NRK 2024/1667 Framework agreement for the purchase of company health services

The objective of the procurement is to ensure access to competent services within Company Health Services by entering into framework agreements for organisational entities included in this tender. Tenders can be submitted for one, several or all organisational units. Tenders shall be submitted for the DDIV region South-East, NRK ́s …

CPV: 85147000 Servicios de sanidad de las empresas
Plazo:
23 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
NRK 2024/1667 Framework agreement for the purchase of company health services
Organismo adjudicador:
Norsk rikskringkasting AS
Número de premio:
2024/1667

1. Buyer

1.1 Buyer

Official name : Norsk rikskringkasting AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : NRK 2024/1667 Framework agreement for the purchase of company health services
Description : The objective of the procurement is to ensure access to competent services within Company Health Services by entering into framework agreements for organisational entities included in this tender. Tenders can be submitted for one, several or all organisational units. Tenders shall be submitted for the DDIV region South-East, NRK ́s internal BHT, vocational hygienic measurements and psychological assistance at Marienlyst. If local offices are provided, this is to show where the tenderer shall be able to provide physical services. Organisational unit - Division/Region District office Local office NRK Sápmi Karasjok Kautokeino DDIV Region north Including Public service Alta Tromsø Bodø Public Service Mo i Rana DDIV Region Mid Trondheim Brekstad Namsos Røros Steinkjer Ålesund Kristiansund N Molde Ulsteinvik Lillehammer Fagernes Folldal Hamar Kongsvinger Vågå DDIV Region west Bergen Førde Haugesund Odda Stord Sogndal Nordfjord Internal company health services Marienlyst Occupational Hygienic Measurements Assistance of psychologist the framework agreement ́s total volume is estimated to approx. NOK 2.3 million excluding VAT over four years. The volume is an estimate based on historical figures from the previous contract period. See the description of the estimated extent in hours for the first two contract years, in Annex 9 - Annex 1 Specifications and Prices, chapter 2. In order to take into account any increased need, the framework agreement ́s maximum upper limit is NOK 4 million. The estimates are not binding for NRK.
Procedure identifier : 87a42be6-9c40-4d8d-a7b0-7c9c24593ebb
Internal identifier : 2024/1667
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The following basic deliveries are included in the procurement: Planning, mapping and analysis, including; Assist in the preparation of the action plan for HSE work at the office Participate in relevant meetings and selection Annual report describing the work carried out Contribute to the analysis of sick leave Assist in/carry out working environment, safety and risk assessments Follow-up individually: sick leave, IA work, AKAN, including; Follow-up of sick leave and long-term sick leave in accordance with the IA agreement Participation in dialogue meetings as needed, in accordance with NRK ́s sickness rules Function assessment in connection with following up sick leave Follow-up of persons with dependency problems, possibly under AKAN Ergonomic assistance, including; Workplace assessments (individual) Workplace assessments (groups) Ergonomic assessments in general and in connection with workplace visits psychological assistance, including; Individual psychological assistance in acute crises and serious incidents, including stressful journalistic assignments Individual follow-up of psychologists for work-related problems Follow-up of the working environment in connection with acute crises and serious incidents Conflict Management Consulting, guidance, preventive activities, including; Systematic HSE work Physical working environment (lighting, noise and inside climate) Ergonomic problems Psychosocial/organisational working environment, conflicts, restructuring, stress, work load and stressful journalistic assignments Preventive work connected to drugs/dependency Health contact/work medical outpatients clinic, hounds; Individual consultation/health contact with work related problems, including ergonomics Hearing tests Work health surveys that are either statutory or targeted in relation to exposures in the working environment (e.g. night work, exposure to artificial smoke) Assistance with reviewing, treatment and follow-up of occupational injuries and work related illness Vaccination and offshore certificate for the Western Driver's licence renewals for large vehicles Vaccination (option), including; Vaccination - applies to all divisions/regions except the Western Course Region (option), including; Examples of courses: First aid Ergonomics Psychosocial Working Environment Stress Management There will be variation in the need of the different services between the locations and some of the services will not be used extensively.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85147000 Company health services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 2 300 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : NRK 2024/1667 Framework agreement for the purchase of company health services
Description : The objective of the procurement is to ensure access to competent services within Company Health Services by entering into framework agreements for organisational entities included in this tender. Tenders can be submitted for one, several or all organisational units. Tenders shall be submitted for the DDIV region South-East, NRK ́s internal BHT, vocational hygienic measurements and psychological assistance at Marienlyst. If local offices are provided, this is to show where the tenderer shall be able to provide physical services. Organisational unit - Division/Region District office Local office NRK Sápmi Karasjok Kautokeino DDIV Region north Including Public service Alta Tromsø Bodø Public Service Mo i Rana DDIV Region Mid Trondheim Brekstad Namsos Røros Steinkjer Ålesund Kristiansund N Molde Ulsteinvik Lillehammer Fagernes Folldal Hamar Kongsvinger Vågå DDIV Region west Bergen Førde Haugesund Odda Stord Sogndal Nordfjord Internal company health services Marienlyst Occupational Hygienic Measurements Assistance of psychologist the framework agreement ́s total volume is estimated to approx. NOK 2.3 million excluding VAT over four years. The volume is an estimate based on historical figures from the previous contract period. See the description of the estimated extent in hours for the first two contract years, in Annex 9 - Annex 1 Specifications and Prices, chapter 2. In order to take into account any increased need, the framework agreement ́s maximum upper limit is NOK 4 million. The estimates are not binding for NRK.
Internal identifier : 2024/1667

