Reforsikringsmegler, framework agreement

Exfin hereby invites interested tenderers to submit tenders for facilitative brokerage services for reinsurance/insurance. The appointed broker will act as a dealer and mediator between the Ecffin and the private reinsurance market when/if Eksfin seeks reinsurance/insurance coverage on its loan and/or guarantees on a facultative basis and will be subject …

CPV: 66700000 Reinsurance services, 66000000 Financial and insurance services
áit fhorghníomhaithe:
Reforsikringsmegler, framework agreement
clárlann:
Eksportfinansiering Norge
uimhir dámhachtana:
25103

1. Buyer

1.1 Buyer

Official name : Eksportfinansiering Norge
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Reforsikringsmegler, framework agreement
Description : Exfin hereby invites interested tenderers to submit tenders for facilitative brokerage services for reinsurance/insurance. The appointed broker will act as a dealer and mediator between the Ecffin and the private reinsurance market when/if Eksfin seeks reinsurance/insurance coverage on its loan and/or guarantees on a facultative basis and will be subject to an insurance contract already in place with Exfin's existing panel of seven reinsurance contractors/insurance companies. Upon request, the appointed broker will also be Exfins mediator for any expansion of the reinsurance/insurance panel. The objective of the reinsurance/insurance will be to reduce the concentration risk in Exffin ́s loans and/or guarantees. The estimated value of the procurement is NOK 0 - 10,000,000 excluding VAT per annum. The maximum value for the entire contract period, including any options and expected price increases, is NOK 60,000,000 excluding VAT. The need is uncertain. The volume can fluctuate both up and down and it will depend on factors such as the contracting authority ́s needs, activities, budgetary situation and other framework terms in the contract period. This procurement is considered to have an insignificant impact on climate and environment, in accordance with the regulations § 7-9, fifth paragraph. The justification for this is that the procurement concerns the procurement of consultancy/consultancy services, where the contracting authority cannot affect the climate and environmental impact, as the requirements and criteria connected to these aspects would not be sufficient for the delivery. Reference: DFØ ́s environmental guidelines. The Government Management and Financial Management (DFØ) offers guidance in English on e-procurements, social dumping and socially responsible public procurements. See the procurement documents for further details.
Procedure identifier : c363cd76-645e-46e2-8cdf-f1c4ab4d50c3
Previous notice : 9016d7ce-266b-4bb1-b26d-2be8e4011382-01
Internal identifier : 25103
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The competition will be held in accordance with the Public Procurement Act from 17 June 2016 no. 73 (LOA), with the accompanying regulations of 12 August 2016 no. 974 (FOA), and the provisions in the procurement documents. The competition will be held as TED - Open tender contest in accordance with parts I and III of the regulations. Negotiations are prohibited. All interested tenderers can use this procurement procedure to submit tender offers. Tenderers are expected to have the necessary knowledge on the general public rules that apply to public procurements in Norway and the EU. Any omission or error in any way connected to this does not entitle the tenderer to any further requirements. Tenderers submit their requests for participation at their own expense and risk. The contracting authority will therefore not have any financial responsibility for the invested effort or other costs in connection with the preparation of an application for participation or participation in the competition as such. The procurement is announced in the DOFFIN and TED databases.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66700000 Reinsurance services
Additional classification ( cpv ): 66000000 Financial and insurance 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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Reforsikringsmegler, framework agreement
Description : Exfin hereby invites interested tenderers to submit tenders for facilitative brokerage services for reinsurance/insurance. The appointed broker will act as a dealer and mediator between the Ecffin and the private reinsurance market when/if Eksfin seeks reinsurance/insurance coverage on its loan and/or guarantees on a facultative basis and will be subject to an insurance contract already in place with Exfin's existing panel of seven reinsurance contractors/insurance companies. Upon request, the appointed broker will also be Exfins mediator for any expansion of the reinsurance/insurance panel. The objective of the reinsurance/insurance will be to reduce the concentration risk in Exffin ́s loans and/or guarantees. The estimated value of the procurement is NOK 0 - 10,000,000 excluding VAT per annum. The maximum value for the entire contract period, including any options and expected price increases, is NOK 60,000,000 excluding VAT. The need is uncertain. The volume can fluctuate both up and down and it will depend on factors such as the contracting authority ́s needs, activities, budgetary situation and other framework terms in the contract period. This procurement is considered to have an insignificant impact on climate and environment, in accordance with the regulations § 7-9, fifth paragraph. The justification for this is that the procurement concerns the procurement of consultancy/consultancy services, where the contracting authority cannot affect the climate and environmental impact, as the requirements and criteria connected to these aspects would not be sufficient for the delivery. Reference: DFØ ́s environmental guidelines. The Government Management and Financial Management (DFØ) offers guidance in English on e-procurements, social dumping and socially responsible public procurements. See the procurement documents for further details.
Internal identifier : 25103

