Ausschreibung: Überlassung von medizinischem Personal - NO-Bergen Überlassung von medizinischem Personal Dokument Nr...: 307220-2020 (ID: 2020070109163423888) Veröffentlicht: 01.07.2020 * NO-Bergen: Überlassung von medizinischem Personal 2020/S 125/2020 307220 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Bergen Kommune Innkjøp Konsern Nationale Identifikationsnummer: 964338531 Postanschrift: Postboks 7700 Ort: Bergen NUTS-Code: NO NORGE Postleitzahl: 5020 Land: Norwegen Kontaktstelle(n): Marte Bertelsen E-Mail: [6]Postmottak.Innkjop@bergen.kommune.no Internet-Adresse(n): Hauptadresse: [7]https://permalink.mercell.com/127782401.aspx Adresse des Beschafferprofils: [8]https://www.bergen.kommune.no/ I.1)Name und Adressen Offizielle Bezeichnung: Alver Kommune Askøy Kommune Austevoll Kommune Austrheim Kommune Bjørnafjorden Kommune Kvam Herad Masfjorden Kommune Modalen kommune Osterøy Kommune Samnanger Kommune Vaksdal Kommune Voss herad Øygarden Kommune Bergen Røde Kors sykehjem Landås Menighets Eldresenter Omsorgssenteret Bergens Indremisjon Postanschrift: Postboks 7700 Ort: Bergen NUTS-Code: NO051 Hordaland Land: Norwegen E-Mail: [9]Marte.Bertelsen@bergen.kommune.no Internet-Adresse(n): Hauptadresse: [10]https://permalink.mercell.com/127782401.aspx I.2)Informationen zur gemeinsamen Beschaffung Der Auftrag betrifft eine gemeinsame Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [11]https://permalink.mercell.com/127782401.aspx Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [12]https://permalink.mercell.com/127782401.aspx I.4)Art des öffentlichen Auftraggebers Regional- oder Kommunalbehörde I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: EEA 018-2020 Temporary Health Staff for Bergen Municipality and Collaborating Partners Referenznummer der Bekanntmachung: 2020/55700 II.1.2)CPV-Code Hauptteil 79625000 Überlassung von medizinischem Personal II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: Bergen Municipality and collaborating partners will enter into framework agreements for temporary health staff. There will be two lots. Tenders can be submitted for one or both lots. Lot 1: Temporary Health Staff. The contracting authority will choose three-four tenderers. Lot 2: Temporary doctors. The contracting authority will choose one-two tenderers. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 275 000 000.00 NOK II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: ja Angebote sind möglich für alle Lose II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: EEA 018-2020 Lot 1 Temporary Health Staff Los-Nr.: 1 II.2.2)Weitere(r) CPV-Code(s) 79625000 Überlassung von medizinischem Personal II.2.3)Erfüllungsort NUTS-Code: NO051 Hordaland II.2.4)Beschreibung der Beschaffung: Lot 1: Temporary health staff. The framework agreement will cover the need for temporary staff within various health services in the Municipality and collaborating partners. The framework agreement includes temporary staff within all job categories in the municipal health sector besides doctors, i.e., nurses, special nurses, social educators, health workers, state enrolled nurses, carers, ergonomists, medicine students, student nurses and assistants. The contracting authority will choose three-four tenderers. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 260 000 000.00 NOK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Beginn: 14/09/2020 Ende: 14/09/2022 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The contract will be valid for 2 years, with an option for the contracting authority for up to further 2 years extension, to a maximum of 4 years. The contracting authority can choose to extend the contract multiple times, for e.g. for 1 year at a time. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: The contract will be valid for 2 years, with an option for the contracting authority for up to further 2 years extension, to a maximum of 4 years. The contracting authority can choose to extend the contract multiple times, for e.g. for 1 year at a time. II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: EEA 018-2020 Lot 2: Temporary Doctors Los-Nr.: 2 II.2.2)Weitere(r) CPV-Code(s) 79625000 Überlassung von medizinischem Personal II.2.3)Erfüllungsort NUTS-Code: NO051 Hordaland II.2.4)Beschreibung der Beschaffung: Lot 2: Temporary doctors. The framework agreement will cover the need for temporary doctors in the Municipality and collaborating partners. There can be a need for temporary doctors in several places in the Municipality. There will primarily be a need for temporary GPs for doctor surgeries, but there can also be a need for temporary doctors for Bergen emergency doctor surgery, the 24 hour emergency help unit, nursing homes or other places where the Municipality offers doctor services. The contracting authority will choose one-two tenderers. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 15 000 000.00 NOK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Beginn: 14/09/2020 Ende: 14/09/2022 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The contract will be valid for 2 years, with an option for the contracting authority for up to further 2 years extension, to a maximum of 4 years. The contracting authority can choose to extend the contract multiple times, for e.g. for 1 year at a time. