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

Provision of Insurance and Claims Handling Services (excluding Broking Services)

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

London Borough of Enfield
FRCS - Audit & Risk Management, 4th Floor, Civic Centre, Silver Street
For the attention of: Vivian Uzoechi
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2083794615
E-mail:

Internet address(es):

General address of the contracting authority: www.enfield.gov.uk

Further information can be obtained from: Marsh Ltd
16 Windsor Place,
For the attention of: Kirsten Cleaves
CF10 3DS Cardiff
UNITED KINGDOM
Telephone: +44 2920431111
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 Ltd
16 Windsor Place,
For the attention of: Kirsten Cleaves
CF24 0BE Cardiff
UNITED KINGDOM
Telephone: +44 2920431111
E-mail:
Fax: +44 2920431100
Internet address: www.marsh.com

Tenders or requests to participate must be sent to: Marsh Ltd
16 Windsor Place,
For the attention of: Kirsten Cleaves
CF24 0BE Cardiff
UNITED KINGDOM
Telephone: +44 2920431111
E-mail:
Fax: +44 2920431100
Internet address: www.marsh.com

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:
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 performance
Services
Service category No 6: Financial services a) Insurances services b) Banking and investment services

NUTS code UKI21

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 & Claims Handling Services(Excluding Broking Services) for the following classes of Insurance:
Property / Business Interruption Insurance (Including Terrorism )
Motor Fleet Insurance (Including Motor ULR Where Applicable)
Combined Liability including Professional risks
Fidelity Guarantee
Personal Accident & Business Travel
Engineering Inspection & Insurance
Computer Insurance Services
Contract Works & Hired In Plant
Right to Buy property Insurance
II.1.6)Common procurement vocabulary (CPV)

66510000, 66515200, 66514110, 66512100, 66519200, 66513200, 66515410, 66518300, 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:
II.2.2)Information about options
Options: yes
Description of these options: A minimum of one year duration. Offers of long term agreements for three years, three plus two years and five years will be considered with annual reviews.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.4.2014. Completion 31.3.2017

Information about lots

Lot No: 1 Lot title: Material Damage Package
1)Short description
To include (where required) but not limited to
Property
Money
All Risks
Glass
Computers
Terrorism
Balance of Perils cover
Theft
2)Common procurement vocabulary (CPV)

66515200, 66510000, 66515410, 66515000, 66515100, 66515300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 2 Lot title: Casualty Covers
1)Short description
To include (where required) but not limited to
Public Liability
Products Liability
Employers Liability
Public Health Act
Libel & Slander
Land Charges
Officials Indemnity
Professional Indemnity
2)Common procurement vocabulary (CPV)

66516000, 66516400, 66516100, 66516200, 66512100, 66510000, 66516500

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 3 Lot title: Motor
1)Short description
To include (where required) but not limited to
Motor Fleet
OBU
2)Common procurement vocabulary (CPV)

66514110, 66516400, 66512100, 66513200, 66515410, 66516100, 66515000, 66515100

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 4 Lot title: Personal Accident/Travel
1)Short description
Personal Accident
Business Travel
2)Common procurement vocabulary (CPV)

66512000, 66512100, 66515000, 66510000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 5 Lot title: Engineering
1)Short description
Insurance Services
Inspection Services
2)Common procurement vocabulary (CPV)

66519200, 66510000, 66515410, 66519300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 6 Lot title: Contract Works
1)Short description
Contract Works
2)Common procurement vocabulary (CPV)

66513200, 66515200, 66516400, 66512100, 66515000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 7 Lot title: Fidelity Guarantee
1)Short description
Fidelity Guarantee
2)Common procurement vocabulary (CPV)

66515410, 66510000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 8 Lot title: Right to Buy Property Insurance
1)Short description
Right to Buy Property Insurance
2)Common procurement vocabulary (CPV)

66515200, 66510000, 66515000, 66515100, 66515300, 66515410

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 9 Lot title: Claims Handling Services
1)Short description
Claims Handling Services
2)Common procurement vocabulary (CPV)

66518300, 66510000, 66519500

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 10 Lot title: Fine Arts
1)Short description
2)Common procurement vocabulary (CPV)

66515200, 66510000, 66515000, 66515100, 66515300, 66515410

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 11 Lot title: Commercial Leased Properties
1)Short description
2)Common procurement vocabulary (CPV)

66515200, 66510000, 66515000, 66515100, 66515300, 66515410

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 12 Lot title: Uninsured Loss Recovery
1)Short description
2)Common procurement vocabulary (CPV)

66514110, 66510000, 66516100, 66513100

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
5)Additional information about lots
Lot No: 13 Lot title: School Journey
1)Short description
2)Common procurement vocabulary (CPV)

66512000, 66510000, 66512100, 66515000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2014. Completion 31.3.2017
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:
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:
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or 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 compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(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 with 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 with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
The above list is not exhaustive, the Authority will require all those who
express an interest to this notice including those who are pre-selected in
Section VI.3) to sign a declaration in relation to Regulation 23 of the Public
Contracts Regulations 2006 which can be obtained from Contact stated in Section
I.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if 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 three 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. The minimum financial guidelines for insurance companies are an interactive S&P; rating of BBB or higher and the local currency equivalent of US$50 million in unencumbered policyholders' surplus. In the absence of an interactive S&P; rating, companies with an interactive A.M. Best rating of A- or higher and the local currency equivalent of US$50 million in unencumbered policyholders' surplus meet our minimum financial guidelines.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if 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 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
Envisaged minimum number 3: and maximum number 10
Objective criteria for choosing the limited number of candidates: All Pre-Selected Insurers will be issued a copy of the Invitation to Negotiate. Any Insurers who registers an interest via email to Marsh Ltd will be considered if they meet the minimum LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL criteria in section III with agreement from both Marsh and Enfield 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 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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
24.6.2013 - 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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information
The Following Insurers have been Pre-Selected:
Insurers
Aviva Insurance, 51-54 Fenchurch St, London EC3M 3LA
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
Chubb Insurance, 13th Floor, Bank House, 8 Cherry Street, Birmingham, B2 5AL
CNA 77 Gracechurch Road, London QBE , Birmingham
DAS Legal Expenses, Temple Quay, Bristol
Ecclesiastical Insurance Group, Beaufort House, Brunswick Road, Gloucester, GL1 1JZ
Hiscox
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
Travelers Insurance Company Limited, St Paul House, 61-63 London Road, Redhill, Surrey
Tokio Marine
XL Insurance
Zurich Municipal, Gladiator Way, Farnborough, GU14 6GB
Summit Motor Policies

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 under section III) and you have not been pre-selected please notify your interest

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will incorporate a minimum 10 calendar day Standstill Period
following electronic notification (minimum of 15 calendar days for any other
means of communication) to unsuccessful applicants of the award decision.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.5.2013