Tender of insurance program for Property Damage and Business Interruption

This tender concerns the conclusion of insurance program for Property Damage and Business Interruption. The thender consists of two lots - one for the plant in Aalborg and one for the plant in Hjørring. Insurers can choose to tender for one or both plants. The NORDVÆRK PDBI program should be …

CPV: 66000000 Servicios financieros y de seguros, 66500000 Servicios de seguros y pensiones, 66510000 Servicios de seguros, 66513200 Servicios de seguros de todo riesgo para la construcción, 66515000 Servicios de seguros de daños, 66515100 Servicios de seguros de incendio, 66515200 Servicios de seguros de cosas, 66515300 Servicios de seguros contra inclemencias del tiempo y pérdida financiera, 66515400 Servicios de seguros contra las inclemencias del tiempo
Lugar de ejecución:
Tender of insurance program for Property Damage and Business Interruption
Organismo adjudicador:
Nordværk I/S
Número de premio:
Tender of insurance program for Property Damage and BI

1. Buyer

1.1 Buyer

Official name : Nordværk I/S
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Tender of insurance program for Property Damage and Business Interruption
Description : This tender concerns the conclusion of insurance program for Property Damage and Business Interruption. The thender consists of two lots - one for the plant in Aalborg and one for the plant in Hjørring. Insurers can choose to tender for one or both plants. The NORDVÆRK PDBI program should be a pure local Danish Insurance program. Nordværk would, if possible, cf. requirement 2.1 in the Requirements Specifications, like to obtain insurance coverage for a 3-year period, i.e. 1 January 2025 to 31 December 2027. The insurance company can only terminate the insurance contract in the event of non-payment of premiums. Termination must be made in writing to Nordværk with at least three months' notice. Nordværk must have the opportunity to pay the outstanding premium within the cancellation period. If the premium is paid during this period, the termination will not take effect.
Procedure identifier : 88e88d0c-9977-4fa3-ab9e-a4d1c985bd59
Internal identifier : Tender of insurance program for Property Damage and BI
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Please note that prequalified tenderes must sign an NDA in order to obtain access to the confidential documents, which includes Nordværk engineering repport and claims statistics. When all quotes are received, Marsh will prepare a quotation comparison to Nordværk who will then decide which insurers are to be invited for further negotiations and reserves the right to reduce the number of insurers. The insurers who will be invited to further negotiations are those insurers who have given the most competitive quotations pricewise and cover-wise. The Revised Offer will be considered the Tenderers' Best and Final Offer ("BAFO"), unless Nordværk decides that one or more additional round(s) of negotiations are necessary. Accordingly, tenderers are urged to submit their best possible offer as early in the process as possible, as they will not necessarily be given the opportunity to submit additional Revised Offers. The BAFO is the final offer submitted by the tenderers and, accordingly, the offer that will be the subject of the final evaluation (leading to award of contract). Tenderers will be notified of the deadline(s) for submission of Revised Offers and additional Revised Offers (if applicable). After submission of the BAFO, Nordværk will complete the Tender Evaluation pursuant to the award criteria listed in Section 4.8 and in accordance with the evaluation method in Section 4.9. Nordværk will announce a decision on the award of the contract. All tenderers will receive a notice of Nordværk´s decision and a brief explanation of the reasons for the decision. Nordværk may not sign the contract with the selected tenderer until after expiry of the stand still period which is ten (10) calendar days from the day after Nordværk has sent the award decision.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66500000 Insurance and pension services
Additional classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services
Additional classification ( cpv ): 66515300 Weather and financial loss insurance services
Additional classification ( cpv ): 66515400 Weather-related insurance services

2.1.2 Place of performance

Anywhere
Additional information : The insurance program concerns of two lots - one policy for the plant in Aalborg and one policy for the plant in Hjørring. The policy holder is Nordværk, Troensevej 2, 9220 Hjørring.

2.1.4 General information

Additional information : As a precondition for an applicant to be declared eligible to undertake the Contract and there-fore prequalified, the applicant must submit a completed and dated ESPD (European Single Procurement Document), which must contain the following: 1 Information about the applicant (ESPD part IIA), information about the representatives of the applicant (ESPD part IIB), information about reliance on the capacities of other entities (if any) (ESPD part IIC) and information concerning subcontractors on whose capacity the economic operator does not rely (if any) (ESPD part IID) 2 Information about the applicant not being subject to the grounds of exclusion in section 135-136 of The Public Procurement Act (ESPD part IIIA-IIIC) 3 Information about the technical and professional ability of the applicant Please notice, if the applicant is a consortium all members of the consortium must complete and submit a separate ESPD with the information listed above. Regarding the requirements listed in Ad. 3 below, this must be fulfilled by the consortium as a whole. Please notice, if the applicant rely on the capacity of one or more third parties regarding technical and professional ability those third parties must complete and submit a separate ESPD with the information listed above, including the information regarding the conditions of which the applicate rely on.
Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Aalborg
Description : Policy for the plant in Aalborg, which previously was owned by I/S Reno-Nord
Internal identifier : Tender of insurance program for Property Damage and Business Interruption - Aalborg

