Professional tests for health care workers trained outside the EEA and Switzerland.

The Norwegian Directorate of Health would like to enter into a contract with a service provider of professional tests for health care workers. The aim of the tests is to test the qualifications of persons who already have undertaken and passed equivalent education/training in countries outside the EEA and Switzerland. The chosen service provider shall develop, hold and administer the professional tests. Capacity to hold professional tests for up to 1 200 candidates per annum is required. 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 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 in the Competence and Personnel Division. The Norwegian Directorate of Health's vision is Good health and a good life. For further information see www.helsedir.no Name — responsible 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 health care workers. The aim is to test the qualifications of persons who have already undertaken and passed equivalent training (including final examinations) in countries outside the EEA and Switzerland. The background is amendments 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 general aim of the new approval scheme is to ensure that health personnel trained in countries outside the EEA and Switzerland have the prerequisite qualifications to safeguard the interests of patient safety and the quality of the services. The professional test is one of several additional requirements. The other (language test, 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 health care workers shall last for up to 1 day. They shall be held at least twice a year, possibly continually. The length will depend on which model(s) the service provider chooses to offer, see chapter 2 for further details. Service providers shall develop, hold and administer the professional test. There are an estimated 1 200 candidates per annum who will take the professional test. The estimate is uncertain, see chapter 2.6 for further details. See chapter 2.7 and chapter 3 for information on the contract's financial limits and length. 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 the Nowegian parliament's grants for each year of the contract period. Tax certificate. Qualification requirement: service providers must have fulfilled their tax, VAT and payroll tax obligations in accordance with the relevant legislation. Documentation: tax certificate. The certificate shall not be older than 6 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 documentation. 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 statement costs that shall be filled in. 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 receive maximum points, whilst the other prices will be awarded points in relation to the lowest tender price. The best tender is given equivalently for each quality criterium. 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 Public Administration Act § 13, cf. the regulations in the Public Procurements Act § 3-6. The Norwegian Directorate of Health would like to enter into a contract with a service provider of professional tests for health care workers. The aim is to test the qualifications of persons who have already undertaken and passed equivalent training (including final examinations) in countries outside the EEA and Switzerland. The background is amendments 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 general aim of the new approval scheme is to ensure that health personnel trained in countries outside the EEA and Switzerland have the prerequisite qualifications to safeguard the interests of patient safety and the quality of the services. The professional test is one of several additional requirements. The other (language test, 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 health care workers shall last for up to 1 day. They shall be held at least twice a year, possibly continually. The length will depend on which model(s) the service provider chooses to offer, see chapter 2 for further details. Service providers shall develop, hold and administer the professional test. There are an estimated 1 200 candidates per annum who will take the professional test. The estimate is uncertain, see chapter 2.6 for further details. See chapter 2.7 and chapter 3 for information on the contract's financial limits and length. 2 The delivery. 2.1 The contracting authority's needs. The new approval scheme gives a need for service providers of professional tests for health workers trained in countries outside the EEA and Switzerland. We would preferably like one service provider. There can be a need for several due to capacity considerations. The estimated number of candidates with a need for a professional test is approximately 1 200 per annum. The estimate is uncertain: the new scheme involves new requirements and the candidates must themselves pay significant parts of the costs, which can lead to fewer candidates. The fact that Norway will have more immigrants can lead to the number of candidates increasing. ‘Professional test’ is here defined as a specific practical, oral and written professional test. It shall be less comprehensive and shorter than an ordinary professional test for apprentices in the health care worker profession, and less complicated than professional tests for health personnel (nurses, doctors, dentists) with higher education. 