Framework agreement for independent financial adviser

The aim of the procurement is to establish a framework agreement for consultancy services, periodical reporting and transaction processing connected to Sandnes kommune's long-term portfolio. The tenderer shall be responsible for providing advice and proposals for investments for the long-term portfolio. It is desirable that the tenderer has an active …

CPV: 66000000 Financial and insurance services, 66100000 Banking and investment services, 66170000 Financial consultancy, financial transaction processing and clearing-house services, 66171000 Financial consultancy services
Deadline:
Aug. 26, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement for independent financial adviser
Awarding body:
Sandnes kommune
Award number:
25/06745

1. Buyer

1.1 Buyer

Official name : Sandnes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for independent financial adviser
Description : The aim of the procurement is to establish a framework agreement for consultancy services, periodical reporting and transaction processing connected to Sandnes kommune's long-term portfolio. The tenderer shall be responsible for providing advice and proposals for investments for the long-term portfolio. It is desirable that the tenderer has an active role in suggesting changes in the portfolio, if the situation warrants it. It is estimated that the portfolio will have a value of approx. NOK 500 million upon signing of the contract. It must be taken into account that the size of the portfolio can vary, both as a result of price changes on investments, but also if the financial situation in the municipality suggests that the portfolio must be reduced or that further capital can be shot in. The basis for the procurement of consultancy services will be the frameworks and terms in the current financial rules. Sandnes kommune's financial rules were last approved by the municipal council 04.03.2024 and are stated in Annex 5 - Finance Rules Sandnes kommune. See annex 2 - Requirement Specifications for a further description of the contracting authority ́s expectations and requirements for this procurement. Areas not part of this enquiry: • Management of the municipality's short-term financial means, i.e. free liquidity and other means intended for operational purposes. • Management of the municipality ́s debt portfolio.
Procedure identifier : e23c83ff-f38e-466e-8a94-cf837f3a6fac
Internal identifier : 25/06745
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66100000 Banking and investment services
Additional classification ( cpv ): 66170000 Financial consultancy, financial transaction processing and clearing-house services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 600 000 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 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 : Framework agreement for independent financial adviser
Description : The aim of the procurement is to establish a framework agreement for consultancy services, periodical reporting and transaction processing connected to Sandnes kommune's long-term portfolio. The tenderer shall be responsible for providing advice and proposals for investments for the long-term portfolio. It is desirable that the tenderer has an active role in suggesting changes in the portfolio, if the situation warrants it. It is estimated that the portfolio will have a value of approx. NOK 500 million upon signing of the contract. It must be taken into account that the size of the portfolio can vary, both as a result of price changes on investments, but also if the financial situation in the municipality suggests that the portfolio must be reduced or that further capital can be shot in. The basis for the procurement of consultancy services will be the frameworks and terms in the current financial rules. Sandnes kommune's financial rules were last approved by the municipal council 04.03.2024 and are stated in Annex 5 - Finance Rules Sandnes kommune. See annex 2 - Requirement Specifications for a further description of the contracting authority ́s expectations and requirements for this procurement. Areas not part of this enquiry: • Management of the municipality's short-term financial means, i.e. free liquidity and other means intended for operational purposes. • Management of the municipality ́s debt portfolio.
Internal identifier : 25/06745

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66100000 Banking and investment services
Additional classification ( cpv ): 66170000 Financial consultancy, financial transaction processing and clearing-house services

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 3 600 000 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Demand: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan shall be in existence. Documentation: - Tax certificate, not older than six months.
Criterion : Enrolment in a trade register
Description : Demand: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: - Norwegian companies: Company Registration Certificate. - Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : References on specified works
Description : Demand: Tenderers shall have experience from comparable contracts as described in the tender documentation and annexes. Documentation: - Documented by enclosing a description of the tenderer's most relevant assignments during the last three years within comparable assignments. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. The references will only be contacted if required. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Criterion : Environmental management measures
Description : Demand: Tenderers shall ensure environmental considerations and have an adequate environmental management system. Documentation: - Tenderers can document the requirement by presenting relevant environmental certificates, such as Miljøfyrtårn, EMAS, ISO 14001 or equivalent, or by presenting a description of their own system and procedures for environmental policy, environmental management scheme etc.
Criterion : Other economic or financial requirements
Description : Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of "credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale. Documentation: As documentation, the contracting authority will obtain a credit rating of Commercial Delphi Score from Experian (the contracting authority subscribes to services from Experian). Tenderers are required to have known registered information about the company and agree by submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer fulfils the qualification requirement. The credit report shall be based on the last available accounting figures. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Under this criteria, the offered annual fixed fees are assessed in "Annex 1 - Price Form". Annual fixed fees shall be given as a percentage of the portfolio ́s value. See "Annex 1 - Price Form" for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Competence and experience
Description : The offered consultant ́s education and experience with particular relevance for the framework agreement will be assessed under this criteria. Tenderers shall fill in annex 3 - Form for CVs and reference assignments, for the offered permanent independent financial adviser. CVs shall include information on relevant education and experience. In addition a short presentation shall be given of two selected reference assignments for the offered financial adviser, regardless of whether experience was acquired from the current employer or earlier. The contracting authority will emphasise CVs and reference assignments with particular relevance for the execution of the contract. It is mentioned that assignments for other public bodies will count positively.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Assignment comprehension
Description : The tenderer ́s response to the assignment comprehension will be assessed under this criteria. The tenderer is requested, based on chapter 2.2 in Annex 2 - Requirement Specifications, to provide a description of how they will solve the assignment. This will form the basis for the evaluation of the award criteria assignment comprehension.
Category of award threshold criterion : Weight (percentage, exact)
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

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 : Not allowed
Deadline for receipt of tenders : 26/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 92 Day
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
Maximum number of participants : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett -
Information about review deadlines : The waiting period is 10 days from the day after notification of the award is sent to the tenderers.

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Johannes Oseland
Telephone : +47 90815421
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 91bbb26d-e9f5-4b51-b25b-ad2214028a5b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/06/2025 13:03 +00:00
Notice dispatch date (eSender) : 17/06/2025 13:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00397737-2025
OJ S issue number : 116/2025
Publication date : 19/06/2025