Contract notice

Information

Published

Date of dispatch of this notice: 19/06/2015

Expire date: 29/07/2015

External Reference: 2015-310624

TED Reference: 2015/S 119-217926

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Devon and Somerset Fire and Rescue Authority
723645339
Service Headquarters, The Knowle, Clyst St George
EX3 0NW  Exeter
UK
For the attention of: Luke Malton
Telephone: +44 1392872504
E-mail: lmalton@dsfire.gov.uk
Fax: +44 1392872300
Internet address(es):
General address of the contracting authority: http://www.dsfire.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/30504
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12691&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12691&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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

Regional or local authority
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
UK Fire and Rescue Services - http://www.cfoa.org.uk/frs?alpha

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Discretionary Mutual Protection Programme Insurance

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No6:  Financial services a) Insurances services b) Banking and investment services
    Main site or location of works, place of delivery or of performance:

    Exeter

    NUTS code
    UNITED KINGDOM
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    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

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    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:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    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.

    Estimated cost excluding VAT
    Range: between  2000000  and 20000000  GBP
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    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.

    Provisional timetable for recourse to these options:
    in months: 3 (from the award of the contract)
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals:  3
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 3
    II.3)

    Duration of the contract or time limit for completion

    Starting  01. 11. 2015  Completion  31. 10. 2020

    Information about lots

    Lot No: 1  Lot title: Instructions, Questionnaire & Supporting Information
    1)

    Short description:

    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).

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 1  Lot title: Single Insurer, £2m Aggregate Drop Down
    1)

    Short description:

    Single Insurer, £2m Aggregate Drop Down

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    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: Single Excess Insurer, £3m Aggregate Drop Down
    1)

    Short description:

    Single Excess Insurer, £3m Aggregate Drop Down

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Single Excess Insurer, £4m Aggregate Drop Down
    1)

    Short description:

    Single Excess Insurer, £4m Aggregate Drop Down

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 4  Lot title: Single Excess Insurer, £5m Aggregate Drop Down
    1)

    Short description:

    Single Excess Insurer, £5m Aggregate Drop Down

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 5  Lot title: £1m Excess, £2m Cross Class Aggregate Infill
    1)

    Short description:

    £1m Excess, £2m Cross Class Aggregate Infill

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 6  Lot title: £2m Excess, £2m Cross Class Aggregate Infill
    1)

    Short description:

    £2m Excess, £2m Cross Class Aggregate Infill

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 7  Lot title: £3m Excess, £2m Cross Class Aggregate Infill
    1)

    Short description:

    £3m Excess, £2m Cross Class Aggregate Infill

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 8  Lot title: Motor Excess Insurer £3m Aggregate Drop Down
    1)

    Short description:

    Motor Excess Insurer £3m Aggregate Drop Down

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 9  Lot title: Property & Liability Excess Insurer £2m Aggregate
    1)

    Short description:

    Property & Liability Excess Insurer £2m Aggregate

    Drop Down

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 10  Lot title: Cross Class Aggregate £3m Excess £2m Infill
    1)

    Short description:

    Cross Class Aggregate £3m Excess £2m Infill

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66510000   Insurance services
    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.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    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.

    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:

    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).

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    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.

    Minimum level(s) of standards possibly required:

    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.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Refer to ITT documentation - https://uk.eu-supply.com/login.asp?B=BLUELIGHT

    Minimum level(s) of standards possibly required:

    Refer to ITT documentation - https://uk.eu-supply.com/login.asp?B=BLUELIGHT

    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:

    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).

    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

    Open
    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

    DS171-15

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 29.07.2015 - 12:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    29.07.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 003 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    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