Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Insurance cover for property and persons.
Reference number: OIB.02/PO/2017/057/781.
II.1.2)Main CPV code66510000 Insurance services
II.1.3)Type of contractServices
II.1.4)Short description:
Lot 1 — strict civil liability in the event of fire and explosion.
Lot 2 — insurance covering children attending the European Commission's crèches and childcare facilities in Brussels and the surrounding area.
Lot 3 — all-risks, safekeeping and transport insurance for works of art.
II.1.5)Estimated total valueValue excluding VAT: 700 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
II.2)Description
II.2.1)Title:
Strict civil liability in the event of fire and explosion
Lot No: 1
II.2.2)Additional CPV code(s)66510000 Insurance services
66516000 Liability insurance services
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels Region and surrounding area.
II.2.4)Description of the procurement:
Strict civil liability in the event of fire and explosion.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: EU administrative credits.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Insurance covering the children attending the European Commission's crèches and childcare facilities in Brussels and the surrounding area
Lot No: 2
II.2.2)Additional CPV code(s)66510000 Insurance services
66512100 Accident insurance services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels Region and surrounding area.
II.2.4)Description of the procurement:
Insurance covering the children attending the European Commission's crèches and childcare facilities in Brussels and the surrounding area.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 60 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: EU administrative credits.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
All-risks, safekeeping and transport insurance for works of art
Lot No: 3
II.2.2)Additional CPV code(s)66510000 Insurance services
66515200 Property insurance services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels Region and surrounding area. Solely for the European Parliament (including the House of European History), 'nail to nail transport' insurance must be worldwide.
II.2.4)Description of the procurement:
All-risks, safekeeping and transport insurance for works of art.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 340 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: EU administrative credits.
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 registersList and brief description of conditions:
participation in this invitation to tender procedure is open on equal terms to all natural persons, legal entities and public bodies from a Member State of the European Union, or a grouping of these economic operators, under the following 2 distinct forms:
— an insurance company acting in its own name,
— several insurance companies under a joint tender.
Each individual grouping member must comply with the non-exclusion criteria. The grouping as a whole must comply with the selection criteria (see points III.1.2 and III.1.3) and the different members of this grouping will be responsible vis-à-vis the contracting authorities for contract performance.
The insurer/insurers submitting a tender may appoint an insurance intermediary (broker) as a single point of contact during the invitation to tender procedure and, where appropriate, for the administrative management of the contract if awarded it.
The tenderer shall enclose with his tender all the documents and information required in point III.1 'Conditions for participation' of this notice and listed in Annex I 'Checklist of documents to be completed and provided' to the specifications.
The tenderer shall enclose a duly signed and dated solemn declaration stating that he is not in any of the situations which would exclude him from participating in a contract awarded by the European Union. The solemn declaration must take the form of the template published on the following page, in its entirety: http://ec.europa.eu/oib/procurement_fr.cfm
NB: the successful tenderer must, on pain of exclusion, provide the following documentary evidence in support of the solemn declaration prior to signature of the contract.
NB: if groupings are awarded the contract, they must provide the solemn declaration along with the supporting documents and information for each individual member.
III.1.2)Economic and financial standingList and brief description of selection criteria:
— copy of the financial statements (balance sheets and profit and loss accounts) for the past 3 financial years, showing the annual pre-tax profit. If, for a valid reason, the tenderer is unable to provide them, he must enclose a statement as to annual pre-tax profits for the past 3 years. If the financial statements or the declaration show an average loss over the past 3 years, the tenderer must furnish another document as proof of his financial and economic capacity, such as the appropriate guarantee from a third party (e.g. the parent company), statements from auditors, chartered accountants or equivalent,
— statement as to annual turnover specific to the field covered by the lot tendered for in this contract notice, realised during the past 3 financial years.
Minimum level(s) of standards possibly required:
regarding lot 1, to be selected, the tenderer must provide proof of an average specific annual turnover for the past 3 financial years of 500 000 EUR.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
depending on the lot tendered for, the tenderer must provide:
— a list of the principal services provided over the past 3 years in the field covered by said lot, stating the names and particulars of the recipients involved and a short description (no more than half an A4 page) of the services provided (volumes, profile, special requirements, etc.).
