Tender for non-life insurance and personnel insurance for Sel municipality 2025

Tender for non-life insurance and personnel insurance for Sel municipality. Tender for non-life insurance and personnel insurance for Sel municipality.

CPV: 66000000 Financial and insurance services
Deadline:
Nov. 24, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Tender for non-life insurance and personnel insurance for Sel municipality 2025
Awarding body:
VENO FORSIKRINGSMEGLING AS
Award number:
V052025

1. Buyer

1.1 Buyer

Official name : VENO FORSIKRINGSMEGLING AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : VENO FORSIKRINGSMEGLING AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Tender for non-life insurance and personnel insurance for Sel municipality 2025
Description : Tender for non-life insurance and personnel insurance for Sel municipality.
Procedure identifier : 547b59ac-37a1-41c5-b5f5-cf4df8357b7c
Internal identifier : V052025
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Tender for non-life insurance and personnel insurance for Sel municipality.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 650 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Requirement in accordance with the tender letter.

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 : 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 : Tender for non-life insurance and personnel insurance for Sel municipality 2025
Description : Tender for non-life insurance and personnel insurance for Sel municipality.
Internal identifier : V052025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2026

5.1.5 Value

Estimated value excluding VAT : 3 650 000 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 : 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? Minimum qualification requirements Concessions are required as an insurance company from the Financial Supervisory Authority of Norway. In order to operate non-life insurance activities in Norway a licence (concession) is required in accordance with the Financial Enterprises Act § 2-12, § 2-13, § 2-14. All tenderers must submit documentation confirming that such a licence (licence), at the latest when submitting the tender offer. If such documentation cannot be presented or does not satisfy the legal requirements, the tenderer can be excluded from the competition. Permission to operate insurance activities in another EEA country. An insurance company with permission to operate insurance activities in an EEA country has the right, at the same time, to operate such activities in other EEA countries, provided that a message is sent to the supervisory authority in the host country. All tenderers based in EEA countries outside of Norway must submit documentation of this. Identification of tenderers/suppliers. All tenderers/suppliers must submit a company registration certificate, at the latest when submitting the tender. Language: All documents shall be written in the Norwegian written language. All contact persons at the tenderers must be able to speak Norwegian. If a tenderer does not have employees who speak Norwegian, authority must be issued for person(s) who have sufficient Norwegian knowledge and insurance competence. Injury: In the event of major damages, tenderers/suppliers must be able to provide a skilled person, or an expert person who has been given authority from tenderers/suppliers. Risk reports: All tenderers/suppliers must be able to offer risk reviews and/or on-site site inspections with reports to the broker and customer if required. Any legal disputes shall be dealt with in Norwegian law.

5.1.10 Award criteria

Criterion :
Type : Price

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/267360034.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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 24/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/11/2025 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 : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, also usable by buyers not listed in this notice

5.1.16 Further information, mediation and review

Mediation organisation : Sunnmøre Tingrett
Review organisation : Sunnmøre Tingrett
Organisation providing more information on the review procedures : VENO FORSIKRINGSMEGLING AS

8. Organisations

8.1 ORG-0001

Official name : Sunnmøre Tingrett
Registration number : 974747189
Department : Ålesund
Postal address : Postboks 1354 Sentrum
Town : Ålesun
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation

8.1 ORG-0002

Official name : VENO FORSIKRINGSMEGLING AS
Registration number : 980255719
Department : Ålesund
Postal address : Postboks 253
Town : ØRSTA
Postcode : 6151
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Alice Rørvik
Telephone : +4770153680
Internet address : http://www.venomegler.no/
Roles of this organisation :
Buyer
Group leader
Central purchasing body acquiring supplies and/or services intended for other buyers
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : VENO FORSIKRINGSMEGLING AS
Registration number : 980255719
Postal address : Postboks 253
Town : ØRSTA
Postcode : 6151
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Alice Rørvik
Telephone : +4770153680
Internet address : http://www.venomegler.no/
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

Notice information

Notice identifier/version : fa4054ce-583f-4061-a54b-b4db7034835d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/10/2025 13:51 +00:00
Notice dispatch date (eSender) : 10/10/2025 14:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00673077-2025
OJ S issue number : 197/2025
Publication date : 14/10/2025