Financial and Insurance Services Tender
Provision of Hybrid Discretionary Mutual Management Services to the Fire and Rescue Insurance Consortium including but not limited to; Executive Management, Establishment of a Hybrid Discretionary Mutual, Programme Optimisation,
— Underwriting & Operations.
United Kingdom-Exeter: Financial and insurance services
2014/S 098-171662
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Devon and Somerset Fire and Rescue Service
The Knowle, Clyst St George
For the attention of: Mr Luke Malton
EX3 0NW Exeter
UNITED KINGDOM
E-mail: lmalton@dsfire.gov.uk
Internet address(es):
General address of the contracting authority: www.dsfire.gov.uk
Address of the buyer profile: www.bluelight.gov.uk
Further information can be obtained from: Devon and Somerset Fire and Resue Service
UNITED KINGDOM
Internet address: www.bluelight.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Devon and Somerset Fire and Rescue Service
UNITED KINGDOM
Internet address: www.bluelight.gov.uk
Tenders or requests to participate must be sent to: Devon and Somerset Fire and Rescue Service
UNITED KINGDOM
Internet address: www.bluelight.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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: UK.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
— Executive Management,
— Establishment of a Hybrid Discretionary Mutual,
— Programme Optimisation,
— Underwriting and Operations,
— Protection Programme (Excess & Aggregate Insurances. NB: Excludes procurement of insurance),
— Claims,
— Finance,
— IT (enabling & supporting the other Service Components),
— Governance, Legal, Regulatory & Compliance,
— Operational Actuarial,
— Independent Actuarial,
— Marketing (Mutual Membership),
— Risk Management,
— Resilience & Business Continuity,
— Pool Risk Register.
II.1.6)Common procurement vocabulary (CPV)
66000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Following the award of Contract and once the discretionary mutual has been established, it is the intention to novate the Contract from Devon and Somerset Fire and Rescue Authority to the discretionary mutual entity (likely to be called the Fire and Rescue Insurance Consortium Limited).
It is the intention that the resultant Contract will be available to all Fire and Rescue Services in England and Wales upon joining the discretionary mutual entity.
The Protection Programme Insurances (the Hybrid element of the discretionary mutual) which are likely to incorporate Excess and Aggregate Insurances are out of scope of this procurement.
Estimated value based on total contract period and takes account of the fact that more Fire and Rescue Services could join the discretionary mutual throughout the life of the contract.
Estimated value excluding VAT:
Range: between 2 000 000 and 20 000 000 GBP
II.2.2)Information about options
Description of these options: The Contract will include an option to extend for up to twenty-four (24) months (2years) by means of two twelve (12) month extension periods. The option to extend will be at the discretion of FRIC and will be exercised during the final one (1) year of the initial term of the Contract.
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Employers liability (min cover for each and every claim or series of claims arising from any one event) – 5 000 000 GBP.
Public liability (min cover for each and every claim or series of claims arising from any one event) – 5 000 000 GBP.
Products liability (min cover for each and every claim or series of claims arising from any one event and in the aggregate) – 5 000 000 GBP.
Professional Indemnity (min cover) – 10 000 000 GBP for each and every claim or 15 000 000 GBP aggregate and one reinstatement.
Crime Cover (min cover) – 5 000 000 GBP aggregate
Performance Bond / Parent Company Guarantee may be required at the discretion of FRIC
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:
Organisations bidding as a consortium will be regarded as partners. If successful and awarded the Contract, the partners will be jointly and severally liable under the Contract terms. For organisations bidding with a subcontracting arrangement, the lead organisation will be liable under the contract terms for the actions of the Subcontractors.
In either a consortium or subcontracting arrangement a Lead Bid Partner/organisation will need to be identified and all correspondence in relation to this procurement will be sent to the Lead Bid Partner/organisation only.
A consortium will be required to indicate in its response to the PQQ whether the partnership will take the form of:
a) a new or existing legal entity which will sign the Contract with the members of the FRIC in case of award; or
b) a group of partners not constituting a new legal entity, who via a power of attorney, signed by an authorised representative of each partner (except the Lead Bid Partner), designate one of the partners as Lead Bid Partner, and mandate him as lead contractor to sign the Contract with the members of the FRIC in case of award.
The composition and constitution of the consortium and the allocation of the scope of tasks amongst the members (as set out in the Potential Providers’ response) shall not be altered without the prior written consent of the members of the FRIC which consent may be withheld at their discretion.
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
In accordance with Regulation 25 of the Public Contracts Regulations 2006 and as set out in the Pre-Qualifying Questionnaire (PQQ).
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualifying Questionnaire (PQQ).
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
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: As indicated in the PQQ documentation. Potential Providers will be limited by reference to the Pass/Fail criteria and responses to the PQQ.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2013/S 249-436032 of 24.12.2013
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
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Additional information about authorised persons and opening procedure: Tenders will be opened by Devon and Somerset Fire and Rescue Authority employees, care of the Democratic Services Department, located at DSFRS Headquarters, Exeter, Devon.
Section VI: Complementary information
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice, Strand London
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice: