Motor Insurance Tender Torfaen
Provision of Motor Insurances and associated claims handling provisions (But Excluding Broking Services).
UK-Pontypool: motor vehicle insurance services
2012/S 82-134997
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Torfaen County Borough Council
Civic Centre
For the attention of: Samuel Anstee
NP4 6YB Pontypool
UNITED KINGDOM
Telephone: +44 1495766117
E-mail: Samuel.anstee@torfaen.gov.uk
Further information can be obtained from: Marsh Ltd
16 Windsor Place
For the attention of: Judith Carroll
CF10 3BY Cardiff
UNITED KINGDOM
Telephone: +44 2920431112
E-mail: Judith.carroll@marsh.com
Fax: +44 2920431100
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: Judith Carroll
CF10 3BY Cardiff
UNITED KINGDOM
Telephone: +44 2920431112
E-mail: Judith.carroll@marsh.com
Fax: +44 2920431100
Tenders or requests to participate must be sent to: Marsh Ltd
16 Windsor Place
For the attention of: Judith Carroll
CF10 3BY Cardiff
UNITED KINGDOM
Telephone: +44 2920431112
E-mail: Judith.carroll@marsh.com
Fax: +44 2920431100
I.2)Type of the contracting authority
Body governed by public law
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 Motor Insurances and associated claims handling provisions (But 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 servicesa)Insurances services b)Banking and investment services
NUTS code UKL16
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)
Motor insurances and associated claims handling provisions (but excluding broking services).
II.1.6)Common procurement vocabulary (CPV)
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: Quotations required for a 9 month period and then for a 1 year contract.
Furthermore for the avoidance of doubt, the first period will be effective 1.7.2012 and annually on the 1st April thereafter
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.7.2012. Completion 31.3.2013
Information about lots
Lot No: 1 Lot title: Motor Insurance (excluding Broking Services)
1)Short description
Provision of motor insurance, as more fully described in the market presentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Insurance Claims adjusting services (Excluding Broking services)
1)Short description
Provision of claims handling and adjusting services in respect of motor vehicle insurance only (but excluding broking services) as more fully described in the market presentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
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:
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: Organisations have been pre selected as, they hold a minimum of an A- rating by either AM Best, Standard and Poors or Moody’s rating agency. In addition each qualifying market 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 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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Ref III.2.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Ref III.2.1.
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: Except for lot 6 the Insurers must be authorised by the FSA or EU equivalent to carry on business in the relevant classes of Insurance as listed in the lots 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 5
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
25.5.2012
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 tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
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 have been pre selected:
Insurers.
Ecclesiastical Insurance Group, Beaufort House, Brunswick Road, Gloucester, GL1 1JZ.
Lloyds of London, Lime Street, London – including Summit and QBE.
Aviva, Norwich Union House, 51-54 Fenchurch Street, London, EC3M 3LA.
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.
Zurich Municipal, Zurich House, 2 Gladiator Way, Farnborough, Hampshire Gu14 6GB.
Equity Red Star, Castlemead, Lower Castle Street, Bristol BS1 3AG.
Please note:
1. All bidders must supply at least one reference from a public body. For the avoidance of doubt a public body is not limited to local authorities. Failure to provide a reference will preclude the bidder from further consideration.
2. The Authority require confirmation that those bidding for the Motor Insurance (in part or in total) will allow a continuation of the existing claims handling arrangements and if required by the Authority, the bidder will be open to allowing the Authority broadening the current arrangements to increase their claims handling Authority
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Torfaen County Borough Council
Pontypool
UNITED KINGDOM
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:25.4.2012