Implementation of professional tests for doctors who trained outside the EEA and Switzerland.

The procurement process is covered by the Public Procurement Act, 16 July 1999 no. 69 (LOA) and the public procurement regulations (FOA) dated 7 April 2006 (FOA). Parts I and III of the regulations apply for this procurement. This procurement follows the procedure for an open tender contest. This is a procurement procedure that does not allow negotiations. The Norwegian Directorate of Health is a specialist director and an administrative body under the Ministry of Health and Care Services (HOD). The Directorate is managed by HOD and the assignments are described in the national budget, award letter and in individual assignments. The Norwegian Directorate of Health is divided into divisions and departments. This procurement is anchored in the Education and Personnel Planning Department. The Norwegian Directorate of Health's vision is Good health and a good life. For further information see www.helsedir.no Name — responsible person for the procurement: Tone Aursland Telephone number + 47 97120569 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 would like to enter into a contract with a service provider of professional tests for doctors. The aim is to test the qualifications of persons who have already undertaken and passed equivalent education/training (including final exams/tests) in countries outside the EEA and Switzerland. The background are changes in the rules for authorising health personnel, which involve additional requirements for authorisation in Norway. See the consultation paper from the Ministry of Health and Care Services (HOD) in chapter 1.1. The overall aim of the new approval scheme is to ensure that health personnel who were trained in countries outside the EEA and Switzerland have the qualifications required to see to patient safety and quality of the services. The profesional test is one of several additional requirements. The others (language test and a course in national professions and handling medicines) will be taken care of in separate contracts that the Norwegian Directorate of Health has signed. The professional test for doctors shall last for up to 1 day. The tests shall be held every 6 months (twice a year). See chapter 2 for further details. The service provider shall develop, implement and administer the professional test. There are an estimated 150 candidates per annum who will take the professional test. The estimate is uncertain, see chapter 2.6 for further details. The competition is announced in the DOFFIN database — see www.doffin.no and in the TED database. Evaluation: Weeks 17 -18 The procurement shall be regulated by the contract terms with the accompanying annexes. Subject to grants from the Norwegian parliament for each year of the contract period. Tax certificate. Qualification requirement: Service providers must have fulfilled their tax and payroll tax obligations in accordance with the relevant legislation. Documentation: Tax certificate. The certificate shall not be older than six months calculated from the tender deadline. Any arrears or other irregularities must be justified. If a service provider is planning to use sub-suppliers, tax certificates must be provided for them as well. HSE self-declaration Qualification requirement: Service providers must vouch for the fact that the company works systematically to comply with health, environment and safety legislation and satisfies the Internal Control Regulations. The tenderer must also confirm that the company is legally organised in relation to applicable tax and working environment regulations for employees' professional and social rights, and shall accept that the contracting authority has the right to review and verify the company's system for safeguarding of health, environment and safety. Documentation: A dated HSE self-declaration signed by the manager and a representative for the employees. The form is attached to the tender documentation. Company Registration Certificate. Requirement: The tenderer shall be a legally established company. Documentation requirement: For Norwegian tenderers: Company registration certificate from the Brønnøysund Registre Centre. 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. Annual accounts. Requirement: The tenderer shall have sufficient economic and financial capacity to carry out the assignment/contract. 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 creditworthy. Implementation ability and capacity. Requirement: The tenderer shall have sufficient implementation ability and capacity. If a service provider plans to leave parts of the contract to sub suppliers, a short description shall be provided of the sub suppliers and which part/parts of the assignment the sub suppliers shall carry out. The contracting authority have same requirements to sub suppliers as to the main service provider. The contracting authority reserves the right to disallow the choice of sub suppliers. Any financial requirements from sub suppliers or costs connected to this shall be borne by the supplier. 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. Service providers must declare that all the terms stated in the tender documentation are accepted. Print out the tender confirmation letter, signed by an authorised person and enclose it as a pdf-document in the tender. The tender shall be submitted through the electronic tender system. The tender makes up the service provider's reply to the questions and requirements for the tender that are stated in the tender documentation with any attached documents in addition to those required in the tender documents. Service providers shall not fill in the annexes to the standard contract terms that are attached as ‘Attached documents’ in the system. These are only attached to show the contract structure that will be used for the design of the final contract. All deviations from the tender documentation shall be precise, unambiguous and clearly stated in the tender so that the contracting authority can assess them without contacting the service provider, cf. FOA § 20-3. The service provider cannot submit tenders that include significant deviations from the specifications in the notice or the tender documentation,cf. FOA § 20-13 (1) letter e. If a tender includes deviations that, when seen in isolation, are not significant, the deviations can, after a concrete assessment, be seen in total as significant. Any reservations shall be specified below. Reservations that are stated other places in the tender, but