Services - 423871-2022

03/08/2022    S148

Belgium-Dampicourt: Insurance services

2022/S 148-423871

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Commune de Rouvroy
National registration number: BE0216696515
Postal address: Rue du Huit Septembre 41
Town: Dampicourt
NUTS code: BE345 Arr. Virton
Postal code: 6767
Country: Belgium
Contact person: Monsieur Christophe Servais
E-mail: christophe.servais@rouvroy.be
Telephone: +32 63588674
Fax: +32 63588673
Internet address(es):
Main address: www.rouvroy.be
I.1)Name and addresses
Official name: CPAS de ROUVROY
National registration number: CPAS
Postal address: rue du 8 septembre, 24
Town: Dampicourt
NUTS code: BE345 Arr. Virton
Postal code: 6767
Country: Belgium
E-mail: anne-francoise.andrin@cpas-rouvroy.be
Telephone: +32 63588668
Fax: +32 63588679
Internet address(es):
Main address: www.rouvroy.be
I.1)Name and addresses
Official name: Conseil d'administration
National registration number: CA RCA
Postal address: Avenue Adam 9
Town: Harnoncourt
NUTS code: BE345 Arr. Virton
Postal code: 6767
Country: Belgium
E-mail: secretariat@rox-rouvroy.be
Internet address(es):
Main address: https://rox-rouvroy.be/
I.2)Information about joint procurement
The contract involves joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://cloud.3p.eu/Downloads/1/645/B8/2021
Additional information can be obtained from another address:
Official name: WILLIS TOWERS WATSON NV
National registration number: BE 0415.981.926
Postal address: Parc D'affaires Zenobe Gramme, Quai Des Vennes 18-20
Town: Liege 2
NUTS code: BE Belgique / België
Postal code: 4020
Country: Belgium
E-mail: info.antw@grassavoye.be
Internet address(es):
Main address: http://www.grassavoye.be
Tenders or requests to participate must be submitted electronically via: https://eten.publicprocurement.be
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

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

Assurance, marché conjoint Commune- CPAS - RCA

Reference number: 2021-40
II.1.2)Main CPV code
66510000 Insurance services
II.1.3)Type of contract
Services
II.1.4)Short description:

Objet des services : Assurances, marché conjoint Commune - CPAS – Régie Communale Autonome

Commentaire : Le présent marché de services porte sur la conclusion de divers contrats d’assurances dans le cadre du renouvellement du portefeuille d’assurances de la Commune, du Centre d’action sociale (CPAS) de Rouvroy et de la Régie Communale Autonome de Rouvroy.

Lieu de prestation du service : Collège communal,

Le marché est divisé en lots comme suit :

Lot 1 “Dégâts matériels”

Commentaire :

Volet 1 : incendie et périls connexes

Volet 2 : tous risques électroniques

Volet 3 : tous risques panneaux photovoltaïques (RCA)

Volet 4 : tous risques – chapiteaux

Le lot peut être reconduit tacitement 3 fois.

Lot 2 “Responsabilité civile”

Commentaire :

Volet 1 : responsabilité civile générale de la Commune et du CPAS

Volet 2 : responsabilité civile générale de la Régie Communale Autonom...(voir documents du marché)

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Dégâts matériels

Lot No: 1
II.2.2)Additional CPV code(s)
66510000 Insurance services
II.2.3)Place of performance
NUTS code: BE345 Arr. Virton
Main site or place of performance:

Collège communal, rue du 8 Septembre 41 à 6767 DAMPICOURT

II.2.4)Description of the procurement:

voir II.2.1

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Services compris dans la prime / Weighting: 15
Quality criterion - Name: Engagement sur la durée / Weighting: 5
Cost criterion - Name: Prime / Weighting: 80
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/12/2022
End: 31/12/2022
This contract is subject to renewal: yes
Description of renewals:

Non spécifié

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
II.2)Description
II.2.1)Title:

Responsabilité civile

Lot No: 2
II.2.2)Additional CPV code(s)
66510000 Insurance services
II.2.3)Place of performance
NUTS code: BE345 Arr. Virton
Main site or place of performance:

Collège communal, rue du 8 Septembre 41 à 6767 DAMPICOURT

II.2.4)Description of the procurement:

voir II.2.1

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Services compris dans la prime / Weighting: 15
Quality criterion - Name: Engagement sur la durée / Weighting: 5
Cost criterion - Name: Prime / Weighting: 80
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/12/2022
End: 31/12/2022
This contract is subject to renewal: yes
Description of renewals:

Non spécifié

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
II.2)Description
II.2.1)Title:

Accidents

Lot No: 3
II.2.2)Additional CPV code(s)
66510000 Insurance services
II.2.3)Place of performance
NUTS code: BE345 Arr. Virton
Main site or place of performance:

Collège communal, rue du 8 Septembre 41 à 6767 DAMPICOURT

II.2.4)Description of the procurement:

voir II.2.1

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Services compris dans la prime / Weighting: 15
Quality criterion - Name: Engagement sur la durée / Weighting: 5
Cost criterion - Name: Prime / Weighting: 80
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/12/2022
End: 31/12/2022
This contract is subject to renewal: yes
Description of renewals:

Non spécifié

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
II.2)Description
II.2.1)Title:

Automobile et matériel roulant

Lot No: 4
II.2.2)Additional CPV code(s)
66510000 Insurance services
II.2.3)Place of performance
NUTS code: BE345 Arr. Virton
Main site or place of performance:

Collège communal, rue du 8 Septembre 41 à 6767 DAMPICOURT

II.2.4)Description of the procurement:

voir II.2.1

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Services compris dans la prime / Weighting: 15
Quality criterion - Name: Engagement sur la durée / Weighting: 5
Cost criterion - Name: Prime / Weighting: 80
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/12/2022
End: 31/12/2022
This contract is subject to renewal: yes
Description of renewals:

Non spécifié

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
II.2)Description
II.2.1)Title:

Cyber Risk

Lot No: 5
II.2.2)Additional CPV code(s)
66510000 Insurance services
II.2.3)Place of performance
NUTS code: BE345 Arr. Virton
Main site or place of performance:

Collège communal, rue du 8 Septembre 41 à 6767 DAMPICOURT

II.2.4)Description of the procurement:

voir II.2.1

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Services compris dans la prime / Weighting: 15
Quality criterion - Name: Engagement sur la durée / Weighting: 5
Cost criterion - Name: Prime / Weighting: 80
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/12/2022
End: 31/12/2022
This contract is subject to renewal: yes
Description of renewals:

Non spécifié

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
II.2)Description
II.2.1)Title:

Tous risques chantiers

Lot No: 6
II.2.2)Additional CPV code(s)
66510000 Insurance services
II.2.3)Place of performance
NUTS code: BE345 Arr. Virton
Main site or place of performance:

Collège communal, rue du 8 Septembre 41 à 6767 DAMPICOURT

II.2.4)Description of the procurement:

voir II.2.1

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Services compris dans la prime / Weighting: 15
Quality criterion - Name: Engagement sur la durée / Weighting: 5
Cost criterion - Name: Prime / Weighting: 80
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/12/2022
End: 31/12/2022
This contract is subject to renewal: yes
Description of renewals:

Non spécifié

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:

* Le DUME, par lequel l'opérateur économique déclare qu’il ne se trouve pas dans une des situations d’exclusion visées aux articles 67 à 69 de la loi du 17 juin 2016.

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

Le DUME, par lequel l'opérateur économique déclare qu'il satisfait aux critères de sélection suivants :

1. L’attestation d’agrément délivrée par la FSMA ou autorité compétente du pays établissant que l’assureur est agréé pour la ou les branches d’assurances spécifiques pour lesquelles une offre a été déposée. Si le soumissionnaire est inscrit au registre d’un Etat membre de l’Espace économique européen autre que la Belgique, il doit fournir la preuve qu’il est autorisé à exercer par voie de succursale en Belgique ainsi qu’un document d’où il ressort qu’il dispose d’une filiale ou d’une représentation suffisante en Belgique.

2. Une déclaration concernant le chiffre d'affaires global et le chiffre d'affaires (primes) des branches d’assurances faisant l'objet du marché au cours des trois derniers exercices.

Minimum level(s) of standards possibly required:

1. /

2. Niveaux spécifiques équivalant au minimum, pour chacune des branches, à : - Accidents du travail : 10.000.000 EUR - Dommages matériels : 5.000.000 EUR - Responsabilité civile : 5.000.000 EUR - Automobiles : 10.000.000 EUR

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

Le DUME, par lequel l'opérateur économique déclare qu'il satisfait aux critères de sélection suivants :

1. Une liste, par branche d’assurance faisant l’objet du présent marché, des principaux services, auprès de clients publics ou privés exerçant une activité similaire à celle du pouvoir adjudicateur. Cette liste indique le montant annuel de la prime, la date et le destinataire.

Minimum level(s) of standards possibly required:

1. Minimum 5 exécutés, au cours des trois dernières années

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
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: 14/09/2022
Local time: 12:00
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:
French
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 12/01/2023
IV.2.7)Conditions for opening of tenders
Date: 20/09/2022
Local time: 13:00
Place:

Maison communale, Salle du Collège, rez de chaussée

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:

Les offres peuvent uniquement être introduites électroniquement sur le site internet de e-Tendering https://eten.publicprocurement.be/.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Conseil d'Etat
Postal address: Rue de la Science, 33
Town: BRUXELLES
Postal code: 1040
Country: Belgium
Telephone: +32 22349470
Fax: +32 22349842
VI.5)Date of dispatch of this notice:
29/07/2022