Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)City of Edinburgh Council
Business Centre, 3/1 Waverley Court, 4 East Market Street
For the attention of: Margaret Rae
EH8 8BG Edinburgh
UNITED KINGDOM
Telephone: +44 1315294750
E-mail: Margaret.Rae@edinburgh.gov.uk
Fax: +44 1315296227
Further information can be obtained from: Willis Group
Willis, 6-8 Wemyss Place,
For the attention of: Malcolm Whyte
EH3 6DH Edinburgh
UNITED KINGDOM
Telephone: +44 1315538016
E-mail: whytemc@willis.com
Fax: +44 1315538034
Internet address: http://www.willis.com
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II.B: Object of the contract (Supplies or services)
II.1)Title attributed to the contract by the contracting authority:Tender for Insurance and Claims Handling Services
II.2)Type of contract and place of delivery or of performanceService category No 6: Financial services a) Insurances services b) Banking and investment services
NUTS code UKM25
II.3)Information on framework agreement
II.4)Short description of nature and quantity or value of supplies or services:Tender for Insurance and Claims Handling Services
Lots
This contract is divided into lots: yes
II.5)Common procurement vocabulary (CPV) II.6)Scheduled date for start of award procedures
II.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.8)Additional information:
Information about lots
Title attributed to the contract by the contracting authority: Lot No: 1 1)Short description:
2)Common procurement vocabulary (CPV) 5)Additional information about lots:
Title attributed to the contract by the contracting authority: Lot No: 2 1)Short description:
2)Common procurement vocabulary (CPV) 5)Additional information about lots:
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2)Conditions for participation
III.2.1)Information about reserved contracts
Section VI: Complementary information
VI.1)Information about European Union funds
VI.2)Additional information:
VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice:5.3.2013
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)City of Edinburgh Council
Waverley Court, 4 East Market Street
Contact point(s): Corporate Governance
For the attention of: Matthew McCafferty
EH8 8BG Edinburgh
UNITED KINGDOM
Telephone: +44 1314693812
E-mail: matthew.mccafferty@edinburgh.gov.uk
Internet address(es):
General address of the contracting authority: http://www.edinburgh.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
Further information can be obtained from: City of Edinburgh Council
Waverley Court, 4 East Market Street
Contact point(s): Corporate Governance
For the attention of: Matthew McCafferty
EH8 8BG Edinburgh
UNITED KINGDOM
Telephone: +44 1314693812
E-mail: matthew.mccafferty@edinburgh.gov.uk
Internet address: http://www.edinburgh.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: City of Edinburgh Council
Waverley Court, 4 East Market Street
For the attention of: Matthew McCafferty
EH8 8BG Edinburgh
UNITED KINGDOM
Telephone: +44 1314693812
Internet address: http://www.edinburgh.gov.uk
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:Renewal of Motor Fleet and Casualty Insurances.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
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: City of Edinburgh Council.
NUTS code UKM25
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)Provision of Insurance Services (not including Broking Services) under the following categories; Motor Operational Fleet, Employers Liability, Public Liability and Officials Indemnity, all categories including claims handling services.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=267340
The awarding authority has indicated that it will accept electronic responses to this notice via a 'Tender Submission Postbox' facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=267340
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
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)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Provision of Insurance Services (not including Broking Services) under the following categories; Motor Operational Fleet, Employers Liability, Public Liability and Officials Indemnity, all categories including claims handling services.
II.2.2)Information about optionsOptions: yes
Description of these options: The period of the contract applied to each specific Lot will be 5 years with a maximum of 2 additional 2-year optional extensions.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Motor – Operational Fleet1)Short descriptionMotor Insurance – Operational Fleet. No blue light vehicles. Trailers deemed to be included (attached & detached)
2)Common procurement vocabulary (CPV) 3)Quantity or scopeAs contained within tender documentation
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Casualty Insurance1)Short descriptionAs contained within tender documentation
2)Common procurement vocabulary (CPV) 3)Quantity or scopeAs contained within tender documentation
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 conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: As detailed within the Tender Specification.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed within the Tender Specification.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed within the Tender Specification.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:3795MM.
IV.3.2)Previous publication(s) concerning the same contractPrior information notice
Notice number in the OJEU: 2013/S 48-078115 of 8.3.2013
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 11.7.2013
IV.3.4)Time limit for receipt of tenders or requests to participate18.7.2013 - 12:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 18.7.2013 - 12:00
Place:
City of Edinburgh Council.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: To be determined.
VI.2)Information about European Union funds
VI.3)Additional information(SC Ref:267340)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:5.6.2013