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66500000 Insurance and pension services
Additional classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services
Additional classification ( cpv ): 66515300 Weather and financial loss insurance services
Additional classification ( cpv ): 66515400 Weather-related insurance services

5.1.2 Place of performance

Anywhere
Additional information : The lot concerns the policy for the plant in Aalborg. The policy holder is Nordværk, Troensevej 2, 9220 Aalborg Øst.

5.1.3 Estimated duration

Start date : 01/01/2025
Duration end date : 31/12/2027

5.1.4 Renewal

Maximum renewals : 0

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Criterion :
Type : Suitability to pursue the professional activity
Criterion :
Type : Technical and professional ability
Name : Educational and professional qualifications
Description : Pre-qualified bidders must have a license to operate insurance business in Denmark.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Points for the sub-criteria “Price/Premium” will be awarded on a point scale from 0-10, where lowest offered premium will be given 10 points, and a premium that is 100% higher than the lowest premium will be given 0 points. Prices in between will be awarded points by linear interpolation between those two fix points. If the price range on the incoming conditional offers can be accommodated within "lowest price to 100% higher than lowest price", this rating interval will be selected. Secondary model: If one or more premiums are more than 100% higher than the lowest premium offered, Nordværk will expand the interval so that the tenderer submitting the lowest premium will be given the highest score (10 points) and the tenderer submitting the highest premium (up to 150% higher than the lowest premium) will be given the lowest score (0 points). Prices in between this interval will be awarded points by linear interpolation between those two fix points. If the price span is greater than 150% higher than lowest price, the nearest possible range (200%, 250%, 300% etc.) that can accommodate the price range will be selected.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description : Requirement 1 - Period of insurance (10 %): It will be weighted positively, if the quote includes insurance coverage for a 3-year period, i.e., 1st January 2025 to 31st December 2027. Necessary escape clause may be accepted, and a 6 month cancellation period is suggested if it becomes necessary to cancel the agreement within the 3 year period. Please attach your suggested 3 year agreement with your quote, if you are able to quote on this basis. Nordværk reserves the right to be the sole judge as to the quality of your offered “period of insurance” terms. Requirement 2 - Sub-limits of liability (45 %): The sub limits of liability described in the submission material for Troensevej 2 should be fully met. It will be weighted positively, if the quote includes full acceptance of the requested sub limits of liability. Minor deviations may be accepted, but Nordværk reserves the right to be the sole judge as to the significance of your deviations. Requirement 3 - Policy wording as enclosed (45 %): The full Policy Wording enclosed to the submission material should be fully met. It will be weighted positively, if the quote includes full acceptance of the entire wording. Minor deviations may be accepted, but Nordværk reserves the right to be the sole judge as to the significance of your deviations.
Weight (percentage, exact) : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Languages in which the procurement documents are officially available : English, Danish
Deadline for requesting additional information : 19/09/2024 21:55 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/09/2024
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 26/09/2024 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : Additional informations can be requested by Nordværk according to Directive 2014/25/EU of the European Parliament and of the Council, of 26th February 2014
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : - It is noted that Norlys A/S (former Eniig A/S) is co-insured for two transformers at the address Troensevej 2, 9220 Aalborg Øst. The value of the transformers is included in the values. - In case of disagreement between NORDVÆRK and the appointed insurers, the dispute may be submitted to any court of competent jurisdiction within the Courts of Denmark, alternatively to the Danish Institute of Arbitration at NORDVÆRK’s request.
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : no
Legal form that must be taken by a group of tenderers that is awarded a contract : Should a group of insurers decide to quote on a reinsurance basis, the insurers must appoint a Lead insurer who represents and acts on the reinsurers’ behalf. The reinsurers can be chosen freely and do not have to be pre-qualified. Lead insurer shall collect the premium on behalf of the reinsurers and pay the reinsurers’ premium share. Lead insurer must be appointed to handle and settle all claims on the reinsurers’ behalf. The reinsurers must accept Lead insurer’s decision about indemnity payments.
Financial arrangement : You are entitled to quote on your net and treaty capacity or with support from reinsurance, but the participating reinsurers must appoint you to be authorized to act and negotiate on behalf of the participating insurers. You are allowed to quote net and treaty or to make use of facultative reinsurance. You are not required to present a quote for the full 100% of either programs/layers. Marsh and Nordværk may decide to place the program in a co-insurance solution, if this is the better option for NORDVÆRK.
Information about review deadlines : Information about complaint deadline(s): Pursuant to the Act on the Complaints Board for Tenders, the following deadlines apply for the submission of an appeal: Complaints about not having been pre-qualified must be submitted to the Complaints Board for Tenders within 20 calendar days from the day after sending a notification to the affected applicants about who has been selected when the notification is accompanied by a justification for the decision. In other situations, a complaint about a tender must be submitted to the Complaints Board for Tenders before: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union stating that the contracting entity has entered into a contract. The deadline is calculated from the day after the day on which the executive order has been published. 2) 30 calendar days from the day following the day on which the contracting authority notifies the tenderers concerned that a contract based on a framework agreement reopening the competition or a dynamic purchasing system has been concluded, if the notification has stated a reason for the decision. 3) six months after the contracting authority has entered into a framework agreement calculated from the day after the day on which the contracting authority has notified the affected applicants and tenderers. 4) 20 calendar days calculated from the day after the contracting authority has announced its decision. At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify the contracting authority in writing that a complaint is submitted to the Complaints Board for Tenders, and whether the complaint has been submitted during the standstill period. In cases where the complaint has not been submitted during the standstill period, the complainant must also state whether a suspensive effect is requested of the complaint. The Complaints Board for the E-mail Address of the Tender is specified in the contact notice The Complaints Guide from the Complaints Board for Tenders can be found on the Complaints Board's website.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for udbud
Organisation providing additional information about the procurement procedure : Nordværk I/S
Organisation providing offline access to the procurement documents : Nordværk I/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Nordværk I/S
Organisation processing tenders : Nordværk I/S
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0002

