurement procedure that does not allow negotiations. The Norwegian Directorate for Health is a specialist director and an administrative body under and controlled by the Ministry Of Health And Care Services. The directorate also has assignments from other ministries. The Norwegian Directorate of Health's vision is Good health and a good life. See www.helsedirektoratet.no for further information on the directorate. The responsible entity for the contract in this contest is the Department for Mental Health and Drugs and Alcohol, which is a part of the primary health services division. The Department for Procurements, Operations and Contract Management is responsible for the procurement process. Email address: anskaffelser@helsedir.no All communication between the tenderer and the contracting authority shall be directed to the contracting authority's contact person via the ‘Question and Answer’ function in our electronic tender system. All questions and answers will be made accessible in anonymous form for all of the tenderers. Enquiries received later than five working days before the tender deadline will not be answered. The Norwegian Directorate of Health (hereafter referred to as the contracting authority) would like to enter into a contract for an evaluation of the psychosocial follow-up of those affected by the terror attacks 22.7.2011. The Ministry of Health and Social Care gave the Norwegian Directorate of Health the task of coordinating the psychosocial follow-up of those affected by the terror attacks 22.7.2011. The follow-up has mainly followed two different models, a proactive municipal model for survivors with relatives and the bereaved from the terror attack on Utøya and a separate company model for the Ministry employees and their relatives in the Government Quarter. The assignment shall be started as soon as possible after the contract has been signed and it shall be carried out over a period of eight months. See the description in part 2 Specifications and award criteria for further details. The competition is announced in the DOFFIN database — see www.doffin.no and in the TED database. Notice in Doffin and TED: 25.6.2015 Tender deadline: 14.8.2015 12:00 Evaluation: Weeks 34-35 The contract shall be regulated by the attached proposal for the Standard Contract Terms. The contracting authority has the right, before the tender deadline, to make corrections, supplements and changes to the tender documentation which are not of a significant character. Corrections, supplements or changes shall be immediately sent to all those who have received the tender documentation. Information that the contracting authority gives after an enquiry from one service provider shall be also immediately sent to all the other tenderers. If the corrections, supplements or changes mentioned in the first section are given so late that it is difficult for service providers to take them into consideration in their tender, a proportional extension of the tender deadline shall be given. All service providers shall be notified of the extension. Service providers are obliged to understand all the documents covered by the enquiry and ensure that they have received and have access to all relevant information on the enquiry. If a service provider discovers an error, exemption, inconsequence or other shortcoming in the enquiry documentation, the service provider is immediately obliged to make the contracting authority aware of this. Requirement: The service provider must have the financial capacity to carry out the assignment. Documentation requirement: Credit evaluation/rating, not older than 12 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. Minimum requirement — the tenderer shall be credit worthy. As the tender system does not support signing tenders with an electronic certificate, it is a prerequisite that the service provider prints out a tender confirmation to confirm their tender, see the annex. Print out the tender confirmation letter, signed by an authorised person and enclose it as a pdf-document in the tender. Service providers shall treat all information they are aware of through the enquiry and when preparing their tenders as confidential. Service providers shall not comment on this enquiry in public without having first obtained the contracting authority's written consent. Service providers are themselves to carry all costs related to the tender and participation in the contest. The service provider's pricing in the tender is in the tender documentation part 2 Specifiations and award critieria. Payment and invoicing terms are included in the contract terms. As regards the general public's insight into the tender and the procurement protocol, the legislation dated 19.5.2006 no. 16 on the right to insight in documents in public entities applies. Tenders and protocols are screened in accordance with the public law § 23 3rd section up until the choice of service provider. After the