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: The contract will be valid for 2 years, with an option for the contracting authority for up to further 2 years extension, to a maximum of 4 years. The contracting authority can choose to extend the contract multiple times, for e.g. for 1 year at a time. II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: Registered in a trade register or company register. Tenderers must be registered in a company register or trade register in the member state where the tenderer is established. As described in Annex XI of directive 2014/24/EU, suppliers from certain member countries can be required to fulfil other requirements in the mentioned Annex. Description of requirements/documentation: Tenderers must be a legally established company. Documentation: tenderers registered in the Norwegian Register of Business Enterprises do not need to enclose documentation. The contracting authority will inspect the registration by using the organisation number provided in the tenderer's Mercell profile. For tenderers that are not registered in the above-mentioned register, the tenderer must provide certificates or confirmation of registration (equivalent to a company registration certificate) in a trade register or company register as described in the legislation in the country where the tenderer is established. The certificate must not be issued more than 6 months prior to the tender deadline. For service contracts: membership is required in a specific organisation. Is it necessary to have a specific authorisation from a specific organisation in order to carry out the service in the tenderer's home country? Description of requirements/documentation: Requirement: tenderers must be a certified manpower company. Documentation: a certificate for registration as a manpower company in the Norwegian Labour Inspection Authority's register. The certificate shall not be issued more than 6 months prior to the expiry of the tender deadline. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Other economic and financial requirements In regards to any other economic and financial requirements stated in the tender notice or in the procurement documents, the tenderer must verify: Description of requirements/documentation: Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract's value, services, risk and length. Documentation for Norwegian tenderers: the contracting authority will check tenderers' financial situation from DIFI's eBevis, Proff Forvalt ([13]https://forvalt.no/) and/or via information given by Creditsafe ([14]https://www.creditsafe.com) and can obtain further information from the Brønnøysund Register Centre. Note that the tender documentation includes guidelines for how tenderers can supplement available information if they wish to do so. Documentation for foreign tenderers: tenderers must, upon request, submit a credit rating report from a company that has a licence from the Norwegian Data Protection Authority to operate a credit information company in Norway, possibly from a company with the equivalent certification in a member country of the EU/EEA. The credit rating report must be based on updated accounting information. III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Only for services: during 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 3 years experience and can take experience from the period before the last 3 years into consideration. Description of requirements/documentation: Tenderers must have substantial and relevant experience. The experience must be from assignments of an equivalent complexity as the services requested in this contest. Documentation requirement: relevant experience is to be documented by stating a minimum of three and a maximum of five reference projects from the last 3 years. Information on this point is to be given in Mercell. Only the first five projects will be assessed if more than five reference projects are listed. Technical personnel or technical entities. Tenderers can command the following technical personnel or technical units, particularly those who are responsible for quality assurance: for technical personnel or technical units that do not directly belong to the tenderer's company, but is capacity that the tenderer will rely on, cf. part II, paragraph C, particular ESPDs must be completed. Description of requirements/documentation: Requirement: implementation ability personnel. The tenderer is required to show good ability to carry out the assignment in accordance with the needs of the contracting authority. The tenderer is therefore required to have sufficient capacity to be able to implement the assignment. Documentation: tenderers must document the implementation ability of their personnel in the following two ways. 1) An overview of the number of full-time equivalent years with competence in special/important disciplines for the fulfilment of this service. Competence in special/important disciplines means nurses and health workers/state enrolled nurses for lot 1 and doctors and GPs for lot 2. 