Municipal occupational pension for Nordre Follo municipality. Negotiated procedure

Procurement process for municipal occupational pension for Nordre Follo municipality. The competition will be carried out as a two-stage process with negotiations. Procurement process for municipal occupational pension for Nordre Follo municipality. The competition will be carried out as a two-stage process with negotiations.

CPV: 66520000 Пенсионни услуги
Краен срок:
Авг. 21, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Municipal occupational pension for Nordre Follo municipality. Negotiated procedure
Издаващ орган:
Nordre Follo kommune
Номер на наградата:
Nordre Follo kommune - Pensjon

1. Buyer

1.1 Buyer

Official name : Nordre Follo kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Municipal occupational pension for Nordre Follo municipality. Negotiated procedure
Description : Procurement process for municipal occupational pension for Nordre Follo municipality. The competition will be carried out as a two-stage process with negotiations.
Procedure identifier : 93a53c97-91bc-43cf-9149-7569b4e5bd5a
Internal identifier : Nordre Follo kommune - Pensjon
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Negotiated procedure. The tender phase will be carried out for qualified tenderers after prequalification.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66520000 Pension services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Municipal occupational pension for Nordre Follo municipality. Negotiated procedure
Description : Procurement process for municipal occupational pension for Nordre Follo municipality. The competition will be carried out as a two-stage process with negotiations.
Internal identifier : Nordre Follo kommune - Pensjon

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66520000 Pension services
Options :
Description of the options : 1 year + 1 year + 1 year + 1 year + 1 year - 1 year.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 6
Other information about renewals : Option for extension of 1 year + 1 year + 1 year + 1 year + 1 year - 1 year.

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Request to participate requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional 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. The tenderer is required to be certified by the Financial Supervisory Authority of Norway to operate insurance mediation in Norway.
Criterion : Enrolment in a trade 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.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? The tenderer is required to be certified by the Financial Supervisory Authority of Norway to operate insurance mediation in Norway.
Criterion : Specific yearly 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 as follows: Enter the number of municipalities that are members of the tenderer's pension partnership for municipal occupational pensions.
Criterion : Average yearly turnover
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. Enter the number of municipalities that are members of the tenderer's pension partnership for municipal occupational pensions.
Criterion : References on specified deliveries
Description : Tenderers shall offer a pension scheme that fulfils the at any given time applicable rules in SGS-2020, as well as other legislation and rules that apply to pension schemes in the municipal sector.

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 14/08/2025 10:00 +00:00
Information about restricted documents is available at : https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=435157&B=
Ad hoc communication channel :

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 : Required
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 21/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 10 Month
Information about public opening :
Opening date : 21/08/2025 10:15 +00:00
Place : Söderberg & Partners Nord AS ́ premises, Trondheim
Additional information : The tenders will not be open to the public.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : The tenderer is required to be certified for insurance mediation in Norway.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Klagenemndssekretariatet - KOFA
Review organisation : Klagenemndssekretariatet - KOFA
Information about review deadlines : 10 day appeals deadline in accordance with the regulations.
Organisation providing additional information about the procurement procedure : Söderberg & Partners Nord AS
Organisation providing offline access to the procurement documents : Söderberg & Partners Nord AS
Organisation providing more information on the review procedures : Klagenemndssekretariatet - KOFA
Organisation receiving requests to participate : Söderberg & Partners Nord AS
Organisation processing tenders : Söderberg & Partners Nord AS

8. Organisations

8.1 ORG-0001

Official name : Söderberg & Partners Nord AS
Registration number : 986187960
Postal address : Postboks 1954 Moholt
Town : Trondheim
Postcode : 7448
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Håkon Gjeitnes
Telephone : +47 90 89 23 26
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenemndssekretariatet - KOFA
Registration number : 918195548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

8.1 ORG-0003

Official name : Nordre Follo kommune
Registration number : 922 092 648
Postal address : Postboks 3010
Town : SKI
Postcode : 1402
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Grete Hauan Keiserud
Telephone : +4793401010
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 9342b0b6-deda-481f-9053-ed720f0c16ed - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 10:02 +00:00
Notice dispatch date (eSender) : 30/06/2025 10:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00424659-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025