Avis d’attribution de marché
Résultats de la procédure de marché
Base juridique:
Directive 2014/24/UE
Section I: Pouvoir adjudicateur
I.4)Type de pouvoir adjudicateurOrganisme de droit public
I.5)Activité principaleServices généraux des administrations publiques
Section II: Objet
II.1)Étendue du marché
II.1.1)Intitulé:
Insurance Brokerage Services
Numéro de référence: CS/2022/02
II.1.2)Code CPV principal66518100 Services de courtage en assurances
II.1.3)Type de marchéServices
II.1.4)Description succincte:
Fáilte Ireland invites tenders from suitably qualified, registered and experienced insurance brokers for the provision of insurance services. The successful broker will supply renewal terms to Fáilte Ireland and arrange/procure insurance cover on an annual basis commencing 1st August 2022. It is also envisaged that the successful tenderer provide insurance advisory services as required.
II.1.6)Information sur les lotsCe marché est divisé en lots: non
II.1.7)Valeur totale du marché (hors TVA)Valeur hors TVA: 2 650 000.00 EUR
II.2)Description
II.2.2)Code(s) CPV additionnel(s)66510000 Services d'assurance
66518000 Services de courtage et services d'agence dans le secteur des assurances
66519310 Services de conseil en assurances
II.2.3)Lieu d'exécutionCode NUTS: IE Éire / Ireland
II.2.4)Description des prestations:
Fáilte Ireland invites tenders from suitably qualified, registered and experienced insurance brokers for the provision of insurance services. The successful broker will supply renewal terms to Fáilte Ireland and arrange/procure insurance cover on an annual basis commencing 1st August 2022. It is also envisaged that the successful tenderer provide insurance advisory services as required.
II.2.5)Critères d’attributionCritère de qualité - Nom: Methodology / Pondération: 25
Critère de qualité - Nom: Competency and Expertise / Pondération: 20
Critère de qualité - Nom: Contract Management / Pondération: 15
Coût - Nom: Ultimate Cost / Pondération: 40
II.2.11)Information sur les optionsOptions: non
II.2.13)Information sur les fonds de l'Union européenneLe contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non
II.2.14)Informations complémentaires
Section IV: Procédure
IV.1)Description
IV.1.1)Type de procédureProcédure ouverte
IV.1.3)Information sur l'accord-cadre ou le système d'acquisition dynamique
IV.1.8)Information concernant l’accord sur les marchés publics (AMP)Le marché est couvert par l'accord sur les marchés publics: oui
IV.2)Renseignements d'ordre administratif
IV.2.1)Publication antérieure relative à la présente procédure IV.2.8)Informations sur l'abandon du système d'acquisition dynamique
IV.2.9)Informations sur l'abandon de la procédure d'appel à la concurrence sous la forme d'un avis de préinformation
Section V: Attribution du marché
Intitulé:
Insurance Brokerage Services
Un marché/lot est attribué: oui
V.2)Attribution du marché
V.2.1)Date de conclusion du marché:30/06/2022
V.2.2)Informations sur les offresNombre d'offres reçues: 1
Nombre d'offres reçues par voie électronique: 1
Le marché a été attribué à un groupement d'opérateurs économiques: non
V.2.3)Nom et adresse du titulaireNom officiel: Marsh Ireland Brokers Limited
Numéro national d'identification: N/A
Adresse postale: 25-28 Adelaide Road
Ville: Dublin
Code NUTS:
IE Éire / IrelandCode postal: Dublin 2
Pays: Irlande
Courriel:
john.kavanagh@marsh.comTéléphone: +353 16048351
Le titulaire est une PME: non
V.2.4)Informations sur le montant du marché/du lot (hors TVA)Valeur totale du marché/du lot: 2 650 000.00 EUR
V.2.5)Information sur la sous-traitance
Section VI: Renseignements complémentaires
VI.3)Informations complémentaires:
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties
2) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates, participants or tenderers.
4) Establishment of this contract will be subject to the approval of the competent authorities.
5) If for any reason it is not possible to conclude the contract with the designated successful tenderer emerging from this competitive process; or if having concluded contract the contracting authority considers that the successful tenderer has not met, or cannot meet its obligations; the contracting authority reserves the right to contract with the next highest scoring tenderer on the basis of the same terms at any time during the tender validity period. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
6) At its absolute discretion, the contracting authority may elect to terminate this procurement process, at any time.
7) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of tender responses/questionnaires with missing or incomplete information. Therefore, tenderers/candidates are advised to ensure that they return FULLY COMPLETED tenders/questionnaires in order to avoid the risk of elimination from the competition at the evaluation/application stage.
VI.4)Procédures de recours
VI.4.1)Instance chargée des procédures de recoursNom officiel: High Court
Adresse postale: Chief Registrar, The Four Courts
Ville: Dublin
Code postal: 7
Pays: Irlande
Téléphone: +353 18886000
Adresse internet:
www.courts.ie VI.4.3)Introduction de recoursPrécisions concernant les délais d'introduction de recours:
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Irish Statutory Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that contract.
VI.5)Date d’envoi du présent avis:04/07/2022