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

The Norwegian Directorate of Health would like to enter into a contract for professional tests for dentists. HOD has given the Norwegian Directorate of Health the task of preparing legislation proposals for amending the approval scheme for health personnel who were trained in countries outside the EEA and Switzerland. As a part of the task, the Norwegian Directorate of Health shall, amongst other things, allow the additional requirements that are proposed in the regulation amendments to be covered by entering into contracts with service providers on courses and professional tests for several professional groups. The procurement process is covered by the Public Procurement Act, 16 July 1999 no 69 (LOA) and the public procurement regulations (FOA) dated 7.4.2006 (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, which is in the Competence and Personnel Division. The Procurement, Operation and Contract Management Department is responsible for the procurement process. 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: assistant lawyer Tone Kristin 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 Ministry of Health and Care Services has given the Norwegian Directorate of Health the task of preparing for the implementation of legislation proposals for the amended approval scheme for health personnel who were trained in countries outside the EEA and Switzerland. As a part of the task, the Norwegian Directorate of Health shall, amongst other things, allow the additional requirements that are proposed in the regulation amendments to be covered by entering into contracts with service providers on courses and professional tests for several professional groups. This procurement is for professional tests for dentists. The aim of the professional tests is to check that the candidates have the knowledge and capabilities that are equivalent to or equally good as basic Norwegian training in the profession. The professional tests shall be offered twice a year for dentists. The number of candidates who shall complete the professional tests/courses within the different professional groups is an estimated need based on varying background material and documents. It is therefore important that the number and frequency of dentists is flexible and that it can be changed based on variations in the number of candidates. The Norwegian Directorate of Health is aiming to hold the first professional tests autumn 2016. See the tender documentation part 2 Specifications and award criteria. The competition is announced in the DOFFIN database — see www.doffin.no and in the TED database. Evaluation: Weeks 49-51. The procurement shall be regulated by the contract terms with the accompanying annexes. Tax/VAT certificate. Qualification requirement: tenderers must have fulfilled their tax, VAT and payroll tax obligations in accordance with the relevant legislation. Documented by: the joint form (certificate) from the Norwegian Tax Administration. The certificate(s) shall not be older than 6 months calculated from the deadline for receipt of tenders. Any arrears or other irregularities must be justified. Company Registration Certificate. Requirement: the tenderer shall be a legally established company. Documented by: for Norwegian companies: a company registration certificate from the Brønnøysund Register 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. Credit rating/annual accounts. Requirement: the tenderer shall have sufficient economic and financial capacity to carry out the assignment/contract. Documented by: a credit evaluation/rating not older than one year, which is based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution. Minimum requirement — the tenderer shall be creditworthy. Sufficient competence and capacity. Requirement: — service providers must have sufficient competence, implementation ability and capacity; — service providers must have knowledge of the Norwegian education system for odontologists, including the current theoretical and practical knowledge in Norwegian odontological basic education. If a service provider plans to leave parts of the contract to sub suppliers/collaboration partners, a 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 following is required if sub suppliers/collaboration partners are used: Requirement: The service provider must be able to use the resources. Documented by: a description of sub suppliers and documentation of availability, e.g. a binding statement from these companies, shall be enclosed with the tender. 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. Note that TendSign is open for support on weekdays 8:00-17:00. Contact information for customer service: support.tendsign@visma.no — tel. +47 40006814. The tender will consist of the tenderer's replies to the questions and requirements for the tender that are in the tender documentation with any attached documents, in addition to the requirements in the tender documentation. In order to get an overview of which parts the tenderer shall respond to, tenderers can extract the report ‘All documents’ under Structured documents on the page ‘Get the procurement's tender documentation’. 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 tender documentation part 2 Specifications and the award criteria and the attached price from for how to fill these in. Payment and invoicing terms are included in the 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. See the tender documentation part 2 Specifications and the award criteria for responses within the various areas that will form the basis for the assessments and what will be weighted. 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 the tenderer has been chosen, confidential information is exempted in accordance with the Public Administration Act § 13, cf. the public procurement regulations § 3-6. The chosen service provider will be asked, upon the award of contract, to assess and mark the text and information in the tender on operational and business conditions that ought to be kept secret for competitive reasons. 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 Public Administration Act § 13, cf. the regulations LOA § 3-6. Fill in the information below, print it out and sign the document. The document is to be scanned and enclosed with the tender. Fill in the information below, print it out and sign the document. The document is to be scanned and enclosed with the tender. This confirmation applies to: 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 to the award of contract. After the award of contract,confidential information is exempt in accordance with the Public Administration Act § 13 cf. the regulations in the Public Procurements Act § 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. However, the contracting authority has the right and obligation to assess whether the information can be kept secret. This confirms that we understand the Freedom of Information Act and the right to access documents in public entities. We have assessed the information in the tender and marked text that is deemed to be operational and business conditions that it will be of competitive importance to keep secret. This confirms that we understand that the contracting authority has the right and obligation to assess whether the information can be kept secret in accordance with the Public Administration Act § 13, cf. the regulations in the Public Procurements Act § 3-6. The undersigned has marked the places in the tender that we believe shall be kept secret: manager (sign) _____________________________________ date: ___________.
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: 417282_2015.xml
authority_types: NATIONAL_AGENCY
activities: GENERAL_PUBLIC_SERVICES
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:417282-2015: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