which are not specified in the tender letter, cannot be made applicable by the service provider and will not be considered when the tenders are evaluated. The service provider cannot have significant reservations to the contract terms cf. FOA § 20-13 (1) letter d. If a service provider has reservations that, when seen in isolation, are not significant, the reservations can, after a concrete assessment, be seen in total as significant. The tender's sub prices and total price shall be stated in the tender, see the attached price form and contract terms. The contracting authority shall, in accordance with the FOA § 20-12 (1) reject service providers that, amongst other things: a) do not fulfil the requirements set for the service provider's participation in the competition. b) have not presented tax certificates. c) have not presented a HSE self-declaration The contracting authority can reject service providers if the terms in the FOA § 20-12 (2) apply. The contracting authority shall, in accordance with the FOA § 20-13 (1) reject the tender when, amongst other things: a) it is not submitted by the set tender deadline. b) it includes significant deviations from the tender documentation. c) it includes significant reservations to the contract terms. The contracting authority can reject tenders if the terms in the FOA § 20-13 (2) apply. The award will be on the basis of which tender is the most economically advantageous, based on the criteria described in the specifications and the weighting model described below. Relative weighting. The relative weighting model is built on one comparing the tenders with each award criteria. The economically most advantageous tender/tenders will be chosen by the contracting authority stating the price criteria and quality criteria and weighting these against each other. The lowest price will get maximum points, whilst the other prices will be awarded points in relation to the lowest tender price. The system gives the lowest price 100 points. The best tender in each quality criterium will be awarded maximum points equivalently. Further details on the award criteria: — TK 1: Assignment comprehension and quality — weighted 30 % In this award criteria the degree that the tender is in accordance with the set requirements for the professional test's subject content will be weighted. The subject set-up and the subject resources that will be available in the form of professional, the set-up for developing the assignments, equipment and premises will be assessed her. Furthermore, emphasis will be put on appropriate and efficient administration of the scheme.— TK 2: Security of supplies and progress plan — weighted 15 % The service provider's set-up and progress for the development of the professional test and ordinary implementation in accordance with the specifications will be weighted in this award criterium.— TK 3: Capacity and degree of flexibility — weighted 25 % This award criterium will weight the service provider's maximum capacity per professional test and per annum: How many candidates can the service provider accept? Is is possible — and what has to be done — for the service provider to facilitate either more professional test days in order to accept more candidates each time, or greater frequency (more professional tests per annum), if there is a need for this? Furthermore, the service provider's flexibility and adaptability if there is a need to carry out professional tests with fewer candidates that estimated will be weighted, in other words: What is the minimum number of registered candidates required for the service provider not to cancel the professional test? — TK 4: Price — weighted 30 % This award criterium will assess both the development costs, fixed costs per professional test and variable costs per test. The contracting authority reserves the right to cancel the competition if there is a justifiable reason, cf. FOA §21-1 (1). A justifiable reason can typically be a lack of competition, unexpected changes in grants etc. The contracting authority can reject all the tenders if the result of the competition gives a justifiable reason, cf. FOA § 21-1 (2) In addition to the notification given upon the award of contract, the contracting authority shall give written notification with a short justification if: — the tender is rejected or the contracting authority decides to reject all the tenders or cancel the competition. Service providers can request in writing further justification for: — why the tender was rejected, or — why the tender was not chosen. The contracting authority is obligated to reply to this enquiry at the latest 15 days after the enquiry has been received. 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 a service provider has been selected, the confidential information is exempted in accordance with the Administration Act § 13 cf. the regulations LOA § 3-6. Service providers must themselves assess and mark text and information in the tender that is deemed to be operational and business conditions that it is of competitive importance to keep secret. The contracting authority has, however, the right and a duty to assess whether the information can be kept secret as regards the public law in accordance with the Administration Act § 13, cf. the regulations LOA § 3-6. 1.1 Introduction and background. The Norwegian Directorate of Health would like to enter into a contract with a service provider of professional tests for doctors. The aim is to test the qualifications of persons who have already undertaken and passed equivalent education/training (including final exams/tests) in countries outside the EEA and Switzerland. The background are changes in the rules for authorising health personnel, which involve additional requirements for authorisation in Norway. See the consultation paper from the Ministry of Health and Care Services (HOD) in chapter 1.1. The overall aim of the new approval scheme is to ensure that health personnel who were trained in countries outside the EEA and Switzerland have the qualifications required to see to patient safety and quality of the services. The professional test is 1 of several additional requirements. The others (language test and a course in national professions and handling medicines) will be taken care of in separate contracts that the Norwegian Directorate of Health has signed. The professional test for doctors shall last for up to 1 day. The tests shall be held every 6 months (twice a year). See chapter 2 for further details. The service provider shall develop, implement and administer the professional test. There are an estimated 150 candidates per annum who will take the professional test. The estimate is uncertain, see chapter 2.6 for further details. See chapter 3 for information on the contract's financial limit and length. 