Occupational pension with associated risk coverages.

The contracting authority would like to enter into a contract with a tenderer for a deposit based pension scheme, including risk coverage for all employees at the contracting authority. The Contracting Authority currently has a private defined contribution scheme in Nordea. The pension scheme shall be in accordance with the …

CPV: 66520000 Altersvorsorge
Ausführungsort:
Occupational pension with associated risk coverages.
Vergabestelle:
Folketrygdfondet
Vergabenummer:
25/00099

1. Buyer

1.1 Buyer

Official name : Folketrygdfondet
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Occupational pension with associated risk coverages.
Description : The contracting authority would like to enter into a contract with a tenderer for a deposit based pension scheme, including risk coverage for all employees at the contracting authority. The Contracting Authority currently has a private defined contribution scheme in Nordea. The pension scheme shall be in accordance with the law on defined contribution pensions, the act on company pensions and the occupational pension law.
Procedure identifier : 34481bf6-70ea-4776-aa4f-168800728306
Internal identifier : 25/00099
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 and the public procurement regulations dated 12 August 2016 no. 974 (above the EEA threshold value). The procurement shall be carried out in accordance with the negotiated procedure after the prior notice, cf. the Public Procurement Regulations § 13-1(2). After this procedure, all interested tenderers can submit a request for participation in the competition. The tender contest starts with a qualification phase and the Contracting Authority will prequalify the tenderers. Only tenderers who fulfil the qualification requirements and who have been invited by the Contracting Authority will be able to submit a tender. The contracting authority plans to invite three to five tenderers to submit tenders for the competition, provided that a minimum of five requests are received to participate in the competition. The decision on which tenderers are invited to submit a tender will be based on the selection criteria in point 5. All invited tenderers will have their tenders evaluated based on the award criteria stated in point 6. The contracting authority reserves the right to reduce the number of tenderers so that tenderers with the three- five best tenders after the initial evaluation will be invited to negotiations. After the negotiations, tenderers will have the opportunity to submit a revised tender before the final choice of supplier is made. The competition documents will be published in the DOFFIN database.

2.1.1 Purpose

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

2.1.2 Place of performance

Postal address : Haakon VIIs gate 2
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 65 000 000 Norwegian krone

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 of obligations set under purely national exclusion grounds : In accordance with ESPD part III: Rejection Reasons, Section D: "Other rejection reasons stipulated in the national legislation in the contracting authority ́s member state". The Norwegian procurement rules go further than what is stated in the rejection reasons stated in the EU Public Procurement Directive and in the standard form for ESPD. Emphasis is put on the fact that all the rejection reasons in the procurement regulations § 24-2, including the purely national rejection reasons, apply in this competition. The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: - §24-2 (2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. - 24-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 : Occupational pension with associated risk coverages.
Description : The contracting authority would like to enter into a contract with a tenderer for a deposit based pension scheme, including risk coverage for all employees at the contracting authority. The Contracting Authority currently has a private defined contribution scheme in Nordea. The pension scheme shall be in accordance with the law on defined contribution pensions, the act on company pensions and the occupational pension law.
Internal identifier : 25/00099

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66520000 Pension services
Options :
Description of the options : Folketrygdfondet will assess whether individual risk coverage shall be continued, or whether they shall be replaced with increased group life insurance in the future. A decision regarding whether the coverages shall be continued will occur before the tenders are evaluated. A determined scheme will be informed in negotiation meetings in September.

5.1.2 Place of performance

Postal address : Haakon VIIs gate 2
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract period is 6 years with an option to extend for a further two years, one year at a time. Folketrygdfondet shall have an option to extend the contract on verbatim terms for one plus one year, so that the total possible contract period is 8 years. Any extension of the contract must be taken up at least two months before the contract expires.

5.1.5 Value

Estimated value excluding VAT : 65 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Relevant educational and professional qualifications
Description : Demand: Tenderers shall have relevant competence and professional qualifications. Tenderers shall have experience from comparable contracts. Documentation requirement: A short description of relevant competence for the execution of the assignment, including technical or professional qualifications, relevant certificates etc. Tenderers must document that they have sufficient competence and experience to declare liability within the discipline of defined contribution pension, including the requested risk coverage. Requirement: A good and well-functioning quality assurance system, including a management system for privacy, is required for the services that will be provided. Documentation requirement: Tenderers are requested to describe the quality assurance process both as regards the contracting authority, internally in the organisation and in relation to sub-suppliers. Requirement: The tenderer shall have good availability and implementation ability. Documentation requirement: An account of the company ́s size, use of/need for sub-suppliers and for which assignments.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Service/Quality
Description : Service and quality involves competence and quality of the requested delivery, product quality, conditions connected to management, systems for communication and visibility for employees and companies. The criterium also includes the expected return for the members of the scheme. The criteria will be scored on a scale from 0 - 5 where five are the best.
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 55
Criterion :
Type : Price
Name : Price/total cost
Description : The price is to be understood here as the total cost for the contract period (not counting the level of deposits) including the option period. In addition to the specified member list, the requested information and matrixes in Annex 1 Requirement Specifications shall be completed. Tenderers with the lowest total prize will get a maximum score: 5 points.
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 45
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 02/06/2025 21:30 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/06/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 25/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Folketrygdfondet -
Organisation providing offline access to the procurement documents : Folketrygdfondet -
Organisation providing more information on the review procedures : Folketrygdfondet -
Organisation receiving requests to participate : Folketrygdfondet -
Organisation processing tenders : Folketrygdfondet -

8. Organisations

8.1 ORG-0001

Official name : Folketrygdfondet
Registration number : 971525061
Postal address : Postboks 1845
Town : Vika
Postcode : 0123
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Aleksander Smerkerud
Telephone : +47 23117261
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 0cbaf4ba-5f45-458d-ab6f-9321100cd60f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/05/2025 11:07 +00:00
Notice dispatch date (eSender) : 19/05/2025 13:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00325882-2025
OJ S issue number : 97/2025
Publication date : 21/05/2025