Provision of Insurances & Claims Handling (excluding broking services).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Cyngor Sir Ceredigion County Council
Finance Department, Cyngor Sir Ceredigion County Council, Canolfan Rheidol, Rhodfa Padarn, Llanbadarn Fawr
SY23 3UE Aberystwyth
UNITED KINGDOM

Further information can be obtained from: Marsh Ltd
16 Windsor Place
For the attention of: Kirsten Cleaves
CF10 3DS Cardiff
UNITED KINGDOM
Telephone: 02920431111
E-mail:
Fax: 02920431100
Internet address: http://www.marsh.com

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Marsh Ltd
16 Windsor Place
For the attention of: Kirsten Cleaves
CF10 3DS Cardiff
UNITED KINGDOM
Telephone: 02920431111
E-mail:
Fax: 02920431100

Tenders or requests to participate must be sent to: Marsh Ltd
16 Windsor Place
For the attention of: Kirsten Cleaves
CF10 3DS Cardiff
UNITED KINGDOM
Telephone: 02920431111
E-mail:
Fax: 02920431100
Internet address: http://www.marsh.com

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
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 Insurances & Claims Handling (excluding broking 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
Main site or location of works, place of delivery or of performance: County of Ceredigion.

NUTS code UKL1

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 Insurances and Claims Handling (excluding broking services)Community Benefits do not apply to this contract.
II.1.6)Common procurement vocabulary (CPV)

66519200, 66515200, 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 lot only
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:
Contracts will be for a minimum of 2 years' duration with an option to extend by a further 12 months.
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 1.4.2013. Completion 31.3.2015

Information about lots

Lot No: 1 Lot title: Material Damage Package
1)Short description
Material Damage Package including:
- Business Interruption,
- Money,
- All Risk,
- Works in progress,
- Computer,
- Leasehold Commercial.
2)Common procurement vocabulary (CPV)

66519200, 66515200, 66518300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2013. Completion 31.3.2015
5)Additional information about lots
Material damage package including
- business interruption,
- money,
- all risk,
- works in progress,
- computer,
- leasehold commercial.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/a
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Awarding Authority will pay insurance premiums at inception and annually thereafter.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/a
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: a) is bankrupt or is being wound up, whose affairs are being administered by the courts, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection;
In order to qualify participating insurers may be asked to produce the following:
A certificate issued by the relevant authority of the member state, indicating the types of activities that they are competent to engage in.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Appropriate statements from banks and evidence of relevant professional risk indemnity insurance. The insurers balance sheets extracts (where publication is required of that insurer) A statement of the insurers overall turnover and its turnover in respect of the services to which the contract relates for the previous three financial years. Standards & Poor or equivalent rating.
Minimum level(s) of standards possibly required: Evidence of the educational and professional qualifications of the insurer, its managerial staff and the persons responsible for providing services
Evidence of the last 3 years experience in underwriting the classes of insurance referred to in this Contract Notice (together with details of the policy dates, premium payable and assured''s names) by way of certificates issued or countersigned by the relevent public authority assured
Evidence of the insurer''s risk management, risk control, claims and other technical facilities, including the identity of any third party (e.g. loss adjuster, surveyor) used by the insurer
An indication of the proportion of the contract
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 insurers must be authorised to carry on business in the relevant classes of insurance cover 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 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
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
Objective criteria for choosing the limited number of candidates: All pre-selected Insurers will be issued with a copy of the Market Presentation. Any Insurers who registers an interest via email to Marsh Ltd will be considered with agreement from both Marsh and Cyngor Sir Ceredigion County Council.
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 below

1. Price. Weighting 60%

2. How awareness of public sector underwriting will be applied to the Council. Weighting 20%

3. How flexible and accessible an approach will be taken to underwriting. Weighting 20%

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:
INS30_1
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
28.1.2013
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: 3 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 following Insurers & Claims Handlers have been Pre-Selected: Insurers:
ACE SA -NV, Bank House, 8 Cherry Street, Birmingham, B2 5AL
Allianz Cornhill, Allianz Cornhill House, Leadenhall Street, London, EC3A 1AA
Aspen Insurance, 88 Leadenhall Street, London, EC3A 3BA
Aviva Insurance, 51 - 54 Fenchurch Street, London, EC3M 3LA
Chubb Insurance, 13th Floor, Bank House, 8 Cherry Street, Birmingham, B2 5AL
CNA 77 Gracechurch Road, London QBE , Birmingham
HSB Haughton, Birmingham
Lloyds of London, Lime Street, London
Markel
Ocaso SA UK, 3rd Floor, 110 Middlesex Street, London, E1 7HY
Risk Management Partners, 9 Alie Street, London, E1 8DE
Royal & SunAlliance, PO Box 152, West Gate, Colston Avenue, Bristol, BS99 7RD
Tokio Marine
Travelers Insurance Company Limited, St Paul House, 61-63 London Road, Redhill, Surrey
XL Insurance
Zurich Municipal, Gladiator Way, Farnborough, GU14 6GB
Claims Handlers
B4 Legal
Gallagher Bassett

The above organisations have been pre-selected as, where appropriate, they have been considered and approved by Marsh Information Group and meet their required minimum financial standards. In the event that your organisation has not been listed above and has not been considered and approved by the Marsh Information Group and would like to be included in this and other notices please go to www.Marsh.com or contact the public sector unit for instructions. If your organisation meets the required standard set out in this nottice and you have not been pre-selected please notify your interest.

Buy4Wales Reference Number: 33159
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:
20.12.2012