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

Insurance Services excluding Broker Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Liverpool City Council
Finance & Resources (Procurement), Room 122 Municipal Buildings, Dale Street
For the attention of: Steve Boyd
L2 2DH Liverpool
UNITED KINGDOM
E-mail:

Tenders or requests to participate must be sent to: Due North Portal
UNITED KINGDOM

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:
Insurance Services excluding Broker Services.
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

NUTS code UKD52

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Insurance Services excluding Broker Services.
II.1.6)Common procurement vocabulary (CPV)

66510000, 66514100, 66516000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Authority are seeking a 3 year Long Term Agreement with the option extend for a further 2 year period.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.5.2014. Completion 30.4.2019

Information about lots

Lot No: 1 Lot title: Casualty Insurance
1)Short description
Casualty Insuarnce comprising Employers' Liability, Public and Product Liability, Officials' indemnity and Professional Negligence.
2)Common procurement vocabulary (CPV)

66510000, 66516000, 66516500, 66516400

3)Quantity or scope
Casualty Insuarnce comprising Employers' Liability, Public and Product Liability, Officials' indemnity and Professional Negligence.
4)Indication about different date for duration of contract or starting/completion
Starting 1.5.2014. Completion 30.4.2019
5)Additional information about lots
Lot No: 2 Lot title: Motor Fleet Insurance
1)Short description
Motor Fleet Insurance.
2)Common procurement vocabulary (CPV)

66510000, 66514110, 66516100

3)Quantity or scope
Motor Fleet Insurance.
4)Indication about different date for duration of contract or starting/completion
Starting 1.5.2014. Completion 30.4.2019
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:
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Insurers will be authorised to write the classes of insurance listed within the EU Member States subject to English/Welsh Law and jurisdiction of the English/Welsh courts. Potentional suppliers may be asked to produce a certificate issued by the appropriate insurance regulatory authority indicating the types of insurance the insurer is authorised to provide and must comply with departments of trade and industry regulations. Potential suppliers may be asked to produce a copy of their annual reports and accounts for
the last 3 years, name and address of bankers, details of last three years of underwriting experience for the classes of business referred to in this notice.
Minimum level(s) of standards possibly required: Insurers must be at least 'A' rated by Standard and Poor's or equivalent agency.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Details of membership of any professional body or association and education/ professional qualifications/experience of all staff providing the services, and evidence of risk management capabilities. Please see the invitiation to tender (ITT) for more details.
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: Insurers will be insurance companies authorised to write classes of insurance listed within the EU Member states subject to English/ Welsh Law and the jurisdiction of the English/ Welsh courts. The service will be regulated by the provisions of the Insurance Act 1982 and any modification thereof.
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: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
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 dialogue
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:
NWCE-9FZJN4
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 21.3.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.3.2014 - 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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 21.3.2014 - 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The High Court of Justice of England
UNITED KINGDOM

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