Harborough District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | HDC 104 INSURANCE SERVICES |
Notice type: | Contract Notice |
Authority: | Harborough District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Insurance services for the Council. |
Published: | 04/01/2016 13:30 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Harborough District Council
Harborough District Council Council Offices, The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 1858828282, Email: Commissioning2@harborough.gov.uk, URL: http://www.harborough.gov.uk, URL: http://harborough/index.htm TBC
Contact: Jonathan Ward-Langman, Attn: Jonathan Ward-Langman
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: https://www.delta-esourcing.com
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: HDC 104 INSURANCE SERVICES
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 6
Region Codes: UKF22 - Leicestershire CC and Rutland
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Insurance services. Accident insurance services. Legal insurance and all-risk insurance services. Insurance services for the Council.
II.1.6)Common Procurement Vocabulary:
66510000 - Insurance services.
66512100 - Accident insurance services.
66513000 - Legal insurance and all-risk insurance services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
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:
Insurance Services for the Council.
Estimated value excluding VAT: 1,260,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 4
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)
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:
Refer to the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to the tender documents.
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:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Refer to the tender documents.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Documents as above; the Council reserves the right to investigate further and, if appropriate, negotiate additional requirements with the successful supplier(s) dependent on information supplied.
Minimum Level(s) of standards possibly required:
Refer to the tender documents.
III.2.3)Technical capacity
Technical capacity - means of proof required
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
Information and formalities necessary for evaluating if requirements are met:
Refer to the tender documents.Confirmation that the Council may approach contracting authorities to seek confirmation of the satisfactory delivery of services listed at III.2.3) (b)
Minimum Level(s) of standards possibly required:
Refer to the tender documents.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
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 below
Criteria - Weighting
Price - 50
Technical capacity - 50
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: HDC 104
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 01/02/2016
Time-limit for receipt of requests for documents or for accessing documents: 00:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 04/02/2016
Time: 09:00
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
Duration in days: 180
IV.3.8)Conditions for opening tenders
Date: 04/02/2016
Time: 09:00
Place:
N/A
Persons authorised to be present at the opening of tenders: Yes
Authorised Harborough District Council offficers
Section VI: Complementary Information
VI.1)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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Requests for clarification will be accepted via the Delta eSourcing portal up until 9.00.am. on February 1st 2016; responses will be made available to all providers via the Delta portal.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Market-Harborough:-Insurance-services./6CQ9M7JB42
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6CQ9M7JB42
GO-201614-PRO-7532322 TKR-201614-PRO-7532321
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Harborough District Council
The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 7880512540, Email: Commissioning2@harborough.gov.uk
VI.4.2)Lodging of appeals: The Council will incorporate a minimum 10 working day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 04/01/2016
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Harborough District Council
Harborough District Council Council Offices, The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 1858828282, Email: Commissioning2@harborough.gov.uk
Contact: Jonathan Ward-Langman
Main Address: http://www.harborough.gov.uk, Address of the buyer profile: http://www.bipsolution.com
NUTS Code: UKF2
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: HDC 104 INSURANCE SERVICES
Reference number: Not Provided
II.1.2) Main CPV code:
66510000 - Insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Insurance services for the Council.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,015,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
66512100 - Accident insurance services.
66513000 - Legal insurance and all-risk insurance services.
II.2.3) Place of performance
Nuts code:
UKF22 - Leicestershire CC and Rutland
Main site or place of performance:
Leicestershire CC and Rutland
II.2.4) Description of the procurement: Insurance services for Harborough District council
II.2.5) Award criteria:
Quality criterion - Name: Price / Weighting: 50
Quality criterion - Name: Technical capacity / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: HDC 104
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/03/2016
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Insurance Plc (trading as Zurich Municipal)
Zurich House,, 2 Gladiator Way,, Farnborough, Hampshire, GU14 6GB, United Kingdom
NUTS Code: UKF2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 435,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Requests for clarification will be accepted via the Delta eSourcing portal up until 9.00.am. on February 1st 2016; responses will be made available to all providers via the Delta portal.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=206777079
VI.4) Procedures for review
VI.4.1) Review body
Harborough District Council
The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 7880512540, Email: Commissioning2@harborough.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Council will incorporate a minimum 10 working day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 16/06/2016