We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 665504-2021

Submission deadline has been amended by:  31115-2022
27/12/2021    S251

Malta-Valletta: Insurance Brokerage Services for EASO

2021/S 251-665504

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Asylum Support Office (EASO)
Postal address: Winemakers Wharf, Grand Harbour
Town: Valletta
NUTS code: MT Malta
Postal code: MRS 1917
Country: Malta
E-mail: contracts@easo.europa.eu
Internet address(es):
Main address: https://www.easo.europa.eu
Address of the buyer profile: https://www.easo.europa.eu/about-us/procurement
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=9847
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=9847
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
Other activity: Asylum

Section II: Object

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

Insurance Brokerage Services for EASO

Reference number: EASO/2021/942
II.1.2)Main CPV code
66518100 Insurance brokerage services
II.1.3)Type of contract
Services
II.1.4)Short description:

EASO wishes to establish a single Framework Contract (hereinafter called ‘FWC’) for the provision of independent professional insurance broking services for policies with coverage in different locations.

II.1.5)Estimated total value
Value excluding VAT: 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
66510000 Insurance services
II.2.3)Place of performance
NUTS code: AT Österreich
NUTS code: BE Belgique / België
NUTS code: BG България  / Bulgaria
NUTS code: CY Κύπρος  / Kýpros
NUTS code: CZ Česko
NUTS code: DE Deutschland
NUTS code: DK Danmark
NUTS code: EE Eesti
NUTS code: EL Ελλάδα  / Elláda
NUTS code: ES España
NUTS code: FI Suomi / Finland
NUTS code: FR France
NUTS code: HR Hrvatska
NUTS code: HU Magyarország
NUTS code: IE Éire / Ireland
NUTS code: IT Italia
NUTS code: LT Lietuva
NUTS code: LU Luxembourg
NUTS code: LV Latvija
NUTS code: MT Malta
NUTS code: NL Nederland
NUTS code: PL Polska
NUTS code: PT Portugal
NUTS code: RO România
NUTS code: SE Sverige
NUTS code: SI Slovenija
NUTS code: SK Slovensko
Main site or place of performance:

The services will be performed at the:

— contractor's premises, unless otherwise agreed.

The place of contract performance may be more detailed in the Technical Specifications.

II.2.4)Description of the procurement:

Open procedure for the conclusion of a single framework contract for the provision of insurance brokerage services as described in the tender documents.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 500 000.00 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:

Please see Article I.3 of the Special Conditions of the FWC.

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

See internet address provided in Section I.3).

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:

See internet address provided in Section I.3).

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
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:

See procurement documents.

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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/01/2022
Local time: 23:59
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 26/01/2022
Local time: 11:00
Place:

European Asylum Support Office, Winemakers Wharf, Grand Harbour, Valletta, MRS 1917, MALTA.

Information about authorised persons and opening procedure:

A maximum of two representatives per tender may attend the opening session. For organisational and security reasons the tenderer must provide the full name, date of birth, nationality and ID or passport number of the representatives at least five working days in advance to: contracts@easo.europa.eu.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last five calendar days before the time limit for receipt indicated in Section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4302-2100
Internet address: http://curia.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in Section I.3).

VI.5)Date of dispatch of this notice:
20/12/2021