2) A self-declaration that the tenderer has sufficient capacity to provide the requested temporary staff from the first day of the contract period for Bergen Municipality and collaborating partners. Certificates issued by independent bodies for quality assurance standards. Can tenderers present certificates issued by independent bodies as documentation that the tenderer fulfils the specified quality standards, including the requirement for universal design? Minimum requirements for the qualification requirements The contracting authority requires providers who have certification from independent third parties that confirm that the provider has established quality management routines and systems. Documentation: tenderers must submit certificates from independent recognised bodies that document a satisfactory quality management system. A valid ISO 9001 certificate, for example, will be accepted as fulfilment of the requirement. III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.1)Angaben zu einem besonderen Berufsstand III.2.2)Bedingungen für die Ausführung des Auftrags: III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung Rahmenvereinbarung mit mehreren Wirtschaftsteilnehmern Geplante Höchstanzahl an Beteiligten an der Rahmenvereinbarung: 6 IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: nein IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 13/08/2020 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Norwegisch IV.2.6)Bindefrist des Angebots Das Angebot muss gültig bleiben bis: 13/11/2020 IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 13/08/2020 Ortszeit: 12:00 Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Bergen Tingrett Postanschrift: Postboks 7412 Ort: Bergen Postleitzahl: 5020 Land: Norwegen VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 27/06/2020 References 6. mailto:Postmottak.Innkjop@bergen.kommune.no?subject=TED 7. https://permalink.mercell.com/127782401.aspx 8. https://www.bergen.kommune.no/ 9. mailto:Marte.Bertelsen@bergen.kommune.no?subject=TED 10. https://permalink.mercell.com/127782401.aspx 11. https://permalink.mercell.com/127782401.aspx 12. https://permalink.mercell.com/127782401.aspx 13. https://forvalt.no/ 14. https://www.creditsafe.com/ OT: 01/07/2020 S125 Services - Contract notice - Open procedure Norway-Bergen: Supply services of medical personnel 2020/S 125-307220 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Bergen Kommune Innkjøp Konsern National registration number: 964338531 Postal address: Postboks 7700 Town: Bergen NUTS code: NO NORGE Postal code: 5020 Country: Norway Contact person: Marte Bertelsen E-mail: [6]Postmottak.Innkjop@bergen.kommune.no Internet address(es): Main address: [7]https://permalink.mercell.com/127782401.aspx Address of the buyer profile: [8]https://www.bergen.kommune.no/ I.1)Name and addresses Official name: Alver Kommune Askøy Kommune Austevoll Kommune Austrheim Kommune Bjørnafjorden Kommune Kvam Herad Masfjorden Kommune Modalen kommune Osterøy Kommune Samnanger Kommune Vaksdal Kommune Voss herad Øygarden Kommune Bergen Røde Kors sykehjem Landås Menighets Eldresenter Omsorgssenteret Bergens Indremisjon Postal address: Postboks 7700 Town: Bergen NUTS code: NO051 Hordaland Country: Norway E-mail: [9]Marte.Bertelsen@bergen.kommune.no Internet address(es): Main address: [10]https://permalink.mercell.com/127782401.aspx I.2)Information about joint procurement The contract involves joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [11]https://permalink.mercell.com/127782401.aspx Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [12]https://permalink.mercell.com/127782401.aspx I.4)Type of the contracting authority Regional or local authority I.5)Main activity General public services Section II: Object II.1)Scope of the procurement II.1.1)Title: EEA 018-2020 Temporary Health Staff for Bergen Municipality and Collaborating Partners Reference number: 2020/55700 II.1.2)Main CPV code 79625000 Supply services of medical personnel II.1.3)Type of contract Services II.1.4)Short description: Bergen Municipality and collaborating partners will enter into framework agreements for temporary health staff. There will be two lots. Tenders can be submitted for one or both lots. Lot 1: Temporary Health Staff. The contracting authority will choose three-four tenderers. Lot 2: Temporary doctors. The contracting authority will choose one-two tenderers. II.1.5)Estimated total value Value excluding VAT: 275 000 000.00 NOK II.1.6)Information about lots This contract is divided into lots: yes Tenders may be submitted for all lots II.2)Description II.2.1)Title: EEA 018-2020 Lot 1 Temporary Health Staff Lot No: 1 II.2.2)Additional CPV code(s) 79625000 Supply services of medical personnel II.2.3)Place of performance NUTS code: NO051 Hordaland II.2.4)Description of the procurement: Lot 1: Temporary health staff. The