Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Council for Catholic Maintained Schools
160 High Street
Contact point(s): H.A.Leslie & Co.
For the attention of: Stephen McAnee
BT18 9HT Holywood
UNITED KINGDOM
Telephone: +44 2890323855
E-mail:
Fax: +44 2890312188
Internet address(es):
General address of the contracting authority: http://www.onlineccms.com
Electronic access to information: http://www.onlineccms.com
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: H.A.Leslie & Co
5 Crescent Gardens
Contact point(s): Tender documents must be received before 12:00 noon on 26.2.2014 at the e mail address below.
BT7 1NS Belfast
UNITED KINGDOM
E-mail:
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
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:Appointment of Insurers for the Provision of General Insurances for the period 1.4.2014 to 31.3.2017.
II.1.2)Type of contract and location of works, place of delivery or of performance 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)The Contracting Authority is seeking tenders for the provision of a range of insurances for the period 1.4.2014 to 31.3.2017.
II.1.6)Common procurement vocabulary (CPV)66515100, 66515200, 66515400, 66515411, 66515000
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:Services are required for the period from 1.4.2014 to 31.3.2017 subject to the Contracting Authority being permitted to cancel one or more of the covers during the period and recieve a pro rata return of premium. The premium range provided in this document (Section II.2.I) is the premium range per annum excluding Insurance Premium Tax.
Estimated value excluding VAT:
Range: between 250 000 and 300 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
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 conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Cover quoted for and subsequently provided must be exactly as stated in the Requirements document.
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 must not have any Regulation 23 of the Public Contracts Regulations 2006 Part 4 as amended offences.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: A copy of the most recent audited accounts that cover the last two years of trading or for the period that is available if trading for less than two years. Evidence of a rating by Standard & Poor, A.M.Best or Moody's or equivalent rating agency.
Minimum level(s) of standards possibly required: Tenderers must hold a current rating of BBB+ by Standard & Poor, A.M.Best or Moody's or equivalent rating agency.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Evidence of previous experience of relevant insurance contracts in the last three years for the provision of services similar to those to be provided in relation to the Requirement. Details of any material non-employment related litigation (pending threatened or determined) or other legal proceedings against the tendering organisation within the last 3 years that may be relevant to the tenderers ability to deliver the Requirement.
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: yes
Reference to the relevant law, regulation or administrative provision: All Insurers which tender must be authorised by the Financial Conduct Authority in the United Kingdom or EU equivalent to carry on business in the relevant classes of Insurance as listed in this contract notice in accordance with the provisions of the Insurance Companies Act 1982 and any other statutory modifications thereof.
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 procedureOpen
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 below
1. Price. Weighting 85
2. Quality. Weighting 15
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: 26.2.2014 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate26.2.2014 - 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 tenderin days: 90 (from the date stated for receipt of 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 fundsThe 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 proceduresCouncil for Catholic Maintained Schools
160 High Street
BT18 9HT Holywood
UNITED KINGDOM
Internet address: http://www.onlineccms.com
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: A standstill period will be incorported at the point that confirmation of the award of the contract is communicated to tenderers.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:9.1.2014