Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Carlisle City Council
Civic Centre, Rickergate
For the attention of: Vivienne Whiteman
CA3 8QG Carlisle
UNITED KINGDOM
Telephone: +44 228817237
E-mail:
Internet address(es):
General address of the contracting authority: www.carlisle.gov.uk
Further information can be obtained from: Marsh Limited
Kelburn House, Mosley Street
For the attention of: Ann Power
NE1 1YE Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912223266
E-mail:
Fax: +44 1912223228
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Marsh Limited
3rd Floor, Kelburn House, Mosley Street
For the attention of: Ann Power
NE1 1YE Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912223266
E-mail:
Fax: +44 1912223210
Tenders or requests to participate must be sent to: Marsh Limited
3rd Floor, Kelburn House, Mosley Street
For the attention of: Ann Power
NE1 1YE Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912223266
E-mail:
Fax: +44 1912223266
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:Contract for Insurance and Associated Claims Handling Service excluding Broking Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 6: Financial services a) Insurances services b) Banking and investment services
NUTS code UKD11
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)Contract for Insurance and Associated Claims Handling Service.
II.1.6)Common procurement vocabulary (CPV)66510000, 66518300, 66516000, 66516400, 66516500, 66515410
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one lot only
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: 11)Short descriptionLiability including Employers Liability, Public Liability, Officials Indemnity and Professional Indemnity.
2)Common procurement vocabulary (CPV)66510000, 66518300, 66516400, 66516000, 66515410, 66516500
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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Insurance Carriers will be required to demonstrate a high degree of Financial Security and be willing to submit their last three years Report 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 conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: 1. Insurance Carriers should be recognised Insurers authorised to write the classes of business listed above in accordance with all relevant legislation.
2. English Law and Jurisdiction will apply during the negotiations held prior to the award of the insurance contracts, the contracts themselves and their performance.
3. Potential suppliers may be asked to produce a Certificate issued by the appropriate Insurance Regulatory Authority indicating the types of insurance the Insurers are authorised to provide and must comply with the Department of Trade and Industry Regulations.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: When requested, Insurers must be willing to produce:-
- A Certificate issued or counter-signed by at least three Local Authority clients (together with details of the policy dates and premiums paid) showing evidence of the Insurers last three years experience in writing the classes of business referred to.
- Evidence of adequate Risk Management facilities and ability to provide a high quality claims handling service.
- Draft policy documents and wordings, proposal forms, risk improvement requirements or similar on which their tenders are dependent or which will form the basis of contracts.
Minimum level(s) of standards possibly required: Your Credit Rating is A- or above with AM Best or BBB or above with Standard & Poor.
You have an unembumbered Policyholder Surplus of at least $50 Million (or equivalent in another currency).
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Insurers must be authorised to carry on business in the relevant classes of insurance listed in this notice in accordance with the provisions of the Insurance Companies Act 1982 and any other statutory modifications thereof.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureNegotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse 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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:CPU201404
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate6.3.2014 - 12:00
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 upEnglish.
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional informationRe:- 11 2.3
The contract is required for 24 months with an option to extend for a further 24 months if required.
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:4.2.2014