Three sub-contracts for insurances.

Haugaland Kraft c/o Haugaland Kraft AS, Endra AS, Fagne AS, Haugaland Kraft Energi AS andHaugaland Kraft Fibre AS, Afiber AS, Havnekraft AS, Sunnhordland Kraftlag AS (collectively and individually hereafter also called the "Contracting Authority") invite tenderers to participate in a competition for three sub-contracts for insurance services. The competition is …

CPV: 66510000 Insurance services, 66511000 Life insurance services, 66512000 Accident and health insurance services, 66512100 Accident insurance services, 66512200 Health insurance services, 66513200 Contractor's all-risk insurance services, 66514000 Freight insurance and Insurance services relating to transport, 66514100 Insurance related to Transport, 66514110 Motor vehicle insurance services, 66514200 Freight insurance services, 66515000 Damage or loss insurance services, 66515100 Fire insurance services, 66515200 Property insurance services, 66515410 Financial loss insurance services, 66516000 Liability insurance services, 66516100 Motor vehicle liability insurance services, 66516500 Professional liability insurance services, 66519200 Engineering insurance services
Place of execution:
Three sub-contracts for insurances.
Awarding body:
Haugaland Kraft AS
Award number:
25500-02

1. Buyer

1.1 Buyer

Official name : Haugaland Kraft AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Endra AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Fagne AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Haugaland Kraft Energi AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Haugaland Kraft Fiber AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Afiber AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Havnekraft AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Sunnhordland Kraftlag AS
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Three sub-contracts for insurances.
Description : Haugaland Kraft c/o Haugaland Kraft AS, Endra AS, Fagne AS, Haugaland Kraft Energi AS andHaugaland Kraft Fibre AS, Afiber AS, Havnekraft AS, Sunnhordland Kraftlag AS (collectively and individually hereafter also called the "Contracting Authority") invite tenderers to participate in a competition for three sub-contracts for insurance services. The competition is for the following three sub-contracts: Sub-contract 1: The entire Haugaland Kraft Group ́s personal insurances. Sub-contract 2: Fagne AS ́s non-life and liability insurances, except auto insurances. Sub-contract 3: Fagne AS's auto insurances.
Procedure identifier : 4dbcd3fd-6303-43e5-9da5-f1a3057b964e
Internal identifier : 25500-02
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Haugaland Kraft c/o Haugaland Kraft AS, Endra AS, Fagne AS, Haugaland Kraft Energi AS andHaugaland Kraft Fibre AS, Afiber AS, Havnekraft AS, Sunnhordland Kraftlag AS (collectively and individually hereafter also called the "Contracting Authority") invite tenderers to participate in a competition for three sub-contracts for insurance services. The competition is for the following three sub-contracts: Sub-contract 1: The entire Haugaland Kraft Group ́s personal insurances. Sub-contract 2: Fagne AS ́s non-life and liability insurances, except auto insurances. Sub-contract 3: Fagne AS's auto insurances. Tenders can be submitted for one, several or all of the sub-contracts. Each of the sub-contracts shall have a tenderer. The procurement thus consists of a sub-competition per sub-contract. One tenderer can win one, two or three sub-contracts. See the attached requirement specifications and other annexes to the tender documentation for further information on the insurance requirements. Each sub-contract will be valid for 1 year.  Each sub-contract will be automatically extended for up to 1 year + 1 year + 1 year + 1 year + 1 year (altogether, each of the sub-contracts can last for 6 years including the options), unless the contracting authority gives written notice on the sub-contract before the new contract year starts. The estimated value is between NOK 60,000,000 excluding VAT and NOK 90,000,000 excluding VAT including all the options. The procurement shall be carried out in accordance with the procurement procedure 'negotiated procedure after a prior notice' in accordance with the utilities regulations § 9-1 (1).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance 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 ): 66512200 Health insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66514000 Freight insurance and Insurance services relating to transport
Additional classification ( cpv ): 66514100 Insurance related to Transport
Additional classification ( cpv ): 66514110 Motor vehicle insurance services
Additional classification ( cpv ): 66514200 Freight insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services
Additional classification ( cpv ): 66515410 Financial loss insurance services
Additional classification ( cpv ): 66516000 Liability insurance services
Additional classification ( cpv ): 66516100 Motor vehicle liability insurance services
Additional classification ( cpv ): 66516500 Professional liability insurance services
Additional classification ( cpv ): 66519200 Engineering insurance services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 90 000 000 Norwegian krone

2.1.4 General information

Additional information : See the tender documentation.
Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The procurement is regulated by the Procurement Act and the Utilities Regulations part 1 and part 2.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

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-0001

Title : Sub-contract 1: The entire Haugaland Kraft Group's insurance of persons
Description : Sub-contract 1: The entire Haugaland Kraft Group's insurance of persons.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance 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 ): 66512200 Health insurance services
Options :
Description of the options : Each sub-contract will be automatically extended for up to 1 year + 1 year + 1 year + 1 year + 1 year (altogether, each of the sub-contracts can last for 6 years including the options), unless the contracting authority gives written notice on the sub-contract before the new contract year starts. Options for extensions to insurances.

