NRK 2025/1279 Service Contract personal injury insurances

NRK invites tenderers to an open tender contest for a service contract for insurance of persons. The service contract shall start 1 January 2026 and it will be valid for 12 months, with an option for an extension for up to 3 years. NRK invites tenderers to an open tender …

CPV: 66510000 Insurance services, 66500000 Insurance and pension services, 66511000 Life insurance services, 66512000 Accident and health insurance services, 66512100 Accident insurance services, 66518200 Insurance agency services
Deadline:
Nov. 14, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
NRK 2025/1279 Service Contract personal injury insurances
Awarding body:
Norsk rikskringkasting AS
Award number:
2025/1279

1. Buyer

1.1 Buyer

Official name : Norsk rikskringkasting AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : NRK 2025/1279 Service Contract personal injury insurances
Description : NRK invites tenderers to an open tender contest for a service contract for insurance of persons. The service contract shall start 1 January 2026 and it will be valid for 12 months, with an option for an extension for up to 3 years.
Procedure identifier : 1f54301f-458f-4322-84e0-f4cd8228fa14
Internal identifier : 2025/1279
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement is divided into two categories: Category 1: Personal insurances for NRK: Occupational injury insurance, leisure accident insurance, collective accident insurance and group life insurance and other illness insurance. Category 2: Official travel insurances for NRK, as well as the outstationing contracts for the foreign correspondents. Tenderers can submit a tender for: The entire delivery (Category 1 and Category 2) Only Category 1, For example, Category 2.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66500000 Insurance and pension services
Additional classification ( cpv ): 66511000 Life insurance services
Additional classification ( cpv ): 66512000 Accident and health insurance services
Additional classification ( cpv ): 66512100 Accident insurance services
Additional classification ( cpv ): 66518200 Insurance agency services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), Notice, Procurement Document
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 : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : NRK 2025/1279 Service Contract personal injury insurances
Description : NRK invites tenderers to an open tender contest for a service contract for insurance of persons. The service contract shall start 1 January 2026 and it will be valid for 12 months, with an option for an extension for up to 3 years.
Internal identifier : 2025/1279

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66500000 Insurance and pension services
Additional classification ( cpv ): 66511000 Life insurance services
Additional classification ( cpv ): 66512000 Accident and health insurance services
Additional classification ( cpv ): 66512100 Accident insurance services
Additional classification ( cpv ): 66518200 Insurance agency services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Option for an extension for 1+1+1 year.

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 : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Documentation requirement: • Description of the implementation plan for the execution of the assignment. The description shall include: a) Implementation of new insurance contracts. b) Annual plan for further management of insurances. c) How the dialogue between the tenderer and the contracting authority shall take place daily and what priority the assignment has, including; - The tenderer ́s response times for different types of contact. - How traceability is ensured in the dialogue between the tenderer and the contracting authority. - Back-up with the contracting authority ́s gender neutral preferred ́s leave, sick leave etc. d) How the damage treatment for the different products is handled. e) How a tenderer can contribute to sharing information/competence increases for key personnel at the contracting authority. f) The tenderer ́s additional services (e.g. preventive measures for employees in connection with sick leave). g) Which portal systems are offered. h) Which analyses and trends the contracting authority will have access to (both their own and the company's total experience analysis). • Description of the offered key personnel and their competence and experience within the relevant insurance areas. CVs for the key personnel shall be enclosed with the tender. The description shall also include: o A confirmation that it is the offered key personnel who shall actually carry out the assignment. o An account of how continuity and maintained quality shall be ensured if replacement of key personnel is required in the contract period. o Confirmation that the requirements for replacing key personnel will be complied with.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Price
Name : Price
Description : Documentation requirement: Tenderers shall state an annual fixed price. The price shall be submitted excluding VAT and it shall include all costs in connection with the assignment.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Climate and environment
Description : The contracting authority has assessed that this procurement has, in its nature, an immaterial climate footprint and environmental impact. Personal injury insurance is a financial service consisting of administration, claims management and customer service, and it is delivered entirely digitally. The service does not involve production, transport, energy or resource use that will result in measurable climate or environmental impact. The possibility of reducing the climate and environmental impact through the competition is therefore very limited, and a high weighting of climate and the environment would not have been proportional or relevant for the purpose of the contract. In order to ensure environmental awareness of the tenderers, there is, however, a qualification requirement connected to environmental management. Based on this, the terms for deviating from the main rule for at least 30% weighting of climate and environment in accordance with PPR § 7-9 are fulfilled. There are, therefore, no special climate and environmental requirements or award criteria in this competition.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/267736815.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 48 Day
Information about public opening :
Opening date : 14/11/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : 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
Information about review deadlines : The waiting period is at least 10 days calculated from the day after the notification on the chosen tenderer has been sent.

8. Organisations

8.1 ORG-0001

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

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 4f72abdd-b36c-4262-87a8-81a53125da00 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/10/2025 12:55 +00:00
Notice dispatch date (eSender) : 13/10/2025 13:51 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00676951-2025
OJ S issue number : 198/2025
Publication date : 15/10/2025