Services - 336379-2019

18/07/2019    S137

Luxembourg-Luxembourg: Motor vehicle insurance

2019/S 137-336379

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament
Postal address: Plateau de Kirchberg
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: L-2929
Country: Luxembourg
Contact person: Direction des ressources
E-mail: INLO.AO.DIR.C@europarl.europa.eu
Internet address(es):
Main address: http://europarl.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4980
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Motor vehicle insurance

Reference number: 06C60/2019/M027
II.1.2)Main CPV code
66000000 Financial and insurance services
II.1.3)Type of contract
Services
II.1.4)Short description:

Insurance of motor vehicles owned or leased by the European Parliament (rental or leasing of a limousine, bus or where appropriate any other motorised vehicle).

II.1.5)Estimated total value
Value excluding VAT: 450 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
NUTS code: FR FRANCE
NUTS code: LU LUXEMBOURG
II.2.4)Description of the procurement:

Insurance of motor vehicles owned or leased by the European Parliament (rental or leasing of a limousine, bus or where appropriate any other motorised vehicle).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 450 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

In the event where a tender procedure has not been completed for the following insurance contract conclusion.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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

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:

Entry in the professional or trade register and specific authorisation in the country of residence, or member of a professional organisation.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

— minimum turnover of 50 000 EUR for any insurance intermediary, carried out in insurance intermediary services in the field of motor vehicle insurance, for each of the last 2 financial years for which accounts have been closed,

— minimum annual turnover of 250 000 EUR for any insurance insurer, carried out in the field of motor vehicle insurance for each of the last 2 financial years for which accounts have been closed,

— financial viability assessed as follows, taking into account, in particular, the gross operating surplus (EBITDA), which must be positive during the past 2 financial years for which accounts have been closed, including for each consortium member and for each subcontractor, as appropriate.

Minimum level(s) of standards possibly required:

— minimum turnover of 50 000 EUR for any insurance intermediary, carried out in insurance intermediary services in the field of motor vehicle insurance, for each of the last 2 financial years for which accounts have been closed,

— minimum annual turnover of 250 000 EUR for any insurance insurer, carried out in the field of motor vehicle insurance for each of the last 2 financial years for which accounts have been closed,

— financial viability assessed as follows, taking into account, in particular, the gross operating surplus (EBITDA), which must be positive during the past 2 financial years for which accounts have been closed, including for each consortium member and for each subcontractor, as appropriate.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Experience of at least 3 years for any insurance provider or intermediary, pertaining to the provision of services in the field of insurance of motor vehicles.

Minimum level(s) of standards possibly required:

Experience of at least 3 years for any insurance provider or intermediary, pertaining to the provision of services in the field of insurance of motor vehicles.

III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

The candidate must prove that it meets all the legal conditions required to practice in the field of insurance, by means of any probative document (see point III.1.3) of this notice).

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 a single operator
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/09/2019
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 20/09/2019
Local time: 10:00
Place:

European Parliament, bâtiment KAD, plateau de Kirchberg, L-2929 Luxembourg, LUXEMBOURG

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

48 months after the award of the contract.

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://www.curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Shuman
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: euro-ombudsman@europarl.europa.eu
Telephone: +33 388172313
Internet address: http://www.ombudsman.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Greffe du tribunal de l'Union européenne
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
11/07/2019