The Commission reserves the right to ask the recipients of the services referred to how satisfied they were with the services provided by the tenderer,
— a list of the 3 largest contracts in said lot performed over the past 3 years (2014, 2015 and 2016). This reference list must be accompanied by documents proving that the services were performed (certificates of satisfactory performance, detailed supporting documents, etc.).
Minimum level(s) of standards possibly required:
to select tenderers in respect of lots 1 and 2, the following minimum thresholds will apply:
— lot 1: must have insured at least 500 000 m2 (in total) for the same customer,
— lot 2: must have insured at least 1 000 people per year for the same customer.
The tenderer may provide a solemn declaration as means of proof for assessing said minimum requirements.
III.2)Conditions related to the contract
III.2.1)Information about a particular professionExecution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
given that the contract involves insurance services (not brokerage), this contract is intended for insurance companies only. However, insurers submitting a tender will be able to mandate a broker to represent them during the invitation to tender procedure and, where appropriate, during contract performance. The limits of the mandate given will be provided for in the specifications and defined in accordance with the role of a broker.
III.2.2)Contract performance conditions:
For each lot, duly registered insurance companies may submit tenders, provided that they submit proof of their approval from the Financial Services and Markets Authority or any equivalent authorisation from a body from another State:
— for lot 1: for class 13 (general liability) set out in Annex I to the Royal Decree of 22.2.1991, in accordance with Article 14 of Directive 2009/138/EC of the European Parliament and of the Council of 25.11.2009 on the taking-up and pursuit of the business of Insurance and Reinsurance (Solvency II),
— for lot 2: for classes 1 (accident) and 13 (general liability) set out in Annex I to the Royal Decree of 22.2.1991, in accordance with Article 14 of Directive 2009/138/EC of the European Parliament and of the Council of 25.11.2009 on the taking-up and pursuit of the business of Insurance and Reinsurance (Solvency II),
— for lot 3: for classes 7 (goods in transit), 8 (fire and natural forces) and 9 (other damage to property).
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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 participateDate: 04/12/2017
Local time: 17:30
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 11/12/2017
Local time: 10:00
Place:
Office pour les infrastructures et la logistique — Bruxelles (OIB), bâtiment CSM1, Cours Saint-Michel 23 (entrée côté rue Père de Deken), 1040 Bruxelles, BELGIUM.
Information about authorised persons and opening procedure:
1 duly authorised representative per tenderer may attend the opening of tenders (a passport or identity card must be presented). Tenderers wishing to attend must inform Unit OIB.02.002 Public Procurement, in writing (see address details given in point I.1), no later than 2 working days prior to the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
1) The specifications and additional documents (including questions and answers) will be available at the following web address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2995
Interested parties are invited to register via the website. They will then be notified by the online public procurement system of any updates available for this invitation to tender. Parties not registered on the site are requested to consult it regularly. The Commission cannot be held responsible should tenderers not be aware of any additional information on this invitation to tender given on this website.
The website will be updated regularly; it is the responsibility of tenderers to check for any updates and modifications during the tendering period.
Additional information on contract terms, contract renewals, conditions for participation, minimum levels of capacity required, total estimated contract volume, etc. can be found in the specifications available on the aforementioned website. No paper version will be issued. EMAS-certified since 2005, the OIB adopts an environmentally friendly attitude. EMAS is the eco-management and audit scheme, the EU voluntary instrument used by organisations to improve their environmental performance.
2) Executive agencies may be included in the contract as contracting authorities (within a limit of 10 % of the total contract value and for all the executive agencies taken together) if, at the time of publication of this invitation to tender, they were not yet officially set up or in the process of being set up and, consequently, no formal designation could be specified in the invitation to tender documents.
3) During the 3 years following conclusion of the initial contract, the contracting authority will be able to use the negotiated procedure, without prior publication of a contract notice for new services involving the repetition of similar services assigned to the party awarded this contract by the contracting authority.
4) For further information on participating in invitations to tender and on the sequence of procedures for public procurement at the OIB, please consult the 'Guide for tenderers' and the brochure 'Doing business with the European Commission', accessible via the link: http://ec.europa.eu/oib/procurement_fr.cfm
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
within 2 months of the plaintiff being notified or, failing this, of the date on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.
VI.5)Date of dispatch of this notice:20/10/2017