Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Department of the Environment; Department of Finance and Personnel; Department for Regional Development; Northern Ireland Ambulance Service HSC Trust; Department of Agriculture and Rural Development, Rivers Agency; Department of Agriculture and Rural Development, Forest Service; Department of Agriculture and Rural Development; Agri Food And Biosciences Institute; Southern Health & Social Care Trust; Northern Health & Social Care Trust; Belfast Health & Social Care Trust; Western Health & Social Care Trust; South Eastern Health & Social Care Trust; Business Services Organisation; Department of Finance and Personnel; Northern Ireland Blood Transfusion Service; BSS, Single Investigation Unit; Department of Education; Department of Enterprise, Trade & Investment; Invest NI; Department of Culture Arts and Leisure; Probation Board for Northern Ireland; Youth Justice Agency of Northern Ireland; Department of Justice Core; Police Ombundsman for Northern Ireland; Department of Justice - Forensic Science N I; Northern Ireland Office; Office of the First Minister and Deputy First Minister; Health and Safety Executive for Northern Ireland; Department of Health, Social Services and Public Safety; Department for Employment and Learning; Department for Regional Development; Department for Social Development; Northern Ireland Council for the Curriculum, Examinations and Assessment; and other Public Sector Bodies (further details as noted within the Invitation To Tender document)
c/o Willis Ltd, Floor 3 Centrepoint, 24 Ormeau Avenue
Contact point(s): Willis Ltd
For the attention of: Alan Boal
BT2 8HS Belfast
UNITED KINGDOM
Telephone: +44 2890895098
E-mail:
Fax: +44 2890895050
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 authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
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:Provision of Motor Vehicle Insurance and related Motor Vehicle Insurance Services including Claims Handling, Data Handling and Risk Management 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
Main site or location of works, place of delivery or of performance: Northern Ireland.
NUTS code UKN
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)Provision of Motor Vehicle Insurance on a fleet of approximately 6,250 to 7,000 vehicles for the Period of Insurance 1.4.2014 to 31.3.2015, with option for a 2 Year Contract for the Period of Insurance 1.4.2014 to 31.3.2016.
II.1.6)Common procurement vocabulary (CPV) 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: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 1 500 000 and 3 000 000 GBP
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 completion Starting 1.4.2014. Completion 31.3.2016
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:None 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:No specific legal form is required.
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: Tenderers will be required to demonstrate that they are regulated by the appropriate national regulatory body, such as the UK Prudential Regulation Authority / UK Financial Conduct Authority.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Financial Strength - Tenderers must hold a minimum Credit Rating of BBB Stable with Standard & Poors or equivalent with another recognised Rating Company.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
The Insurers must be able to provide evidence that they have at least 3 years' experience and capability of providing an adequate claims handling service for a Motor Fleet of vehicles based in Northern Ireland.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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 procedureRestricted
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 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:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 21.1.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate22.1.2014 - 23:59
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 recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresWillis Ltd
Floor 3 Centrepoint, 24 Ormeau Avenue
BT2 8HS Belfast
UNITED KINGDOM
Telephone: +44 2890895098
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:23.12.2013