Title : Hjørring
Description : Policy for the plant in Hjørring, which previously was owned by AVV I/S
Internal identifier : Tender of insurance program for Property Damage and Business Interruption - Hjørring

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66500000 Insurance and pension services
Additional classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services
Additional classification ( cpv ): 66515300 Weather and financial loss insurance services
Additional classification ( cpv ): 66515400 Weather-related insurance services

5.1.2 Place of performance

Anywhere
Additional information : The lot concerns the policy for the plant in Hjørring. The policy holder is Nordværk, Troensevej 2, 9220 Aalborg Øst.

5.1.3 Estimated duration

Start date : 01/01/2025
Duration end date : 31/12/2027

5.1.4 Renewal

Maximum renewals : 0

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Criterion :
Type : Suitability to pursue the professional activity
Criterion :
Type : Technical and professional ability
Name : Educational and professional qualifications
Description : Pre-qualified bidders must have a license to operate insurance business in Denmark.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Points for the sub-criteria “Price/Premium” will be awarded on a point scale from 0-10, where lowest offered premium will be given 10 points, and a premium that is 100% higher than the lowest premium will be given 0 points. Prices in between will be awarded points by linear interpolation between those two fix points. If the price range on the incoming conditional offers can be accommodated within "lowest price to 100% higher than lowest price", this rating interval will be selected. Secondary model: If one or more premiums are more than 100% higher than the lowest premium offered, Nordværk will expand the interval so that the tenderer submitting the lowest premium will be given the highest score (10 points) and the tenderer submitting the highest premium (up to 150% higher than the lowest premium) will be given the lowest score (0 points). Prices in between this interval will be awarded points by linear interpolation between those two fix points. If the price span is greater than 150% higher than lowest price, the nearest possible range (200%, 250%, 300% etc.) that can accommodate the price range will be selected.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description : Requirement 1 - Period of insurance (10 %): It will be weighted positively, if the quote includes insurance coverage for a 3-year period, i.e., 1st January 2025 to 31st December 2027. Necessary escape clause may be accepted, and a 6 month cancellation period is suggested if it becomes necessary to cancel the agreement within the 3 year period. Please attach your suggested 3 year agreement with your quote, if you are able to quote on this basis. Nordværk reserves the right to be the sole judge as to the quality of your offered “period of insurance” terms. Requirement 2 - Sub-limits of Liability (45 %): The sub limits of liability described in the submission material for Miljøvej 7 should be fully met. It will be weighted positively, if the quote includes full acceptance of the requested sub limits of liability. Minor deviations may be accepted, but Nordværk reserves the right to be the sole judge as to the significance of your deviations. Requirement 3 - Policy Wording as enclosed (45 %): The full Policy Wording enclosed to the submission material should be fully met. It will be weighted positively, if the quote includes full acceptance of the entire wording. Minor deviations may be accepted, but Nordværk reserves the right to be the sole judge as to the significance of your deviations.
Weight (percentage, exact) : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Languages in which the procurement documents are officially available : English, Danish
Deadline for requesting additional information : 19/09/2024 21:55 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/09/2024
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 26/09/2024 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : Additional informations can be requested by Nordværk according to Directive 2014/25/EU of the European Parliament and of the Council, of 26th February 2014
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : - In case of disagreement between NORDVÆRK and the appointed insurers, the dispute may be submitted to any court of competent jurisdiction within the Courts of Denmark, alternatively to the Danish Institute of Arbitration at NORDVÆRK’s request. - The local district heating companies Hjørring, Hirtshals and Lørslev Varmeforsyning has Nordværk as a main supplier of district heating. If Nordværk is not able to deliver district heating the district heating companies will have to produce district heating via alternative sources like local gas fired peak load stations. This will lead to additional expenses for the district heating companies, and Nordværk do take out insurance protection to cover for these extra costs.