framework agreement will cover the need for temporary staff within various health services in the Municipality and collaborating partners. The framework agreement includes temporary staff within all job categories in the municipal health sector besides doctors, i.e., nurses, special nurses, social educators, health workers, state enrolled nurses, carers, ergonomists, medicine students, student nurses and assistants. The contracting authority will choose three-four tenderers. II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 260 000 000.00 NOK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Start: 14/09/2020 End: 14/09/2022 This contract is subject to renewal: yes Description of renewals: The contract will be valid for 2 years, with an option for the contracting authority for up to further 2 years extension, to a maximum of 4 years. The contracting authority can choose to extend the contract multiple times, for e.g. for 1 year at a time. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: yes Description of options: The contract will be valid for 2 years, with an option for the contracting authority for up to further 2 years extension, to a maximum of 4 years. The contracting authority can choose to extend the contract multiple times, for e.g. for 1 year at a time. II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: EEA 018-2020 Lot 2: Temporary Doctors Lot No: 2 II.2.2)Additional CPV code(s) 79625000 Supply services of medical personnel II.2.3)Place of performance NUTS code: NO051 Hordaland II.2.4)Description of the procurement: Lot 2: Temporary doctors. The framework agreement will cover the need for temporary doctors in the Municipality and collaborating partners. There can be a need for temporary doctors in several places in the Municipality. There will primarily be a need for temporary GPs for doctor surgeries, but there can also be a need for temporary doctors for Bergen emergency doctor surgery, the 24 hour emergency help unit, nursing homes or other places where the Municipality offers doctor services. The contracting authority will choose one-two tenderers. II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 15 000 000.00 NOK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Start: 14/09/2020 End: 14/09/2022 This contract is subject to renewal: yes Description of renewals: The contract will be valid for 2 years, with an option for the contracting authority for up to further 2 years extension, to a maximum of 4 years. The contracting authority can choose to extend the contract multiple times, for e.g. for 1 year at a time. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: yes Description of options: The contract will be valid for 2 years, with an option for the contracting authority for up to further 2 years extension, to a maximum of 4 years. The contracting authority can choose to extend the contract multiple times, for e.g. for 1 year at a time. II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information Section III: Legal, economic, financial and technical information III.1)Conditions for participation III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions: Registered in a trade register or company register. Tenderers must be registered in a company register or trade register in the member state where the tenderer is established. As described in Annex XI of directive 2014/24/EU, suppliers from certain member countries can be required to fulfil other requirements in the mentioned Annex. Description of requirements/documentation: Tenderers must be a legally established company. Documentation: tenderers registered in the Norwegian Register of Business Enterprises do not need to enclose documentation. The contracting authority will inspect the registration by using the organisation number provided in the tenderer's Mercell profile. For tenderers that are not registered in the above-mentioned register, the tenderer must provide certificates or confirmation of registration (equivalent to a company registration certificate) in a trade register or company register as described in the legislation in the country where the tenderer is established. The certificate must not be issued more than 6 months prior to the tender deadline. For service contracts: membership is required in a specific organisation. Is it necessary to have a specific authorisation from a specific organisation in order to carry out the service in the tenderer's home country? Description of requirements/documentation: Requirement: tenderers must be a certified manpower company. Documentation: a certificate for registration as a manpower company in the Norwegian Labour Inspection Authority's register. The certificate shall not be issued more than 6 months prior to the expiry of the tender deadline. III.1.2)Economic and financial standing List and brief description of selection criteria: Other economic and financial requirements In regards to any other economic and financial requirements stated in the tender notice or in the procurement documents, the tenderer must verify: Description of