tenderer has been chosen, confidential information is exempted in accordance with the Public Administration Act § 13, cf. the public procurement regulations (FOA) § 3-6. The chosen service provider will, upon the award of contract, be asked to assess and mark text and information in the tender which is seen as operational and business conditions, which it will be of competitive importance to keep secret. The contracting authority has, however, the right and duty to assess whether the information can be kept secret in accordance with the Public Administration Act § 13 jfr FOA §3-6. The Ministry of Health and Social Care gave the Norwegian Directorate of Health the task of coordinating the psychosocial follow-up of those affected by the terror attacks 22.7.2011. The Norwegian Directorate of Health's work with the follow-up after 22.7.2011 is pursuant to Prop. 1 S (2013-2014) and to the Norwegian Directorate of Health's award letter for 2014 from the Ministry of Health and Social Care. The follow-up has mainly followed two different models, a proactive municipal model for survivors with relatives and the bereaved from the terror attack on Utøya and a separate company model for the Ministry employees and their relatives in the Government Quarter. Requirements for the delivery/tender The tender must include: -The service provider's assessment/understanding of the assignment/the contracting authority's needs as they are described. — Proposals for the solution and a description of the choice of method to respond to the questions that the evaluation shall give answers to. The description of the method must highlight the ethical standard in the work. — A description of how the service provider will set up the work with the assignment in order to ensure that the evaluation gives answers to the wanted questions. — A milestone plan that highlights the plans for cooperation with relevant actors such as NKVTS, SfK, the national support group for the events on 22 July, the country's county governors, the country's municipalities, the health services, the company health service in the DSS, the Norwegian Directorate of Health etc. -A complete manpower plan for the assignment with names and role division. CVs must be enclosed and it must be clear how competence is ensured/will be obtained internally and possibly externally. — A description of and references from similar previous assignments. — An overview of a previous relevant cooperation network. — A cost overview as a part of the progress plan for the different activities with information on the total price and hours used. Costs that the service provider knows will incrue, but which are not specifically stated in the tender will be seen as included in the given costs. The assignment shall be started as soon as possible after the contract has been signed and completed after eight months. The evaluation shall be submitted in the form of a report by 13.5.2016. A provisional draft of the evaluation/report must be at the directorate by 29.4.2016. The report and all the documentation shall be prepared in a Scandinavian language or in English and submitted as an electronic version that can be altered to pdf files for later printing and publication as needed. The tenderer must organise himself so that the progress in the evaluation work is ensured by compliance with deadlines and so that submitted work is quality assured as regards form, language and content. http://www.helsedirektoratet.no/publikasjoner/lering-for-bedre-beredskap-/Sider/default.aspx http://www.helsedirektoratet.no/publikasjoner/kartlegging-av-kommunenes-oppfolging-av-de-rammede-etter-22711/Sider/default.aspx http://www.regjeringen.no/nb/dep/smk/dok/nou-er/2012/nou-2012-14.html?id=697260 The service provider's understanding and proposals for the solution and choice of method to answer the questions based on the guidelines, cf. point 2.3 Work form, will be of importance. Particular emphasis will be put on the ethical standard in the solution. The service provider's offered competence/team with a clear description of own/internal competence and any external competence used, will also be of importance for the evaluation. The service provider's references for equivalent assignments and previously relevant cooperation networks will also be emphasised in the evaluation. Service providers shall describe how they will set up the work with the assignment in order to ensure progress and delivery by the set deadlines. Furthermore, also how service providers will set up cooperation with the contracting authority and the relevant cooperation partners. The proposed milestone plan, given the many actors, will be of importance for the evalution for this award criteria. 1. GENERAL PROVISIONS 1.1 THE CONTRACT'S EXTENT. The contract is for the provision of services connected to review and development assignments from the Consulant, where the Consultant shall submit and be responsible for an independent final result, hereafter called the Assignment. The Customer has stated his needs and requirements in annex 1. The Consultant has specified the execution of the Assignment in annex 2. The extent and execution of the Assignment are further described in the annexes below, which are included in the contract. The contract means this general contract text and annexes. 1.2 ANNEX TO THE CONTRACT All fields shall be filled in (Yes or No): Annex 1: The Customer's description of the Assignment — Yes, the contracting authority's specifications Annex 2: The Consultant's specification of the Assignment — Yes, the Service Provider's tender Annex 3: Project and progress plan — No Annex 4: Administrative provisions — Yes Annex 5: Total price and price terms — Yes Annex 6: Changes to the general contract text — No Annex 7: Changes in the service after the contract has been signed — Yes Other annexes: Yes/No Table 1. Overview of annexes 1.3 INTERPRETATION — RANKING SCHEME Changes to the general contract text shall be written in annex 6, unless the general contract text refers to such changes in another annex. In the event of contradictions, the following interpretation principles apply: 1. The general contract text comes before the annexes. 2. Annex 1 comes before the other annexes. 3. To the degree that it is clear and unequivocal which point or points have been changed, replaced or added to, the following contradiction principles apply: a) Annex 2 comes before annex 1. b) Annex 6 comes before the general contract text. c) If the general contract text refers to changes in another annex that annex 6, such changes come before the general contract text. d) Annex 7 comes before the other annexes. 1.4 PROGRESS PLAN AND DELIVERY DATE The Consultant shall carry out the Assignment in accordance with the progress plan in annex 3. If the Assignment includes several deliveries or sub deliveries, the delivery date for each delivery shall be stated in annex 3. 1.5 THE PARTIES' REPRESENTATIVES Each of the parties shall, when the contract is signed, nominate a representative who is authorised to act on behalf of the parties in matters that involve the contract. The authorised representative for the parties and procedures and notification deadlines for any replacement of them are further specified in annex 4. 1.6 KEY PERSONNEL The Consultant's key personnel for the execution of the Assignment shall be stated in annex 4. A change of key personnel at the Consultant shall be approved by the Customer. Approval can be refused without a justifiable reason. If personnel are changed due to the Consultant, the Consultant is to bear the costs of transferring competence to the new personnel. 2. CHANGE, STOPS AND CANCELLATION 2.1 CHANGES TO THE SERVICE AFTER THE CONTRACT HAS BEEN SIGNED. If the Customer, after the contract has been signed, has a need to change the requirements for the services or other prerequisites for the contract in such a way that the service's character or extent is different to what was agreed, the Customer can ask for an amendment contract. If changes are required, the Consultant can demand adjustments in the basis or schedules if he can substantiate a basis for such adjustments. The demand for an adjusted basis or schedule must be filed at the latest simultaneously with the Consultant's response to the Customer's request for an amendment contract. Changes or additions to the agreed service shall be agreed in writing. The Consultant shall keep a continual catalogue of such changes, which make up annex 7 and shall give the Customer an updated copy without undue delay. The Customer can demand that the Assignment is reduced or increased up to an equivalent of 20 (twenty) percent of the basis for the entire Assignment. The price shall, in such cases, be changed equivalently to the reduction or increase. The Consultant cannot demand compensation for any such reduction. The Consultant can give notice on the contract with 30 (thirty) days notice, if the Customer reduces or increases the Assignment's content or extent by more than 20 (twenty) percent. 2.2 TEMPORARY STOP OF THE ASSIGNMENT The Customer can demand that the execution of the Assignmetn is stopped temporarily. The requirement shall be submitted in writing. Information shall be provided on when the Assignment shall be stopped and when it is planned to be restarted. In the event of a temporary stop the Customer shall replace: a) The Consultant's documented costs connected to the reorganisation of personnel. b) Other direct costs that the Consultant has due to the stoppage. 2.3 CANCELLATION. The Assignment can be cancelled by the Customer with 30 (thirty) days written notice. If the Assignment is cancelled before it is completed, the Customer shall pay: a) The monetary amount that the Consultant has on credit for work already performed. b) The Consultant's documented additional costs connected to the reorganisation of personnel. c) Other direct costs that the Consultant has due to the cancellation. d) A fee of 4 (four) percent of the agreed remuneration for the entire Assignment. 