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66700000 Reinsurance services
Additional classification ( cpv ): 66000000 Financial and insurance services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 16/09/2025
Duration end date : 15/09/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Process/Method
Description : 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : The consultancy team ́s competence and experience
Description : 50%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : -
Organisation providing more information on the review procedures : Eksportfinansiering Norge
Organisation signing the contract : Eksportfinansiering Norge

6. Results

Value of all contracts awarded in this notice : 60 000 000 Norwegian krone
Maximum value of the framework agreements in this notice : 60 000 000 Norwegian krone
Approximate value of the framework agreements : 60 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 60 000 000 Norwegian krone
Re-estimated value of the framework agreement : 60 000 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Aon Norway AS
Tender :
Tender identifier : Aon Norway AS
Identifier of lot or group of lots : LOT-0000
Value of the tender : 1 Norwegian krone
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 25103-1
Title : General del-Aon Norway AS
Date on which the winner was chosen : 04/09/2025
Date of the conclusion of the contract : 17/09/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 9016d7ce-266b-4bb1-b26d-2be8e4011382-01
Organisation signing the contract : Eksportfinansiering Norge

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Marsh McLennan AB
Tenderer :
Official name : Berry Palmer & Lyle SAS
Tenderer :
Official name : Willis Towers Watson SA/NV
Tenderer :
Official name : Gallagher Re Nordic AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 5

8. Organisations

8.1 ORG-0001

Official name : Eksportfinansiering Norge
Registration number : 926718304
Department : Innkjøp
Postal address : Støperigata 1
Town : OSLO
Postcode : 0250
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jacob Sebastian Scheid
Telephone : +47
Internet address : http://www.eksfin.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures
Organisation signing the contract

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
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Marsh McLennan AB
Size of the economic operator : Medium
Registration number : 5562987106
Department : Credit Specialty
Postal address : Torsgatan 26
Town : STOCKHOLM
Postcode : 11321
Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden
Contact point : Magnus Lindgren
Telephone : 08-4124221
Roles of this organisation :
Tenderer

8.1 ORG-0004

Official name : Berry Palmer & Lyle SAS
Size of the economic operator : Medium
Registration number : 722035193
Department : Sales
Postal address : 91 rue du Faubourg St Honoré
Town : Paris
Postcode : 75008
Country subdivision (NUTS) : Paris ( FR101 )
Country : France
Contact point : Matthew Graham
Telephone : +33 1 58 18 68 00
Roles of this organisation :
Tenderer

8.1 ORG-0005

Official name : Willis Towers Watson SA/NV
Size of the economic operator : Medium
Registration number : 415981926
Department : Salg
Postal address : Quai de Vennes
Town : Liège
Postcode : 4020
Country subdivision (NUTS) : Arr. Turnhout ( BE213 )
Country : Belgium
Contact point : Trine Brandshoi
Telephone : +4792060008
Roles of this organisation :
Tenderer

8.1 ORG-0006

Official name : Aon Norway AS
Size of the economic operator : Medium
Registration number : 966703687
Department : Salg
Postal address : C. Sundtsgt. 17 / 19
Town : Bergen
Postcode : 5804
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Linn Jeanette Johansen
Telephone : 55 57 68 00
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0007

Official name : Gallagher Re Nordic AS
Size of the economic operator : Medium
Registration number : 989098527
Department : Salg
Postal address : Bryggegata 7
Town : Oslo
Postcode : 0250
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Anders Bruusgaard
Telephone : +47 95 77 94 34
Roles of this organisation :
Tenderer

Notice information

Notice identifier/version : af7e2889-c376-4eaa-b105-8855bdf97078 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/09/2025 11:23 +00:00
Notice dispatch date (eSender) : 17/09/2025 11:23 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00611270-2025
OJ S issue number : 179/2025
Publication date : 18/09/2025