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : no
Legal form that must be taken by a group of tenderers that is awarded a contract : Should a group of insurers decide to quote on a reinsurance basis, the insurers must appoint a Lead insurer who represents and acts on the reinsurers’ behalf. The reinsurers can be chosen freely and do not have to be pre-qualified. Lead insurer shall collect the premium on behalf of the reinsurers and pay the reinsurers’ premium share. Lead insurer must be appointed to handle and settle all claims on the reinsurers’ behalf. The reinsurers must accept Lead insurer’s decision about indemnity payments.
Financial arrangement : You are entitled to quote on your net and treaty capacity or with support from reinsurance, but the participating reinsurers must appoint you to be authorized to act and negotiate on behalf of the participating insurers. You are allowed to quote net and treaty or to make use of facultative reinsurance. You are not required to present a quote for the full 100% of either programs/layers. Marsh and Nordværk may decide to place the program in a co-insurance solution, if this is the better option for NORDVÆRK.
Information about review deadlines : Information about complaint deadline(s): Pursuant to the Act on the Complaints Board for Tenders, the following deadlines apply for the submission of an appeal: Complaints about not having been pre-qualified must be submitted to the Complaints Board for Tenders within 20 calendar days from the day after sending a notification to the affected applicants about who has been selected when the notification is accompanied by a justification for the decision. In other situations, a complaint about a tender must be submitted to the Complaints Board for Tenders before: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union stating that the contracting entity has entered into a contract. The deadline is calculated from the day after the day on which the executive order has been published. 2) 30 calendar days from the day following the day on which the contracting authority notifies the tenderers concerned that a contract based on a framework agreement reopening the competition or a dynamic purchasing system has been concluded, if the notification has stated a reason for the decision. 3) six months after the contracting authority has entered into a framework agreement calculated from the day after the day on which the contracting authority has notified the affected applicants and tenderers. 4) 20 calendar days calculated from the day after the contracting authority has announced its decision. At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify the contracting authority in writing that a complaint is submitted to the Complaints Board for Tenders, and whether the complaint has been submitted during the standstill period. In cases where the complaint has not been submitted during the standstill period, the complainant must also state whether a suspensive effect is requested of the complaint. The Complaints Board for the E-mail Address of the Tender is specified in the contact notice The Complaints Guide from the Complaints Board for Tenders can be found on the Complaints Board's website.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for udbud
Organisation providing additional information about the procurement procedure : Nordværk I/S
Organisation providing offline access to the procurement documents : Nordværk I/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Nordværk I/S
Organisation processing tenders : Nordværk I/S
TED eSender : Mercell Holding ASA

8. Organisations

8.1 ORG-0001

Official name : Nordværk I/S
Registration number : ORG-46076753
Postal address : Troensevej 2
Town : Aalborg Øst
Postcode : 9220
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Contact point : Emil Busk Nielsen (Marsh A/S)
Telephone : +4530949302
Internet address : https://www.nordvaerk.dk
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for udbud
Registration number : ORG-37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for udbud
Telephone : +45 72405708
Information exchange endpoint (URL) : https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : ORG-10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 195f9960-c994-4411-b2ac-b3dcb72a27bb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/09/2024 13:25 +00:00
Notice dispatch date (eSender) : 04/09/2024 13:35 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00534816-2024
OJ S issue number : 174/2024
Publication date : 06/09/2024