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 examinations/ordinary subject tests) are expected to have. It shall contribute to uncovering actual shortcomings in the candidate's competence, function as quality assurance of the equivalency assessment of education documents and contribute to uncovering whether the decision equivalency has been made on the basis of false/forged documents. The professional test for health care workers shall last for up to one day, it shall be a profession specific practical oral and written test that measures whether the applicant has the equivalent theoretical and practical knowledge that is required for the Norwegian exam in the profession, cf. the Curriculum for health care workers, third year sixth form: http://www.udir.no/kl06/HEA3-01/. Service providers must have the competence and system for continual updates to the scheme and the content of the professional test in accordance with the current theoretical and practical requirements in the Norwegian education for health care workers. Thoughts on possible system alternatives (Models A and B) that can be carried out in the services with real patients/users are described in chapter 2.2. A draft has also been made for a form of staged tests with virtual patients/users (Model C). Furthermore, there is a list of examples with a transferable value. Other models can also be relevant. The tender can include one or several models. If continual implementation (e.g. Model A) is not to be used, the tests must be held at least twice a year. This is so that each candidate shall be able to take the professional test twice a year. The professional test must preferably be ready for use during autumn 2016. If this is not possible, service providers are asked to state the first possible date for holding the test. They shall be held at least twice a year, possibly continually. 2.2 Implementation, organisation, capacity — possible need for different models Possible implementation in the services with real patients/users (Models A and B). It is not known whether all candidates who currently apply for authorisation with training outside the EEA and Switzerland are employed in the health and care services at the time the application is submitted. Approximately 25 % of the employees in the services are included in the statistics as unskilled and could register for the professional test. Implementation at each individual's place of work (Model A) can be a possible solution. There is no overview of the number of candidates without employment in the services with training from outside the EEA and Switzerland. Regardless of the number, they must be given the opportunity to take the professional test on equal terms as those who have employment. For candidates without work in the services, implementation at selected places of work at least twice a year (Model B) can be a possible solution. If such a model is chosen, the development centre for nursing homes and home care services (www.utviklingssenter.no) can be a possible venue for holding the professional tests. Service providers must, in such case, investigate this and the tender must include intention contracts. Possible implementation with staged patient/user situations (Model C). A third system can be to hold the professional test as a staged test, where each candidate solves tasks in a staged situation with virtual patients/users (e. g. with hired persons in the role of the patient). The University of Oslo has held such tests for foreign medical personnel for several years (OSCE-test; Objective Structural Clinical Examination). Buskerud and Vestold University College holds a similar test for student nurses. Professional competitions that include similar elements have been held for health care workers in recent years. Below is a non exhaustive list of models with a possible transferable value: — UiO's test for medical personnel with training from countries outside the EEA: http://www.med.uio.no/om/aktuelt/arrangementer/medisinsk-fagprove/fagprove-utenlandsmedisinere-2013.html — HBV's professional test for student nurses and the professional test that they are currently developing for nurses with training from countries outside the EEA and Switzerland. Contact vibeke.narverud.nyborg@hbv.no — For professional competitions (county, Norwegian and World championship) see: http://worldskills.no/helsefagarbeider/helsefagarbeider-article328-211.html Examples of assignments: http://worldskills.no/konkurransoppgaver/eksempler-paa-konkurransoppgaver-article656-385.html (see the information on the assignments that are given and the relevant contact persons under the chapter ‘Health Care Workers’). — Ordinary professional tests for apprentices in the health care worker profession, which are held in the service, at each apprentice's place of work, and which are regulated by the Education Act. Contact the country's counties for information. The alternatives stated above are possible system alternatives and models with a drafted transferable value. Others can be relevant. Models that are presented in the tender must be fully prepared and take quality and patient safety into consideration. The tender can include one or several different models. Regardless of which model(s) is chosen, the service provider shall ensure that there are a sufficient number of professional personnel, including examiners with the necessary competence. Tenders must include the necessary inte
CPV-Code: 80000000
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: None
contact_point: Procurement, operation and contract management
idate: 20. Juni 2020 09:32
udate: 20. Juni 2020 09:32
doc: 417283_2015.xml
authority_types: NATIONAL_AGENCY
activities: GENERAL_PUBLIC_SERVICES
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:417283-2015: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__Allgemeine und berufliche Bildung
Gewinner None
Datum
Wert None
Anzahl Angebote None