Property Damage and Business Interruption Insurance 2026

We are pleased to invite you to participate in the public tender in respect of the Property Damage and Business Interruption Insurance for Turun Seudun Energiantuotanto Oy, hereinafter called TSE. The insurance to be purchased covers the following TSE owned facilities: - Naantali 1, Naantali 2 and Naantali 3 decomissioned …

CPV: 66515000 Kár- vagy veszteség-biztosítási szolgáltatások
A végrehajtás helye:
Property Damage and Business Interruption Insurance 2026
Díjat odaítélő szervezet:
Turun Seudun Energiantuotanto Oy
Díj száma:
557527

1. Buyer

1.1 Buyer

Official name : Turun Seudun Energiantuotanto Oy
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Property Damage and Business Interruption Insurance 2026
Description : We are pleased to invite you to participate in the public tender in respect of the Property Damage and Business Interruption Insurance for Turun Seudun Energiantuotanto Oy, hereinafter called TSE. The insurance to be purchased covers the following TSE owned facilities: - Naantali 1, Naantali 2 and Naantali 3 decomissioned power plants (buildings to be insured on new replacement value basis, machinery to be insured on debris removal value basis) - Naantali CHP 4 power plant (All Risks Property Damage and Business Interruption Insurance) - Oriketo heating plant (All Risks Property Damage and Business Interruption Insurance) - Kakola pump station (All Risks Property Damage and Business Interruption Insurance). The content of the procurement is presented in more detail in "Appendix 1 - UW Submission TSE 2026 PDBI Insurance_v1_20250508 and "Appendix 2 - DRAFT PD AND BI Insurance 2026_TSE_v1_20250508”. The All Risks Property Damage and Business Interruption Insurance is purchased as valid in the form of “1+1+1+1” years. The first Policy Period is from 1.1.2026 to 31.12.2026 and to be renewed annually January 1st. This submission includes a great deal of underwriting information and analysis. We believe the information to be reasonable portrayal of the risks included in this insurance placement. However, participating insurers/reinsurers agree that the submission should be viewed as general information only and nothing in the submission is a condition or warranty or statement of material fact. The risk survey report of TSE, loss statistics and the schedule of sums insured for the insured locations will be provided only on request and subject to a signed NDA. The NDA; Appendix 6 - TSE NDA form is available in Cloudia Tarjouspalvelu. The procurement is conducted on negotiation basis and the valid regulations for public procurement of utilities sector legislation are followed.
Procedure identifier : 56f04ccb-1aec-4e33-bfbf-036a0f1b3df6
Internal identifier : 557527
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 : The Phases of the Public Procurement This public procurement exceeds the EU procurement threshold value. The procurement is conducted on negotiation basis and the valid regulations for public procurement of utilities sector legislation are followed. Phase 1) – Invitation to submit your application to participate in the public tender This invitation to participate in the public tender has been drawn up to serve as a basis for procurement negotiations. Qualification criteria for the phase 1) is described in the ESPD form and Invitation to participate . In order to avoid any misunderstandings TSE wishes to emphasize that the aim of this invitation is only to submit your applications without providing any binding tenders with pricing or other information regarding the terms and conditions. Phase 2) – Negotiations This public procurement exceeds the EU procurement threshold value. The procurement is conducted on negotiation basis and the valid regulations for public procurement of utilities sector legislation are followed. Invitations to the negotiations shall be sent to the qualified applicants who have qualified themselves to the qualification criteria as defined in the ESPD form and Invitation to participate and who have submitted their applications in the requested time, to participate in the public tender. In the negotiation phase you are requested to give: a) your desired share of the risk for the lead position and follow position in TSE’s property insurance or; b) your desired share of the risk for the follow position in TSE's property insurance; c) your initial premium and premium rate indications for the lead and/or follow position (on 100 % basis); d) your comments on the specifications of coverage as stated in the Appendix 2 - DRAFT PD AND BI Insurance 2026_TSE_v1_20250508. If you are unable to meet the requirements in accordance with the specifications stated in the Appendix 2, we request that you explicitly state this during the negotiations. TSE reserves the right to utilize material received from the candidates during the negotiations and reserves the right to accept or deny the proposed amendments/exclusion in the terms and conditions. All changes will be communicated to the applicants. Any comments to premiums or premium rates or share of the risk will not be shared with the applicants. Tentative minimum requirements of the final tender are as follows: a) Quoted lead share and quoted follow share of the risk or quoted follow share of the risk; b) Loss limit EUR 250 000 000 each and every loss combined Property Damage and Business Interruption; c) Sublimit for the specified named suppliers/receivers as stated in the Appendix 2; d) Deductible – Property Damage EUR 500 000 each and every loss; e) Deductible – Business Interruption: Waiting period 30 days and minimum EUR 3,000,000 per each and every loss. Phase 3) – Final invitation to the public tender In the final tender phase you will be invited to submit your binding tender subject to the specifications of coverage as set in the negotiations in phase 2). The final winning tender(s) shall be selected merely based on lowest premiums quoted for the combination of both lead and follow positions, calculated on gross basis incl. taxes and any other fees, as a sum of property damage and business interruption insurance.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66515000 Damage or loss insurance services