requirements/documentation: Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract's value, services, risk and length. Documentation for Norwegian tenderers: the contracting authority will check tenderers' financial situation from DIFI's eBevis, Proff Forvalt ([13]https://forvalt.no/) and/or via information given by Creditsafe ([14]https://www.creditsafe.com) and can obtain further information from the Brønnøysund Register Centre. Note that the tender documentation includes guidelines for how tenderers can supplement available information if they wish to do so. Documentation for foreign tenderers: tenderers must, upon request, submit a credit rating report from a company that has a licence from the Norwegian Data Protection Authority to operate a credit information company in Norway, possibly from a company with the equivalent certification in a member country of the EU/EEA. The credit rating report must be based on updated accounting information. III.1.3)Technical and professional ability List and brief description of selection criteria: Only for services: during 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 3 years experience and can take experience from the period before the last 3 years into consideration. Description of requirements/documentation: Tenderers must have substantial and relevant experience. The experience must be from assignments of an equivalent complexity as the services requested in this contest. Documentation requirement: relevant experience is to be documented by stating a minimum of three and a maximum of five reference projects from the last 3 years. Information on this point is to be given in Mercell. Only the first five projects will be assessed if more than five reference projects are listed. Technical personnel or technical entities. Tenderers can command the following technical personnel or technical units, particularly those who are responsible for quality assurance: for technical personnel or technical units that do not directly belong to the tenderer's company, but is capacity that the tenderer will rely on, cf. part II, paragraph C, particular ESPDs must be completed. Description of requirements/documentation: Requirement: implementation ability personnel. The tenderer is required to show good ability to carry out the assignment in accordance with the needs of the contracting authority. The tenderer is therefore required to have sufficient capacity to be able to implement the assignment. Documentation: tenderers must document the implementation ability of their personnel in the following two ways. 1) An overview of the number of full-time equivalent years with competence in special/important disciplines for the fulfilment of this service. Competence in special/important disciplines means nurses and health workers/state enrolled nurses for lot 1 and doctors and GPs for lot 2. 2) A self-declaration that the tenderer has sufficient capacity to provide the requested temporary staff from the first day of the contract period for Bergen Municipality and collaborating partners. Certificates issued by independent bodies for quality assurance standards. Can tenderers present certificates issued by independent bodies as documentation that the tenderer fulfils the specified quality standards, including the requirement for universal design? Minimum requirements for the qualification requirements The contracting authority requires providers who have certification from independent third parties that confirm that the provider has established quality management routines and systems. Documentation: tenderers must submit certificates from independent recognised bodies that document a satisfactory quality management system. A valid ISO 9001 certificate, for example, will be accepted as fulfilment of the requirement. III.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.1)Information about a particular profession III.2.2)Contract performance conditions: III.2.3)Information about staff responsible for the performance of the contract Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Open procedure IV.1.3)Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement Framework agreement with several operators Envisaged maximum number of participants to the framework agreement: 6 IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: no IV.2)Administrative information IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participate Date: 13/08/2020 Local time: 12:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4)Languages in which tenders or requests to participate may be submitted: Norwegian IV.2.6)Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 13/11/2020 IV.2.7)Conditions for opening of tenders Date: 13/08/2020 Local time: 12:00 Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows VI.3)Additional information: VI.4)Procedures for review VI.4.1)Review body Official name: Bergen Tingrett Postal address: Postboks 7412 Town: Bergen Postal code: 5020 Country: Norway VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 27/06/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de