Section one: Contracting entity
one.1) Name and addresses
Gas Networks Ireland
Gasworks Road
Cork
T12RX96
Contact
Tender Admin
Country
Ireland
Region code
IE - Ireland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://www.etenders.gov.ie/epps/prepareViewCAOrganisation.do?id=1362
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Production, transport and distribution of gas and heat
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
23/010 - Gas Networks Ireland Gas Infrastructure Insurance Broking Services
Reference number
23/010
two.1.2) Main CPV code
- 66000000 - Financial and insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
GNI is undertaking a competitive tendering process, seeking to enter into a Framework Agreement with a sole provider to meet its requirements for the provision of GNI Gas Infrastructure Insurance Broking Services. It is intended that a single
framework agreement will be awarded pursuant to this tender competition. In summary, this consists of the following cover: 1. Property damage in respect of assets with a value of approx. €3.6 Billion. 2. Business Interruption Insurance. 3. Public Liability Insurance with a limit of indemnity of €300 Million 4. Pollution and Product Liability with a limit of indemnity of €300 Million 5. Terrorism Insurance €250 Million. GNI wishes to discuss the level and conditions of the cover going forward with the short-listed Applicants as part of a competitive dialogue process to ensure that it achieves the optimal cover available at the best price in the current market for its infrastructure. However, applicants should assume that the 2023 Energy Insurance Package is indicative of the scope of insurance policies they will be required to place in 2024 when the policies forming the 2023 Energy Insurance Package expire. The scope of services also includes: - • Advise GNI
as required on all insurance matters relating to the placing of policies relating to its infrastructure and business. • Review jointly with GNI the programme biannually to incorporate business and insurance market changes. • Provide insurance broking services as may be sought by GNI and its subsidiaries from time to time. • Claims Services to GNI in regard to GNI claims / recoveries against insurers. • Assist GNI in drafting relevant insurance/indemnity sections of contracts and/or other agreements in order to reflect the insurances applicable and
the obligations of each party to contract. • Advise in respect of any other insurances that may be considered necessary on a contract-by contract basis. • Provide day to day service to GNI in respect of the servicing of this account. • Attend regular review meetings with GNI to continuously review policy coverage, placement strategy, claims performance and other improvement opportunities. • Ensure that the Insurers continue to satisfy the criteria applied as part of their selection, in particular with regard to credit rating.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- IE - Ireland
two.2.4) Description of the procurement
GNI is undertaking a competitive tendering process, seeking to enter into a Framework Agreement with a sole provider to meet its requirements for the provision of GNI Gas Infrastructure Insurance Broking Services. It is intended that a single
framework agreement will be awarded pursuant to this tender competition. In summary, this consists of the following cover: 1. Property damage in respect of assets with a value of approx. €3.6 Billion. 2. Business Interruption Insurance. 3. Public Liability Insurance with a limit of indemnity of €300 Million 4. Pollution and Product Liability with a limit of indemnity of €300 Million 5. Terrorism Insurance €250 Million. GNI wishes to discuss the level and conditions of the cover going forward with the short-listed Applicants as part of a competitive dialogue process to ensure that it achieves the optimal cover available at the best price in the current market for its infrastructure. However, applicants should assume that the 2023 Energy Insurance Package is indicative of the scope of insurance policies they will be required to place in 2024 when the policies forming the 2023 Energy Insurance Package expire. The scope of services also includes: - • Advise GNI
as required on all insurance matters relating to the placing of policies relating to its infrastructure and business. • Review jointly with GNI the programme biannually to incorporate business and insurance market changes. • Provide insurance broking services as may be sought by GNI and its subsidiaries from time to time. • Claims Services to GNI in regard to GNI claims / recoveries against insurers. • Assist GNI in drafting relevant insurance/indemnity sections of contracts and/or other agreements in order to reflect the insurances applicable and
the obligations of each party to contract. • Advise in respect of any other insurances that may be considered necessary on a contract-by contract basis. • Provide day to day service to GNI in respect of the servicing of this account. • Attend regular review meetings with GNI to continuously review policy coverage, placement strategy, claims performance and other improvement opportunities. • Ensure that the Insurers continue to satisfy the criteria applied as part of their selection, in particular with regard to credit rating.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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
Option to extend for 4 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
You must submit through the eTenders system before the deadline. It is very important that you commence the scanning & uploading of your response in a timely manner. The system will automatically lockdown at the exact time specified in the Tender documents. Tenders that are not fully uploaded by the response deadline will not be accepted by the system. Please submit via the eTenders system not later than 12.00 hrs (local time) on Monday 11th September 2023
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Refer to tender documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Requests to participate may be submitted by single entities or by groups of service providers. A group will not be required to convert into a specific legal form in order to submit a request to participate but may if the Contracting Entity considers it necessary to ensure that the contract is carried out to its satisfaction, be required to do so prior to award of the contract. The Contracting Entity also reserves the right to contract
with each member of the group on the basis of joint and several liability, or with one member of the group as a main contractor with a number of sub-contractors or on any other basis as the Contracting Entity considers appropriate.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Irish
four.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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court
High Court Central Office, Four Courts, Inns Quay
Dublin
highcourtcentraloffice@courts.ie
Telephone
+35 318886000
Country
Ireland
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Please refer to Statutory Instrument 131 of 2010, European Communities (Award of Contracts by Utility Undertaking) (Review Procedures) Regulations 2010 (and in particular Regulation 7 and 10(2)).