Contract notice

Information

Published

Date of dispatch of this notice: 20/08/2020

Expire date: 23/09/2020

External Reference: 2020-298482

TED Reference: 2020/S 164-398797

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=172387&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi-Supplier Framework Agreement for Insurance Brokerage and Placement Services to the Public Sector (excluding Central Government Departments)
Reference number:  PROJ000006385 - PLI116F
II.1.2)

Main CPV code

66518100  -  Insurance brokerage services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the Services comprise:
Insurance brokerage and placement services where the total value of the services required
by a Framework Client (including any Through Payments1 to insurance underwriters) is
greater than €25,000. (Ex VAT).
Insurance brokerage and placement services covered by the Framework may include;
 General insurance programme review
 Annual negotiation and placement
 Risk profiling and risk consulting
 Claims management and analysis
 Technical and specialist services
 Miscellaneous services
II.1.5)

Estimated total value

Value excluding VAT: 110000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

66510000  -  Insurance services
66000000  -  Financial and insurance services
66512000  -  Accident and health insurance services
66512100  -  Accident insurance services
66515000  -  Damage or loss insurance services
66515200  -  Property insurance services
66516000  -  Liability insurance services
66516100  -  Motor vehicle liability insurance services
66518000  -  Insurance brokerage and agency services
66518200  -  Insurance agency services
66518300  -  Insurance claims adjustment services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Services comprise:
Insurance brokerage and placement services where the total value of the services required
by a Framework Client (including any Through Payments1 to insurance underwriters) is
greater than €25,000. (Ex VAT).
Insurance brokerage and placement services covered by the Framework may include;
 General insurance programme review
 Annual negotiation and placement
 Risk profiling and risk consulting
 Claims management and analysis
 Technical and specialist services
 Miscellaneous services
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  1. Quality of Planning and Service Delivery Methodology  /  Weighting:  300
Quality criterion  -  Name:  2. Quality of Approach to Cost Minimisation  /  Weighting:  300
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 110000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
We would envisage further notice will be published after the completion of this contract.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174757).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174757).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174757).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174757).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174757).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174757).

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  16
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 044-104086
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  23/09/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  23/09/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
We would envisage further notice will be published after the completion of this contract.
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174757).
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors