By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of non-life Insurance related services (excluding broker services) to Breckland District Council.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Breckland District Council
Elizabeth House Walpole Locke
For the attention of: Richard Shepherd
NR19 1EE Dereham
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.breckland.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of non-life Insurance related services (excluding broker services) to Breckland District Council.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 6: Financial services a) Insurances services b) Banking and investment services
Main site or location of works, place of delivery or of performance: Dereham
NR19 1EE.

NUTS code UKH13

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Insurance services. Engineering insurance services. Liability insurance services. Accident insurance services. Insurance claims adjustment services. Motor vehicle insurance services. Financial loss insurance services. Property insurance services. Breckland District Council is looking for Insurance Services in respect of the following areas: Public Liability; Employers Liability; Professional Indemnity; Fidelity Guarantee; Property Insurance; Commercially Leased Property Insurance All Risks; Business interruption; Contractors All Risks; Computer Insurance; Motor Insurance; Personal Accident Insurance; Engineering Inspection; Liability Claim Handling.
II.1.6)Common procurement vocabulary (CPV)

66510000, 66519200, 66516000, 66512100, 66514110, 66515200, 66515410, 66518300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The total contract will be for a period of 3 years with the option to extend for a further period of 2 years.
Estimated value excluding VAT:
Range: between 200 000 and 250 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 5
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Engineering Inspection Services
1)Short description
To provide Engineering Inspection and Insurance Services.
2)Common procurement vocabulary (CPV)

66510000, 66519200

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 500 and 2 500 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Liability Insurance Services
1)Short description
To provide cover for Combined Liability Insurance including but not limited to Pubic Liability; Employers Liability; Professional Indemnity, Land Charges, Officials Indemnity, Public Health Act, Trustees Indemnity.
2)Common procurement vocabulary (CPV)

66510000, 66516000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 65 000 and 80 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Personal Accident
1)Short description
2)Common procurement vocabulary (CPV)

66510000, 66512100

3)Quantity or scope
Estimated value excluding VAT:
Range: between 2 000 and 2 500 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Motor Insurance Services
1)Short description
To Provide Motor Insurance Services.
2)Common procurement vocabulary (CPV)

66510000, 66514110

3)Quantity or scope
Estimated value excluding VAT:
Range: between 5 000 and 10 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Property Insurance
1)Short description
Property Insurance Services including Material Damage, Business Interruption, All Risks, Money, Computer,
Work in Progress, All Risks,Theft.
2)Common procurement vocabulary (CPV)

66510000, 66515200

3)Quantity or scope
Estimated value excluding VAT:
Range: between 10 000 and 20 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Industrial and Commercial Properties
1)Short description
Industrial and Commercial Properties (property Owners).
2)Common procurement vocabulary (CPV)

66510000, 66515200

3)Quantity or scope
Estimated value excluding VAT:
Range: between 90 000 and 110 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: To provide Financial Loss cover including but not limited to Fidelity Guarantee
1)Short description
Fidelity Gurantee.
2)Common procurement vocabulary (CPV)

66510000, 66515410

3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 000 and 6 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Lot 7 Claims Hnadling Service
1)Short description
Provision of Liability Claims Handling Service.
2)Common procurement vocabulary (CPV)

66510000, 66518300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Legal Expenses
1)Short description
To Provide Uninsured Loss recovery.
2)Common procurement vocabulary (CPV)

66510000, 66513100

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
These will be stated in the Invitation to Tender documentation if applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Insurance companies must be able to demonstrate a high degree of financial stability (a minimum of AA- rating) and be willing to submit their last 3 years reports and accounts.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC of the European Parliament and of the Council (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC of the European Parliament and of the Council (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender. Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: If requested suppliers must provide evidence of the following:- Suppliers last 3 years experience in writing classes of business referred to for Local Authorities - Current standard & Poors or equivalent rating agency (minimum AA- rating) - Financial Assessment - suppliers may be required to provide published and management accounts in support of this.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: The suppliers must be authorised to carry on the business in the relevant classes of insurance as specified in this contracts notice in accordance with the provisions of the Insurance Companies Act 1982 and modifications thereof as well as the requirements of the FCA.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) yes
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
BDC 2016 Insurance Tender
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.3.2016
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

the following insurer's have been preselected but this does not preclude other Insurance Companies from requesting participation: Aviva Leeds UK; AIG Manchester; Zurich financial Services Farnborough UK; Travelers Insurance Company; Redhill UK; Aspen Insurance Company UK; Bureau Veritas Manchester; HSB Haughton Manchester; Amlin@Lloyds London; ACE Leeds; MAPS Southport; Zenith@Lloyds; Chaucer@Lloyds; Hill Dickinson LLP Liverpool ' Phoenix Liability Services Leeds; Risk Management Partners London.

this is a 3 year contract with an option to extend for a further 2 year period. In Insurance terms this can be viewed as a 12 month contract under a three year long term agreement with the option to extend for a further period of 2 years. the tender is for insurance contracts provided by insurance companies and not for the services of an insurance intermediary.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.2.2016