2.1.2 Place of performance

Country subdivision (NUTS) : Varsinais-Suomi ( FI1C1 )
Country : Finland

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : 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 has 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.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : 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 has 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.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : 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 has 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.
Fraud : 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 has 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.
Child labour and other forms of trafficking in human beings : 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 has 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.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is 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 : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has 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.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has 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 : 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 has 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Property Damage and Business Interruption Insurance 2026
Description : We are pleased to invite you to participate in the public tender in respect of the Property Damage and Business Interruption Insurance for Turun Seudun Energiantuotanto Oy, hereinafter called TSE. The insurance to be purchased covers the following TSE owned facilities: - Naantali 1, Naantali 2 and Naantali 3 decomissioned power plants (buildings to be insured on new replacement value basis, machinery to be insured on debris removal value basis) - Naantali CHP 4 power plant (All Risks Property Damage and Business Interruption Insurance) - Oriketo heating plant (All Risks Property Damage and Business Interruption Insurance) - Kakola pump station (All Risks Property Damage and Business Interruption Insurance). The content of the procurement is presented in more detail in "Appendix 1 - UW Submission TSE 2026 PDBI Insurance_v1_20250508 and "Appendix 2 - DRAFT PD AND BI Insurance 2026_TSE_v1_20250508”. The All Risks Property Damage and Business Interruption Insurance is purchased as valid in the form of “1+1+1+1” years. The first Policy Period is from 1.1.2026 to 31.12.2026 and to be renewed annually January 1st. This submission includes a great deal of underwriting information and analysis. We believe the information to be reasonable portrayal of the risks included in this insurance placement. However, participating insurers/reinsurers agree that the submission should be viewed as general information only and nothing in the submission is a condition or warranty or statement of material fact. The risk survey report of TSE, loss statistics and the schedule of sums insured for the insured locations will be provided only on request and subject to a signed NDA. The NDA; Appendix 6 - TSE NDA form is available in Cloudia Tarjouspalvelu. The procurement is conducted on negotiation basis and the valid regulations for public procurement of utilities sector legislation are followed.
Internal identifier : 557527

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66515000 Damage or loss insurance services

5.1.2 Place of performance

Country subdivision (NUTS) : Varsinais-Suomi ( FI1C1 )
Country : Finland
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 31/12/2029

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The All Risks Property Damage and Business Interruption Insurance is purchased as valid in the form of “1+1+1+1” years. The first Policy Period is from 1.1.2026 to 31.12.2026 and to be renewed annually January 1st.

