Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Bath & North East Somerset Council
Guildhall, High Street
For the attention of: John Hewlett
BA1 5AW Bath
UNITED KINGDOM
E-mail:
Further information can be obtained from: Marsh Limited
16 Windsor Place Cardiff
Contact point(s): Marsh Limited
For the attention of: Ian Harding
CF10 3BY Cardiff
UNITED KINGDOM
Telephone: +44 2920431156
E-mail:
Fax: +44 2920431100
Internet address: www.marsh.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Marsh Limited
16 Windsor Place
For the attention of: Ian Harding
CF10 3BY Cardiff
UNITED KINGDOM
Telephone: +44 2920431156
E-mail:
Fax: +44 2920431100
Internet address: www.marsh.com
Tenders or requests to participate must be sent to: Marsh Limited
16 Windsor Place Cardiff
Contact point(s): Marsh Limited
For the attention of: Ian harding
CF10 3BY Cardiff
UNITED KINGDOM
Telephone: +44 2920431156
E-mail:
Fax: +44 2920431100
Internet address: www.marsh.com
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:The provision of Insurance and Claims Handling Services (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
Main site or location of works, place of delivery or of performance: The Jurisdiction of Bath and North East Somerset.
NUTS code UKK12
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 and Claims Handling Services (Excluding Broking Services) for the following classes of Insurance:
Property Owners (Commercial Properties and Loss of Revenue);
Property Owners Liability;
Motor Fleet;
Directors and Officers Liability;
Professional Indemnity Insurance;
Fidelity Guarantee;
Group Personal Accident;
Combined Liability (EL/PL).
II.1.6)Common procurement vocabulary (CPV)66510000 - SB01, 66515200
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
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: yes
Description of these options: A minimum of 1 year duration. Offers of long term agreements for 3 years, three plus 2 years and 5 years will be considered.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion Starting 31.3.2013. Completion 30.3.2014
Information about lots
Lot No: 1 Lot title: Material Damage (Commercial Properties and Loss of Rent) and Property Owners Liability1)Short descriptionMaterial Damage (Commercial Properties and Loss of Rent) and Property Owners Liability.
2)Common procurement vocabulary (CPV)66510000 - SB01, 66515200 - SB01
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion Starting 31.3.2013. Completion 30.3.2014
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:N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:The Authority will pay insurance premiums at inception and annually there after.
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 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: In order to qualify participating insurers may be asked to produce the following:
III.2.2)Economic and financial abilityInformation 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 therefore (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 3 financial years.
Minimum level(s) of standards possibly required: A Certificate issued by the relevant authority of the member state, indicating the types of activities they are competent to engage in.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
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 relevant 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 which the insurer may intend to sub-contract.
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: 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 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) yes
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 3
Objective criteria for choosing the limited number of candidates: All Pre-Selected Insurers will be issued 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 our Client.
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:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate25.1.2013
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 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: yes
Estimated timing for further notices to be published: Conditional on Long Term Agreement. Either 3 or 5 years.
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 informationThe Following Insurers and Claims Handlers have been Pre-Selected:
Insurers.
Aviva Insurance, 51-54 Fenchurch St, London EC3M 3LA.
Lloyds of London, Lime Street, London.
Risk Management Partners, 9 Alie Street, London, E1 8DE.
Royal & Sun Alliance, PO Box 152, West Gate, Colston Avenue, Bristol, BS99 7RD.
Travelers Insurance Company Limited, St Paul House, 61-63 London Road, Redhill, Surrey.
Tokio Marine.
Zurich Municipal, Gladiator Way, Farnborough, GU14 6GB.
The above organisations have been pre selected as, where appropriate, they have been considered and approved by the 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 standards set out in this Notice and you have not been pre-selected please notify your interest.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresThe High Court
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Our Client will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The duration of this standstill will be disclosed at this point. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be required from (Refer to address in part 1.1) If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:27.12.2012