Date of dispatch of this notice: 19/06/2015
Expire date: 29/07/2015
External Reference: 2015-310624
TED Reference: 2015/S 119-217926
Date of dispatch of this notice: 19/06/2015
Expire date: 29/07/2015
External Reference: 2015-310624
TED Reference: 2015/S 119-217926
Discretionary Mutual Protection Programme Insurance
Exeter
Following a comprehensive review of the insurance market currently available to
UK FRS’s culminating in a formal Insurance Tender in mid-2013 and the findings
of an independent feasibility study, FRIC (Fire and Rescue Insurance
Consortium) Members pursued an alternative form of funding to cover the
attritional (reasonably predictable) loss and damage to property and legal
liabilities incurred in the course of business.
FRIC Members considered a range of alternative structures from an informal
cross-member pool to a fully regulated Mutual Insurance Company. The model
selected is known to FRIC as a (Hybrid) DM (Discretionary Mutual), this being a
discretionary mutual supported by a protection programme of external insurance.
Following the conclusion of a competitive tender let in accordance with the Public
Contracts Regulations 2006, the DM Manager has been appointed to manage
the DM and delegated functions from the PP (Protection Programme). FRIC
Members will now work closely with the DM Manager to establish the DM Entity,
define the target operating model and deliver the PP.
This procurement concerns the PP insurance requirements as described in this
ITT together with the supporting information provided herein. The Contractor/s
will be required to work closely with the DM Entity and the DM Manager. The DM
Manager will require delegated Underwriting and Claims Management on behalf
of the Contractor as part of the resultant Contract/s.
This Contract is due to commence on 01/11/2015 and will be for a fixed intiial period of 24 months with three twelve month extension periods.
This Contract will be open to any UK Fire and Rescue Service - http://www.cfoa.org.uk/frs?alpha
There are 10 Lots as stated in Section II.1.8 of this Contract Notice.
Proposed alternatives to the wording of documents (Combined Specification, Underwriting Agreement and Terms and Conditions of Contract) are permitted. Alternatives will be subject to acceptance by the Contracting Authority. All Economic Operators will be advised of acceptable alternatives.
Contracts will not be awarded in all lots. The Lots have been designed to allow a number of different approaches to the Protection Programme design that all achieve the same outcome. These are reflected in the five (5) different ‘Combinations’ below. Potential Providers are free to compete in any and all Lots should they wish to do so. For the avoidance of doubt, only one of the ‘Combinations’ stated below will be selected. The selected ‘Combination’ will be based on the Most Economically Advantageous Tender/s after evaluating all potential Combinations ;
• Combination 1 - Lot 1 only, or;
• Combination 2 - Lot 2 + Lot 5, or;
• Combination 3 - Lot 3 + Lot 6, or;
• Combination 4 - Lot 4 + Lot 7, or;
• Combination 5 - Lot 8 + Lot 9 + Lot 10.
This Contract will be available to all UK Fire and Rescue Services. The following Fire and Rescue Services are members of the discretionary mutual entity and will be utilising this contract from the outset;
• Bedfordshire Fire and Rescue Authority
• Cambridgeshire and Peterborough Fire Authority
• Cheshire Fire Authority
• Devon and Somerset Fire and Rescue Authority
• Essex Fire Authority
• Hampshire Fire and Rescue Authority
• Kent and Medway Towns Fire Authority
• Leicester, Leicestershire and Rutland Combined Fire Authority
• Royal Berkshire Fire Authority
The initial period of this Contract will be two years. There will be options to extend for up to a further three years by means of three separate one year extensions.
Contracts will not be awarded in all lots. The Lots have been designed to allow a number of different approaches to the Protection Programme design that all achieve the same outcome. These are reflected in the five (5) different ‘Combinations’ below. Potential Providers are free to compete in any and all Lots should they wish to do so. For the avoidance of doubt, only one of the ‘Combinations’ stated below will be selected. The selected ‘Combination’ will be based on the Most Economically Advantageous Tender/s after evaluating all potential Combinations ;
• Combination 1 - Lot 1 only, or;
• Combination 2 - Lot 2 + Lot 5, or;
• Combination 3 - Lot 3 + Lot 6, or;
• Combination 4 - Lot 4 + Lot 7, or;
• Combination 5 - Lot 8 + Lot 9 + Lot 10.
This is a two year contract with an option to extend for up to a further three years.
Potential Providers that wish to submit a bid for this opportunity will be
required to complete this Lot which will apply to Lots 1 to 10 (all Lots).
Single Insurer, £2m Aggregate Drop Down
Single Excess Insurer, £3m Aggregate Drop Down
Single Excess Insurer, £4m Aggregate Drop Down
Single Excess Insurer, £5m Aggregate Drop Down
£1m Excess, £2m Cross Class Aggregate Infill
£2m Excess, £2m Cross Class Aggregate Infill
£3m Excess, £2m Cross Class Aggregate Infill
Motor Excess Insurer £3m Aggregate Drop Down
Property & Liability Excess Insurer £2m Aggregate
Drop Down
Cross Class Aggregate £3m Excess £2m Infill
No special legal form is required. If the service provider is a consortium, each member of the consortium will be jointly and severally liable for performance of the contract or shall select from amongst themselves a lead contractor for the purposes of the procurement.
Economic operators must be registered with the appropriate trade or professional register(s) in the EU member state where it is established (as set out in Annex XI of directive 2014/24/EU) under the conditions laid down by that member state).
Tenderers will be accessed in accordance with Part V of the Public Contracts Regulations 2015 on the basis of information provided in response to the invitation to tender. Completed responses to the invitation to Tender must be returned via the e-tendering portal before the deadline for receipt of responses as notified in Section IV.3.4 of this OJEU Notice.
The Contracting Authority will review a range of economic information to evaluate your organisation‘s economic and financial standing. The evaluation will be based on all the information reviewed but it is a requirement of this Contract that the Successful Contractor has a a minimum A- financial strength rating as issued by Standard & Poor’s or A.M Best Co. (or equivalent).
If your organisation is evaluated as high risk the Contracting Authority may:
— ask for additional information, including information relating to your parent company, if applicable; and/or
— require a parent company guarantee or a performance bond.
In addition to the information requested below, the Contracting Authority may consult Experian reports and other credit rating or equivalent reports depending on where your organisation is located.
In particular, the Contracting Authority will consider financial strength and risk of business failure.
Refer to ITT documentation - https://uk.eu-supply.com/login.asp?B=BLUELIGHT
Refer to ITT documentation - https://uk.eu-supply.com/login.asp?B=BLUELIGHT
Economic operators must be registered with the appropriate trade or professional register(s) in the EU member state where it is established (as set out in Annex XI of directive 2014/24/EU) under the conditions laid down by that member state).
DS171-15