General insurance 2026 - 2029 - Procurement of general insurance for customers in Söderberg & Partners Nord AS

Purchase of general insurance for customers in Söderberg & Partners Nord AS Purchase of general insurance for customers in Söderberg & Partners Nord AS

CPV: 66510000 Insurance services, 66515000 Damage or loss insurance services, 66516000 Liability insurance services
spriocdháta:
MFómh. 22, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
General insurance 2026 - 2029 - Procurement of general insurance for customers in Söderberg & Partners Nord AS
clárlann:
Söderberg & Partners Nord AS
uimhir dámhachtana:
Skadeforsikring 2026 - 2029

1. Buyer

1.1 Buyer

Official name : Söderberg & Partners Nord AS
Legal type of the buyer : Organisation awarding a contract subsidised by a contracting authority
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : General insurance 2026 - 2029 - Procurement of general insurance for customers in Söderberg & Partners Nord AS
Description : Purchase of general insurance for customers in Söderberg & Partners Nord AS
Procedure identifier : f5a376eb-9a0c-480c-81aa-3d3a7fe7be04
Internal identifier : Skadeforsikring 2026 - 2029
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Negotiated procedure. The tender phase will be carried out for qualified tenderers after prequalification.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66516000 Liability insurance services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Insurance services for municipalities and accompanying entities specified in the tender documentation.

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 : General insurance 2026 - 2029 - Procurement of general insurance for customers in Söderberg & Partners Nord AS
Description : Purchase of general insurance for customers in Söderberg & Partners Nord AS
Internal identifier : Skadeforsikring 2026 - 2029

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66516000 Liability insurance services
Options :
Description of the options : 1 year + 1 year + 1 year.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Insurance services for municipalities and accompanying entities specified in the tender documentation.

5.1.3 Estimated duration

Duration : 1 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers are registered in a professional 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. The tenderer is required to be certified for insurance mediation in Norway. Furthermore, the tenderer shall be a member of Norsk Naturskadepool and Norsk Trafikkforsikringsforening
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?
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 14/08/2025 10:00 +00:00
Information about restricted documents is available at : https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=433221&B=
Ad hoc communication channel :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian, English
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 22/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 22/09/2025 10:15 +00:00
Place : Söderberg & Partners Nord AS ́ premises
Additional information : The tenders will not be open to the public.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : The tenderer is required to be certified for insurance mediation in Norway. Furthermore, the tenderer shall be a member of Norsk Naturskadepool and Norsk Trafikkforsikringsforening

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Klagenemndssekretariatet - KOFA -
Review organisation : Klagenemndssekretariatet - KOFA -
Information about review deadlines : 10 day appeals deadline in accordance with the regulations.
Organisation providing additional information about the procurement procedure : Söderberg & Partners Nord AS -
Organisation providing offline access to the procurement documents : Söderberg & Partners Nord AS -
Organisation providing more information on the review procedures : Klagenemndssekretariatet - KOFA -
Organisation receiving requests to participate : Söderberg & Partners Nord AS -
Organisation processing tenders : Söderberg & Partners Nord AS -

8. Organisations

8.1 ORG-0001

Official name : Söderberg & Partners Nord AS
Registration number : 986187960
Postal address : Postboks 1954 Moholt
Town : Trondheim
Postcode : 7448
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Janniche Holterman
Telephone : +47 736060650
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenemndssekretariatet - KOFA
Registration number : 918195548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : d74a24ac-6090-42e8-bfad-a1258a610b45 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/06/2025 14:33 +00:00
Notice dispatch date (eSender) : 03/06/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00361426-2025
OJ S issue number : 106/2025
Publication date : 04/06/2025