Insurance for Vehicles on Wheels to Work Scheme
Provision of motor vehicle insurance for 50cc, 125cc and 250cc powered two wheeled vehicles (scooters and motorcycles) owned by various authorities and loaned to service users under the Wheels to Work scheme.
United Kingdom-Stafford: Motor vehicle insurance services
2014/S 192-339090
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Staffordshire County Council
Staffordshire Procurement, Finance and Resources, Wedgewood Building, Tipping Street
For the attention of: Rosie O’Doherty
ST16 2DH Stafford
UNITED KINGDOM
Telephone: +44 1785854650
E-mail: rosie.odoherty@staffordshire.gov.uk
Fax: +44 1785854660
Internet address(es):
General address of the contracting authority: www.staffordshire.gov.uk
Electronic access to information: www.staffordshire.alito.co.uk
Electronic submission of tenders and requests to participate: www.staffordshire.alito.co.uk
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: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
See tender documents for full listing
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
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 425 000 and 2 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
66514110
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:
The duration of the agreement is three years (from 1.1.2015) with the option to extend for a further 1 x 12 month period.
As part of the Governments National Procurement Strategy and the West Midlands Regional Improvement Efficiency Partnership and Procurement Hub, collaborative working and supporting other authorities now forms part of this Councils’ procurement remit.
This contract may be made available to other Councils and Public Bodies (e.g. Police, Fire and Rescue Services) within this (or other regions) if the resultant contract provides best value for another West Midlands (or potentially East Midlands and other Authorities throughout the Country, in certain instances). The Councils within the West Midlands area are listed in the procurement documents or alternatively you can view the ‘Your Region (MAP)’ at http://hub.westmidlandsiep.gov.uk/cncil.asp?PageRef=59
To view a list of all of the regions/LA’s, visit www.rce.gov.uk
II.2.2)Information about options
Description of these options: Option to extend for a further 1 x 12 month period from 31.12.2014 to 31.12.2018.
Provisional timetable for recourse to these options:
in months: 30 (from the award of the contract)
II.2.3)Information about renewals
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:
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 conditions
Description of particular conditions: The requirements for minimum economic, financial and technical capacity will be included in the tender documents.
Any tender may be rejected from a company/organisation who interalia:
(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 for compulsory winding up or 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 contracting 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 organisation, 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 1997 and Article 3(1) of Council Joint Action 98/742/JHA 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.
Please refer to Regulation no 23 of the Public Procurement Regulations 2006 (SI No 5) for additional rejection criteria (see link)
III.2.2)Economic and financial ability
Financial checks will be undertaken for economic operators using one or more of the Councils current financial assessors; n2check (www.n2check.com), Dun and Bradstreet (www.dnb.co.uk), Experian (www.experian.co.uk). Economic operators will be assessed according to the level of risk stipulated by the financial assessors used. Any economic operator being given an above average/higher than average risk rating or poorer, by one or more of the assessors used, may be rejected.Note:
1. It is the responsibility of the economic operator to ensure that the appropriate accounts have been filed and that the credit information held is correct.
2. Should economic operators wish other financial information to be taken into account to support the economic and financial check this should be submitted with the response to the PQQ. SCC reserves the right to request further financial information and to take this into account where necessary in addition to the level of risk stipulated by the financial assessors.
3. For sole traders/partnerships where third party financial assessments are not available the assessment will be undertaken using a financial spreadsheet detailing trading account data for the last 3 years.
Minimum level(s) of standards possibly required: The requirements for minimum economic, financial and technical capacity will be included in the tender documents.
III.2.3)Technical capacity
The requirements for minimum economic, financial and technical capacity will be included in the tender documents.
Minimum level(s) of standards possibly required:
The requirements for minimum economic, financial and technical capacity will be included in the tender documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: yes
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Date: 17.11.2014 – 14:00
Place:
Staffordshire County Council.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Restricted to Staffordshire County Council staff only.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 30.
VI.2)Information about European Union funds
VI.3)Additional information
This is an electronic tender. All requests for information to be sent through the electronic tendering portal and messaging facility on the Proactis electronic tendering system. How to register:
1. Instructions at http://www.staffordshire.gov.uk/business/procurement/etendering/
2. Follow the link to Proactis E-Tendering (http://www.staffordshire.alito.co.uk). On the main page click Suppliers then (new user) Register links.
3. Complete the self-registration questions and click the Register button.
4. You will receive a confirmation e-mail with an authentication link (this email may find its way to your trash/junk email account, so please check).
5. Confirm the authentication and then login into Proactis Suppliers-side.
6. Search the bulletin board for the tender(s) using key words, search criteria etc.
7. Once found, click on the (blue) contract title to register interest against an active tender.
8. Click the register button and then continue.
9. The tender will now be in the my tenders profile area on the main menu.
10. Find the read me first document and continue with managing the tender.
If you require urgent assistance regarding the initial usage of the eTendering package please contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to sp@staffordshire.gov.uk
VI.4.1)Body responsible for appeal procedures
Staffordshire County Council
UNITED KINGDOM
Body responsible for mediation procedures
Staffordshire County Council
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Staffordshire County Council
UNITED KINGDOM
VI.5)Date of dispatch of this notice: