Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 29/01/2022

External Reference: 2022-260863

TED Reference: 2022/S 024-059356

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Celtic Interconnector Designated Activity Company
633828
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Anna Singh
Telephone: +353 012370123
Fax: +353 016615375
NUTS code:  IE -  IRELAND
Internet address(es):
EirGrid
Block 2 - The Oval, 160 Shelbourne Road
Dublin
IE
Contact person: Anthony Flood
NUTS code:  IE -  IRELAND
Internet address(es):
RTE
Immeuble WINDOW, 7C, Place du Dôme
Paris
FR
Contact person: Razan YAMMOUT
NUTS code:  FR -  FRANCE
Internet address(es):
Main address: www.rte-france.com

I.2)

Joint procurement

The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:  
Irish
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Insurance Brokerage and Services for the Celtic Interconnector Project
Reference number:  ENQEIR710
II.1.2)

Main CPV code

66510000  -  Insurance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

CIDAC shall require the Framework Member to provide Insurance Brokerage and Services, advice and support relating to all insurance issues regarding the Celtic Interconnector Project. The required services will mainly comprise of advice on and assistance with the insurance elements of the major contracts for the project and. shall include seeking quotations from the market for all required insurances and subsequently placing these insurances on behalf of the Company with the preferred insurance company.
The general requirements will include working with the Company’s insurance teams to provide advice on all insurance and ancillary services required for the Project. This tender process is now complete.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement ( Agree to publish? yes )

Value excluding VAT:  250000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

66510000  -  Insurance services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
NUTS code:  FR -  FRANCE
Main site or place of performance:  
Ireland, France
II.2.4)

Description of the procurement

RTE and EirGrid, have been engaged in exploring the feasibility of an interconnector project between Ireland and France, which will hereafter be referred to as either the ”Celtic Interconnector Project” and/or “Project”.
EirGrid, and RTE have established an Irish incorporated Joint Venture (IJV) Celtic Interconnector Designated Activity Company (“CIDAC”) to procure, administer, manage and contribute to the design, development and construction of the Celtic Interconnector assets on their behalf. Throughout all phases of the project any assets, rights or benefits held by the IJV shall be held on behalf of the shareholders (EirGrid and RTE) jointly.
This procurement is being run by EirGrid on behalf of CIDAC.
The Company intends to establish a single supplier framework agreement (Framework Agreement) with the successful tenderer for the provision of the Insurance Brokerage and Services.
The initial Framework Agreement period will be from contract award for 4 years, with the option to extend annually for the longer of up to an additional 4 years or for the duration of the project.
The term of the framework agreement shall not exceed eight years, save in exceptional cases duly justified, in particular by the subject of the framework agreement eg in the instance where the duration of the construction extends beyond the limit of 8 years of the initial framework, the brokerage service shall be provided by the same broker.
The Company shall require the Framework Member to provide Insurance Brokerage and Services, advice and support relating to all insurance issues regarding the Celtic Interconnector Project. The required services will mainly comprise of advice on and assistance with the insurance elements of the major contracts for the project and. shall include seeking quotations in the form of a formal public procurement process, from the market for all required insurances and subsequently placing these insurances on behalf of the Company with the preferred insurance company.
The general requirements will include working with the Company’s insurance teams to provide advice on all insurance and ancillary services required for the Project including:
• Insurance programme design
• MFL assessment
• Insurers scope of work
• Premium assessment
• Policy wordings
• Advisory for liability insurance provisions within the EPC contracts
• Marine Warranty Surveyor (MWS) scope of work preliminary assessment
• Insurance tender documentation
• Roadshows
• Insurance tendering
• Claims management
The total value outlined in this PQQ includes the brokerage service and the insurance costs.
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
This procurement is now complete.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Quality, Quantity and Balance of Human Resources  /  Weighting:  10%
Quality criterion  -  Name:  Approach & Methodology - Scenario 1 OCIP  /  Weighting:  30%
Quality criterion  -  Name:  Approach & Methodology - Scenario 2 CCIP  /  Weighting:  20%
Quality criterion  -  Name:  Legal  /  Weighting:  10%
Quality criterion  -  Name:  Cyber Security  /  Weighting:  Pass/Fail
Price  -  Weighting:  30%
II.2.11)

Information about options

Options: yes
Description of options:
The initial Framework Agreement period will be from contract award for 4 years, with the option to extend annually for the longer of up to an additional 4 years or for the duration of the project.
The term of the framework agreement shall not exceed eight years, save in exceptional cases duly justified, in particular by the subject of the framework agreement eg in the instance where the duration of the construction extends beyond the limit of 8 years of the initial framework, the brokerage service shall be provided by the same broker.
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Celtic Interconnector Project
II.2.14)

Additional information

See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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 058-140069

Section V: Award of contract

Contract No: 1

Title: Insurance Brokerage and Services for the Celtic Interconnector Project

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

04/11/2021
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Aon
0647277F
Metropolitan House, James Joyce Street,
Dublin
Dublin 1
IE
Telephone: +353 012666343
Fax: +353 12666622
NUTS code:  IE -  IRELAND
Internet address: http://www.aon.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT) ( Agree to publish? yes )

Total value of the contract/lot:  250000.00  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Four Courts
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie/

VI.4.4)

Service from which information about the review procedure may be obtained

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing,
Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie