Provision of Insurance Brokerage, Placement and Advisory Services for BusConnects (Dublin)

The Authority requires insurance policy procurement and placement services in the domestic and/or international markets for design and build works, together with associated project risk, insurance, liability, and claims advisory services, for the first two BusConnects Core Bus Corridor Schemes, namely the Liffey Valley Core Bus Corridor to City Centre …

CPV: 66510000 Insurance services, 66519310 Insurance consultancy services, 66519300 Auxiliary insurance services, 66519000 Engineering, auxiliary, average, loss, actuarial and salvage insurance services, 66518300 Insurance claims adjustment services, 66518100 Insurance brokerage services, 66518000 Insurance brokerage and agency services, 66518200 Insurance agency services, 66516000 Liability insurance services
Deadline:
April 11, 2025, midnight
Deadline type:
Submitting a bid
Place of execution:
Provision of Insurance Brokerage, Placement and Advisory Services for BusConnects (Dublin)
Awarding body:
National Transport Authority_1149
Award number:
0

1. Buyer

1.1 Buyer

Official name : National Transport Authority_1149
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Provision of Insurance Brokerage, Placement and Advisory Services for BusConnects (Dublin)
Description : The Authority requires insurance policy procurement and placement services in the domestic and/or international markets for design and build works, together with associated project risk, insurance, liability, and claims advisory services, for the first two BusConnects Core Bus Corridor Schemes, namely the Liffey Valley Core Bus Corridor to City Centre Scheme, and Ballymun/Finglas Core Bus Corridor to City Centre Scheme, as well as ancillary services for BusConnects. Mainly, the intention is that construction insurances will be procured by the Contractor on each Scheme. However, third party liability insurance cover is intended to be provided and controlled by the Authority for the project.
Procedure identifier : 75574a4c-e5df-4fcc-a215-b82927e8d593
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66519310 Insurance consultancy services
Additional classification ( cpv ): 66519300 Auxiliary insurance services
Additional classification ( cpv ): 66519000 Engineering, auxiliary, average, loss, actuarial and salvage insurance services
Additional classification ( cpv ): 66518300 Insurance claims adjustment services
Additional classification ( cpv ): 66518100 Insurance brokerage services
Additional classification ( cpv ): 66518000 Insurance brokerage and agency services
Additional classification ( cpv ): 66518200 Insurance agency services
Additional classification ( cpv ): 66516000 Liability insurance services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 750 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of Insurance Brokerage, Placement and Advisory Services for BusConnects (Dublin)
Description : The Authority requires insurance policy procurement and placement services in the domestic and/or international markets for design and build works, together with associated project risk, insurance, liability, and claims advisory services, for the first two BusConnects Core Bus Corridor Schemes, namely the Liffey Valley Core Bus Corridor to City Centre Scheme, and Ballymun/Finglas Core Bus Corridor to City Centre Scheme, as well as ancillary services for BusConnects. Mainly, the intention is that construction insurances will be procured by the Contractor on each Scheme. However, third party liability insurance cover is intended to be provided and controlled by the Authority for the project.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66519310 Insurance consultancy services
Additional classification ( cpv ): 66519300 Auxiliary insurance services
Additional classification ( cpv ): 66519000 Engineering, auxiliary, average, loss, actuarial and salvage insurance services
Additional classification ( cpv ): 66518300 Insurance claims adjustment services
Additional classification ( cpv ): 66518100 Insurance brokerage services
Additional classification ( cpv ): 66518000 Insurance brokerage and agency services
Additional classification ( cpv ): 66518200 Insurance agency services
Additional classification ( cpv ): 66516000 Liability insurance services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 750 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 11/04/2025 00:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 11/04/2025 00:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

8. Organisations

8.1 ORG-0001

Official name : National Transport Authority_1149
Registration number : 2132
Postal address : Haymarket House, Smithfield, Dublin 7
Town : Dublin
Postcode : D07 CF98
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 879 8300
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 6a65f72b-95fa-4f46-9af5-7d14f422f23b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/03/2025 10:21 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00158747-2025
OJ S issue number : 50/2025
Publication date : 12/03/2025