1.2 Central background documents. The service provider is expected to have knowledge on the health and care services, including the training responsibility resulting from the legislation. Furthermore the service provider must have in-depth knowledge of: — The consultation paper from the Norwegian Directorate of Health (HOD), in which the scheme and the intention is described: https://www.regjeringen.no/contentassets/491fad90827f461dab1fb6fd86b649c6/horingsnotat_ny_autorisasjonsordning_.pdf — Prop. 99 L (2014-2015) on changes in the Health Personnel Act etc., LOV-1999-07-02-64 (the Health Personnel Act) § 48 https://www.regjeringen.no/no/dokumenter/prop.-99-l-2014-2015/id2406676/ — Notification Parliamentary paper no. 10 (2012-2013) Good quality — safe services. Quality and patient safety i the health and care sector. — The professional test for nurses is currently being developed by Buskerud nad Vestfold University College (HBV). The contact person is the faculty director vibeke.narverud.nyborg@hbv.no. 2 The delivery. 2.1 The contracting authority's needs. The new approval scheme involves a need for a service provider of professional tests for doctors with training from countries outside the EEA and Switzerland. Only one service provider is preferable. There can be a need for more due to capacity considerations. The estimated number of candidates with a need for a professional test is approx. 150 per annum. The estimate is uncertain, see chapter 2.6 for further details. ‘Professional test’ means here a practical, oral and written test specific for a profession that measures whether the applicant has the equivalent theoretical and practical knowledge required for the Norwegian exam in the profession. The aim of the professional test is to check whether the candidates have the same/equivalent theoretical and practical knowledge and capabilities that candidates who have completed Norwegian training (including final exams) are expected to have. It shall contribute to uncovering actual shortcomings in the candidate's competence, function as quality assurance of equivalence assessments of education documents and contribute to uncovering whether a decision on equivalence was made on the basis of false/forged documents. The service provider must have the competence and a system for continually updating the set-up and content of the professional test in accordance with the current theoretical and practical requirements resulting from Norwegian basic education in medicine. The professional test must preferably be ready for the first implementation during autumn 2016. If this is not possible, the service provider is to state the first possible date for implementation. The professional test must be held every six months (twice a year). The professional test shall be held in Norwegian. 2.2 Implementation, organisation and capacity. Professional environments that submit a tender shall present proposals as to how the professional test ought to be carried out based on the description in chapter 2. The service provider shall ensure sufficient professional personnel, including examiners with the necessary competence. Tenders must include the necessary intention contracts (premises, equipment, personnel etc.). Below is a non exhaustive list of models that the service provider is expected to assess as regards possible transferable value: — The test that the University of Oslo has arranged for several years for doctors who trained in countries outside the EEA: http://www.med.uio.no/om/aktuelt/arrangementer/medisinsk-fagprove/fagprove-utenlandsmedisinere-2013.html. — The professional test for nurses that Buskerud and Vestfold University College is developing for the Norwegian Directorate of Health, and which they have used in recent years on student nurses. The contact person is the faculty director vibeke.narverud.nyborg@hbv.no — Similar professional tests/tests for doctors in other Nordic countries, including, amongst others: i) Sweden: http://www.socialstyrelsen.se/ansokaomlegitimationochintyg/legitimation/utbildadiannatland/lakare ii) Denmark: http://sundhedsstyrelsen.dk/da/uddannelse-autorisation/autorisation/soeg-autorisation-udenlandsk-uddannet/laege 2.3 Requirement for the content of the professional test. The starting point for the service provider shall be the purpose of the new approval scheme and the professional test, cf. chapter 2.1. It is to be assumed that the candidates have already completed and passed exams/tests by completing equivalent training in countries outside the EEA and Switzerland. The professional test shall not test all elements in the training, but it shall be designed so that it efficiently tests the knowledge and capabilities that are assessed to be critical in the light of potential injuries and patient safety. The professional test shall be a practical, oral and written test for a specific profession that measures whether the applicant has equivalent theoretical and practical knowledge that is required for a Norwegian exam in the profession. The intention of the professional test is to check that doctors have the knowledge and capabilities that are equivalent or the same as basic Norwegian training in medicine and to assess whether the candidate can function as a doctor in a clinical working day. The professional test shall be equivalent to the professional level required by a doctor trained in Norway. The professional test shall, amongst other things, test knowledge and capabilities, including: — Basic f
CPV-Code: 80320000
Abgabefrist: 07.01.2016
Typ: Contract notice
Status: Submission for all lots
Aufgabe: Other
Vergabestelle:
name: TendSign
address: Universitetsgata 2
postal_code: 0130
city: Oslo - NO
country: NO
email: None
phone: +47 97120569
contact_point: Procurement, operation and contract management
idate: 20. Juni 2020 09:32
udate: 20. Juni 2020 09:32
doc: 417280_2015.xml
authority_types: NATIONAL_AGENCY
activities: GENERAL_PUBLIC_SERVICES
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:417280-2015:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Services
Prozedur: Open procedure
Nuts: NO
Veröffentlichung: 26.11.2015
Erfüllungsort: Oslo - NO
Link:
Lose:
Name Los Nr 1 Norway__Oslo__Ausbildung im medizinischen Bereich
Gewinner None
Datum
Wert None
Anzahl Angebote None