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85147000 Company health services
Options :
Description of the options : Vaccination (option); Vaccination - applies to all divisions/regions except the Western Course Region (option); Examples of courses: • First aid • Ergonomics • Psychosocial working environment • Stress mastering

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has the right to extend the contract on verbatim terms for a further two years, one year at a time.

5.1.5 Value

Estimated value excluding VAT : 2 300 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Documentation requirement: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. This assessment must not be more than three months old from the tender deadline and be based on the last approved accounts, and it should provide information on credit worthiness and the degree of bankruptcy risk. If the tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, a guarantee can be submitted from a parent company that fulfils the relevant qualification requirements, or other alternative documentation in the form of a statement from an auditor or financial institution that is satisfactory to fulfil the documentation requirement. If a tenderer will use a parent company or others, equivalent number sizes as well as a binding statement, Annex 4 - Commitment Statement qualification, shall be submitted. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Qualification requirement: Tenderers shall have their tax, employer contributions and VAT payments in order. Documentation requirement: Tax certificate, or equivalent from the country where the company is registered, not older than 6 months. http://www.kemnerkontoret.oslo.kommune.no/skatteattest/
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : Qualification requirement: Tenderers shall be a legally established company. Documentation requirement: Company Registration Certificate from the Brønnøysund Register Centre, or equivalent from the country where the company is registered.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Certification from the Norwegian Labour Inspection Authority
Description : Qualification requirement: Tenderers shall be a certified BHT provider in accordance with the Regulations on Administrative Schemes for the Working Environment Act (regulations on administrative schemes). Documentation requirement: Certification from the Norwegian Labour Inspection Authority.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications
Description : Qualification requirement: Good professional competence, good implementation ability and sufficient capacity to fulfil the contract of this extent. Tenderers are required to have several people with different disciplines/educations such as: Work medical competence/doctor Psychologist Physiotherapist Ergo therapist Occupational hygienist Documentation requirement: Overview of the tenderer's: Total staffing and administrative management, including how many people have the requested education. CVs shall not be submitted here, it is sufficient to provide a list of the employees and any sub-suppliers. Questions about expanded competence and experience will be a part of the evaluation organisation plan/overview. Sub-suppliers must document that they also fulfil the requirements in the tender documentation point 5.5.1 and a binding statement must be submitted, cf. Annex 4 - Commitment Statement qualification. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Relevant deliveries and references.
Description : Qualification requirement: Tenderers shall have carried out relevant deliveries of major assignments carried out in the last three (3) years. NRK is the country's leading media company. Relevant means experience from contracting authorities with equivalent organisational complexity. Documentation requirement: A description shall be given of the most important relevant deliveries in the last three (3) years connected to equivalent contracts included in the procurement. At least three (3) references are requested for a maximum of five (5) references. It is important that the references show width and variation. References shall, as a minimum, be described with the following information: • The contracting authority ́s name • Contact information at the customer; name, position, email and telephone • Short description of the contract • Dates and duration References can be contacted and controlled. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 09/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/244821797.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 23/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 23/04/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation providing more information on the review procedures : Norsk rikskringkasting AS

8. Organisations

8.1 ORG-0001

Official name : Norsk rikskringkasting AS
Registration number : 976390512
Postal address : Bjørnstjerne Bjørnsons plass 1
Town : OSLO
Postcode : 0340
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Konserninnkjøp - NRK AS
Telephone : +47 23047000
Fax : +47 23048958
Internet address : http://www.nrk.no/
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +4722035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : bcc09f86-3c8b-48f4-bb5e-bf5dea314b59 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/03/2025 10:34 +00:00
Notice dispatch date (eSender) : 14/03/2025 11:18 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00168751-2025
OJ S issue number : 53/2025
Publication date : 17/03/2025