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Its (“general”) yearly turnover is as follows:
Description : Year: The tenderer's turnover must be at least 400 MEUR/year in the EU and EEA for the last three years. Documents to be submitted : - Financial statements of the Tenderer for the last three years. The documents are submitted as an attachment to the application for participation. Turnover: Min: 400 000 000,00 Currency: Euro
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Responsibility
Description : The Tenderer certifies that it operates responsibly in accordance with laws and regulations. The Tenderer must provide the following statements and certificates before signing the contract: 1. Proof of registration with the following registers; a) Withholding Tax Register in accordance with the Withholding Tax Act (1118/1996); b) Employer Register; and c) VAT Register in accordance with the Finnish Value Added Tax Act (1501/1993). 2. Extract from the Trade Register; 3. Certificate of payment of taxes; 4. Certificates of pension insurance and payment of pension insurance premiums; 5. Information about collective agreements and any other essential terms of employment applicable to the hired resources. A Finnish Tenderer may sign up for Vastuu Group-service (Luotettava kumppani -ohjelma) ( www.vastuugroup.fi). This will cover the above information for points 1 - 5. In this case, a report of Vastuu Group-service must be submitted. A foreign Tenderer shall submit the information listed above or equivalent, as provided under the laws of the Tenderer’s country of domicile. The documents provided may not be more than three (3) months old. The awarded Tenderer shall submit the documents listed above before signing the contract. In the description below, the Tenderer must accept this responsibility requirement.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Credit rating
Description : The tenderer has a credit rating of at least A- given by international credit rating agencies (Standard & Poor or equivalent); Documents to be submitted: - Certificate or statement of Tenderer's valid credit rating. The documents are submitted as an attachment to the application for participation. In the description below, the Tenderer states its credit rating.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Sanctions
Description : The Tenderer shall comply with all laws and regulations regarding export control, export restrictions and economic sanctions (hereinafter collectively referred to as “Sanctions”). The Tenderer guarantees that the products and services can be delivered pursuant to this agreement without violating any Sanctions. The Tenderer assures that it, any of its group companies or the subcontractors used to fulfil the Tenderer´s obligations under this agreement, or their actual beneficiaries, are not sanctioned persons or entities within the meaning of the sanctions regulations of the European Union, the UN, a member state of the European Economic Area, the United States, Great Britain, or an authority of the aforementioned communities and states. On request, the Tenderer shall promptly inform the Client about its direct or indirect owners, subcontractors and other beneficiaries. In the description below, the Tenderer confirms that the sanction requirement is met.
Use of this criterion : Used
Criterion :
Type : Other
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a relevant professional register
Description : It is enrolled in the relevant professional registers kept in the Member State of its establishment: It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in the relevant trade registers kept in the Member State of its establishment: It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : Requirement: The Tenderer has been been engaged in non-life insurance business within the EU and EEA community for at least the last three years. Complete the information below: - amount: three-year average turnover from non-life insurance business within the EU and EEA community - date: year of commencement of non-life insurance business - recipients: examples of insured sectors - description: examples of non-life insurance items.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Reference price
Description : The winning tender(s) shall be selected merely based on price and the insurance contract(s) shall be made with an insurer/insurers: who are tendering the combination of lowest gross insurance premium incl. taxes and other fees for both lead and follow positions, calculated as a sum of property damage premium and business interruption premium. In the final phase Tenderer fill in the Appendix 5 for the selected share of the risk both in the lead and follow position or merely in the follow position and respective annual premiums and premium rates on 100 % basis, both gross and net basis for the price evaluation separately for property damage premium and business interruption and upload it along with tender in Cloudia Tarjouspalvelu. The applicants who are tendering the lead position shall quote also the follow position. The applicants shall not quote a pure lead position but can quote a pure follow position. The procurement unit reserves the right to specify the selection criteria in terms of the price during the procurement process.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100
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

Deadline for requesting additional information : 23/05/2025 13:00 +00:00

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 : Allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 13/06/2025 13:00 +00:00
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 : The procurement decision can be implemented and the contract can be concluded no earlier than 14 days after the tenderer has received or is deemed to have received notice of the decision and the appeal instructions.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : The risk survey report of TSE, loss statistics and the schedule of sums insured for the insured locations will be provided only on request and subject to a signed NDA. The NDA; Appendix 6 is available in Cloudia Tarjouspalvelu. Upon receipt of the signed NDA, the documents below are provided by email to the email the NDA was received from. - Appendix 3; TSE Sums Insured 2026, - Appendix 4.1; Technical information (TSE, Turun Seudun Energiantuotanto Oy, Loss Prevention Report, - Appendix 4.2; Technical information (TSE, Turun Seudun Energiantuotanto Oy, Risk Survey Report), - Appendix 7 – TSE loss history 2012 – 2024 and until 30.4.2025. The signed NDA shall be sent to teemu.paavonen@wtwco.com and sari.salenius@wtwco.com
Financial arrangement : Payment term 30 days net

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 : Markkinaoikeus -
Organisation providing additional information about the procurement procedure : Turun Seudun Energiantuotanto Oy -

8. Organisations

8.1 ORG-0001

Official name : Turun Seudun Energiantuotanto Oy
Registration number : 1730092-3
Postal address : Satamatie 16
Town : Naantali
Postcode : 21100
Country subdivision (NUTS) : Varsinais-Suomi ( FI1C1 )
Country : Finland
Contact point : Willis Towers Watson Oy / Teemu Paavonen
Telephone : +358 405257238
Internet address : https://www.tset.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 6c47d3d1-5042-47fa-b03c-689193a31ecc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 10:46 +00:00
Notice dispatch date (eSender) : 09/05/2025 11:19 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00301535-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025