3. THE CONSULTANT'S OBLIGATIONS 3.1 THE CONSULTANT'S LIABILITY AND COMPETENCE. The Assignment shall be carried out in accordance with the contract and it shall be carried out professionally, efficiently and with a high professional standard. The Consultant shall loyally cooperate with the Customer and see to the Customer's interests. Enquiries from the contracting authority shall be answered without undue delay. The Consultant shall, without undue delay, give notification of conditions that the Consultant understands or ought to understand could be of importance for carrying out the service, including any expected delays. 3.2 USE OF STANDARDS/METHODS The Consultant shall use the standards and/or methods or similar that the Customer possibly has stated in annex 1. The Customer shall be given the option to check the Consultant's work and check that the stated standards, methods etc. are followed. 3.3 USE OF SUB SUPPLIERS The Consultant's use and replacement of sub suppliers shall be approved in writing by the Customer. Approval can be refused without a justifiable reason. Sub suppliers who are approved shall be stated in annex 4. 3.4 WAGE AND WORK TERMS For contracts covered by the regulations from 8.2.2008 no. 112 on wage and work terms in public contracts, the following applies: The Consultant shall ensure that employees in their own organisation and the employees of any sub-suppliers do not have other wages and working conditions than those required by collective agreements, regulations or that which is normal for the location and occupation. This also applies to employees who are directly involved in the fulfilment of the Consultant's obligations for this contract. All contracts that the Consultant signs and that involve work as in this contract shall include equivalent obligations. If the Consultant does not fulfil this obligation, the Customer has the right to withhold parts of the contract sum, equivalent to approx. twice the savings for the Consultant, until there is documentation that the conditions are in order. The Consultant shall, upon request by the Customer, present documentation on the wage and work terms that are used. The Customer and the Consultant can separately demand that the information shall be presented to an independent third party that the Customer has given the task of examining whether the requirements in this provision are met. The Consultant can demand that the third party shall have signed a declaration that the information will not be used for other purposes than ensuring fulfilment of the Consultant's obligation in accordance with this provision. The documentation obligation also applies to sub suppliers. If an independent third party decides that the requirements in this provision are not fulfilled, and the Consultant breaches it, the Customer can demand that the Consultant and sub suppliers present documentation to the Customer on the wage and work terms that are used. 3.5 FREE SOFTWARE Free software means software that is offered under generally recognised free software licences. If free software shall be used for the Assignment, this shall be specified in annex 2 and a copy of the licence terms that apply to the relevant free software (free software licence) shall be enclosed. The Consultant shall check that free software is not used with licence terms that are incompatible with the requirements for the delivery or which are incompatible with the licence terms that apply for other software included in the delivery. The Consultant shall only use free software that, after a proper assessment from the Consultant's side, does not infringe the rights of third parties and which is offered under generally recognised frees software licences. For the parts of the delivery that are based on free software, including adaptations and further development of this, the Customer will have the rights that are necessary to be able to redistribute the result under the relevant free software lience, or under a compatible free software licence if t
CPV-Code: 79419000
Abgabefrist: 14.08.2015
Typ: Contract notice
Status: Not specified
Aufgabe: Other
Vergabestelle:
name: TendSign
address: Universitetsgata 2
postal_code: 0130
city: Oslo - NO
country: NO
email: None
phone: None
contact_point: Procurement, operation and contract management
idate: 23. Juni 2020 23:43
udate: 23. Juni 2020 23:43
doc: 228483_2015.xml
authority_types: NATIONAL_AGENCY
activities: GENERAL_PUBLIC_SERVICES
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:228483-2015:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: Not specified
Vertrag: Services
Prozedur: Open procedure
Nuts: NO
Veröffentlichung: 01.07.2015
Erfüllungsort: Oslo - NO
Link:
Lose:
Name Los Nr 1 Norway__Oslo__Beratung in Sachen Evaluierung
Gewinner None
Datum
Wert None
Anzahl Angebote None