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : The lot will be automatically extended for up to 1 year + 1 year + 1 year + 1 year + 1 year (altogether the sub-contract can last for 6 years including the options), unless the contracting authority in writing tells the sub-contract before the new contract year starts.

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : See the tender documentation.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Total sum for all annual premiums that shall apply for the relevant sub-contract in the first contract year (i.e. before the price regulation in accordance with the price regulation). See further details in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Term
Description : The offered insurance terms (excluding the size of the insurance premium). See further details in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Settlement system
Description : System for settlement. See further details in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/264113666.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
Deadline for receipt of requests to participate : 30/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation and annexes.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Tenderers must sign an information security agreement that is attached to the tender documentation. Employees must sign Fagne AS ́s confidentiality and neutrality declaration, attached to the tender documentation, before work with power sensitive information.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the tender documentation and annexes.

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 : Haugaland og Sunnhordland tingrett
Information about review deadlines : In accordance with the Utilities Regulations § 16-5, the Contracting Authority sets a deadline of 15 days to. petition for a temporary injunction against decisions to reject a request to participate in competition or not select a tenderer. Any rejection decisions will include such a deadline.
Organisation providing additional information about the procurement procedure : Haugaland Kraft AS
Organisation receiving requests to participate : Haugaland Kraft AS

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2: Fagne AS ́s non-life and liability insurances, except auto insurances.
Description : Sub-contract 2: Fagne AS ́s non-life and liability insurances, except auto insurances.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66514000 Freight insurance and Insurance services relating to transport
Additional classification ( cpv ): 66514100 Insurance related to Transport
Additional classification ( cpv ): 66514200 Freight insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services
Additional classification ( cpv ): 66515410 Financial loss insurance services
Additional classification ( cpv ): 66516000 Liability insurance services
Additional classification ( cpv ): 66516500 Professional liability insurance services
Additional classification ( cpv ): 66519200 Engineering insurance services
Options :
Description of the options : The lot will be automatically extended for up to 1 year + 1 year + 1 year + 1 year + 1 year (altogether the sub-contract can last for 6 years including the options), unless the contracting authority in writing tells the sub-contract before the new contract year starts. Option for builder liability insurance (the contracting authority is informed that this option will not be evaluated in the award evaluation).

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : The lot will be automatically extended for up to 1 year + 1 year + 1 year + 1 year + 1 year (altogether the sub-contract can last for 6 years including the options), unless the contracting authority in writing tells the sub-contract before the new contract year starts.

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : See the tender documentation. Any offered option for builder liability insurance will not be evaluated in the award evaluation.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Total sum for all annual premiums that shall apply for the relevant sub-contract in the first contract year (i.e. before the price regulation in accordance with the price regulation). However, the annual premium for the option for builder liability insurance will not be assessed in the award evaluation. See further details in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Term
Description : The offered insurance terms (excluding the size of the insurance premium). See further details in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Settlement system
Description : System for settlement. See further details in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/264113666.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
Deadline for receipt of requests to participate : 30/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation and annexes.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Tenderers must sign an information security agreement that is attached to the tender documentation. Employees must sign Fagne AS ́s confidentiality and neutrality declaration, attached to the tender documentation, before work with power sensitive information.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the tender documentation and annexes.

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 : Haugaland og Sunnhordland tingrett
Information about review deadlines : In accordance with the Utilities Regulations § 16-5, the Contracting Authority sets a deadline of 15 days to. petition for a temporary injunction against decisions to reject a request to participate in competition or not select a tenderer. Any rejection decisions will include such a deadline.
Organisation providing additional information about the procurement procedure : Haugaland Kraft AS
Organisation receiving requests to participate : Haugaland Kraft AS

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3: Fagne AS's auto insurances
Description : Sub-contract 3: Fagne AS's auto insurances.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66514110 Motor vehicle insurance services
Additional classification ( cpv ): 66516100 Motor vehicle liability insurance services
Options :
Description of the options : The lot will be automatically extended for up to 1 year + 1 year + 1 year + 1 year + 1 year (altogether the sub-contract can last for 6 years including the options), unless the contracting authority in writing tells the sub-contract before the new contract year starts.

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : The lot will be automatically extended for up to 1 year + 1 year + 1 year + 1 year + 1 year (altogether the sub-contract can last for 6 years including the options), unless the contracting authority in writing tells the sub-contract before the new contract year starts.

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : See the tender documentation. Any offered option for builder liability insurance will not be evaluated in the award evaluation.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The total sum for the annual premium that shall apply for the relevant sub-contract in the first contract year (i.e. before the price regulation in accordance with the price regulation). See further details in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Term
Description : The offered insurance terms (excluding the size of the insurance premium). See further details in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Settlement system
Description : System for settlement. See further details in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/264113666.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
Deadline for receipt of requests to participate : 30/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation and annexes.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Tenderers must sign an information security agreement that is attached to the tender documentation. Employees must sign Fagne AS ́s confidentiality and neutrality declaration, attached to the tender documentation, before work with power sensitive information.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the tender documentation and annexes.

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 : Haugaland og Sunnhordland tingrett
Information about review deadlines : In accordance with the Utilities Regulations § 16-5, the Contracting Authority sets a deadline of 15 days to petition for a temporary injunction against decisions to reject a request to participate in the competition or not select a tenderer. Any rejection decisions will include such a deadline.
Organisation providing additional information about the procurement procedure : Haugaland Kraft AS
Organisation receiving requests to participate : Haugaland Kraft AS

5.1 Lot technical ID : LOT-0004

Title : Three sub-contracts for the procurement of insurance services.
Description : Three sub-contracts for the procurement of insurance services.
Internal identifier : 25500-02-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance 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 ): 66512200 Health insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66514000 Freight insurance and Insurance services relating to transport
Additional classification ( cpv ): 66514100 Insurance related to Transport
Additional classification ( cpv ): 66514110 Motor vehicle insurance services
Additional classification ( cpv ): 66514200 Freight insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services
Additional classification ( cpv ): 66515410 Financial loss insurance services
Additional classification ( cpv ): 66516000 Liability insurance services
Additional classification ( cpv ): 66516100 Motor vehicle liability insurance services
Additional classification ( cpv ): 66516500 Professional liability insurance services
Additional classification ( cpv ): 66519200 Engineering insurance services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 5

5.1.5 Value

Estimated value excluding VAT : 90 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/264113666.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
Deadline for receipt of requests to participate : 30/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender document with attachments.
Financial arrangement : See the tender document with attachments.

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 : Haugaland og Sunnhordland tingrett
Information about review deadlines : In accordance with the Supply Regulations § 16-5, the Contracting Authority sets a deadline of 15 days to request an interim injunction against decisions to reject a request to participate in the competition or not to select a candidate. Any rejection decisions will contain such a deadline.
Organisation providing additional information about the procurement procedure : Haugaland Kraft AS
Organisation providing more information on the review procedures : Haugaland Kraft AS

8. Organisations

8.1 ORG-0001

Official name : Haugaland Kraft AS
Registration number : 915636756
Postal address : Haukelivegen 25
Town : Haugesund
Postcode : 5504
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Christian Bergquist
Telephone : +47 52707262
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Endra AS
Registration number : 929347560
Town : Haugesund
Postcode : 4250
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52707262
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Fagne AS
Registration number : 915635857
Town : Haugesund
Postcode : 4250
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52707262
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Haugaland Kraft Energi AS
Registration number : 915635903
Town : Haugesund
Postcode : 4250
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52707262
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Haugaland Kraft Fiber AS
Registration number : 915635881
Town : Haugesund
Postcode : 4250
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52707262
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Afiber AS
Registration number : 920050719
Town : Arendal
Postcode : 4841
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : +47 52707262
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Havnekraft AS
Registration number : 924867698
Town : Haugesund
Postcode : 4250
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52707262
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Sunnhordland Kraftlag AS
Registration number : 916435711
Town : Stord
Postcode : 5401
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : +47 52707262
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Haugaland og Sunnhordland tingrett
Registration number : 926723405
Town : Haugesund
Postcode : 5501
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 4017778d-f2e4-43ac-99a9-1150720d07f3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/08/2025 12:28 +00:00
Notice dispatch date (eSender) : 29/08/2025 12:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00569251-2025
OJ S issue number : 166/2025
Publication date : 01/09/2025