Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)The Mayor's Office for Policing and Crime
1st Floor, Victoria Block, New Scotland Yard, 8-10 Broadway
For the attention of: Gary McCulloch
SW1H 0BG London
United Kingdom
Telephone: +44 2071612944
E-mail: gary.mcculloch@met.pnn.police.uk
Further information can be obtained from: Arthur J. Gallagher
Station Square, One Gloucester Street
For the attention of: Roger Barwell
SN1 1GW Swindon
United Kingdom
Telephone: +44 1793468388
E-mail: ukpublicsector@ajg.com
Internet address: http://www.ajg.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Arthur J Gallagher
Station Square, One Gloucester Street
For the attention of: Roger Barwell
SN1 1GW Swindon
United Kingdom
Telephone: +44 1793468388
E-mail: ukpublicsector@ajg.com
Internet address: http://www.ajg.com
Tenders or requests to participate must be sent to: Arthur J Gallagher
Station Square, One Gloucester Street
For the attention of: Roger Barwell
SN1 1GW Swindon
United Kingdom
Telephone: +44 1793468388
E-mail: ukpublicsector@ajg.com
Internet address: http://www.ajg.com
I.2)Type of the contracting authorityRegional or local agency/office
I.3)Main activityPublic order and safety
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:
Provision of Liability Insurance Related Services for The Mayor's Office for Policing and Crime.
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
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
If the Long Term Agreement is broken, it is the intention of the Mayor's Office for Policing and Crime to consider tendering the following:
Lot 1: Employers / Public / Products Liability.
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): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot 1) Casualty Non Life Insurance Services.
Scope of Quantity: Employers / Public / Products Liability related insurance services.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: Range: between 3 and 5
II.3)Duration of the contract or time limit for completion
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
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: FCA Registered Insurers only.
III.2.2)Economic and financial ability
III.2.3)Technical capacityMinimum level(s) of standards possibly required:
A minimum financial rating of "A-" from Standard & Poors, or an equivalent rating from another equivalent rating agency is required.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: This tender is open only to insurance companies regulated by the Financial Services and Market Act 2000, Insurance Companies Act 1982 and any other statutory modifications thereof.
This competition does not include a requirement for insurance broking services and insurance brokers are not eligible to participate in the tender.
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
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:
IV.3.2)Previous publication(s) concerning the same contract 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 participate18.7.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates25.7.2014
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 tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 3 years.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Contract is for 3 years with an option to extend for a further 2 years.
One round of tendering is intended with best final offers from bidders being received by 19.8.2014. Subsequently, there may be dialogue with bidders regarding clarification in respect of bids received.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresThe Mayor's Office for Policing and Crime
1st Floor, Victoria Block, New Scotland Yard, 8-10 Broadway
SW1H 0BG London
United Kingdom
E-mail: gary.mcculloch@met.pnn.police.uk
Telephone: +44 2071612944
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Mayor's Office for Policing and Crime will incorporate a minimum 10 calendar days standstill period at the point the information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum 3 working days before the expiry of the standstill period. Such additional information should be requested from the address given in VI.4.1.
VI.4.3)Service from which information about the lodging of appeals may be obtainedThe Mayor's Office for Policing and Crime
1st Floor, Victoria Block, New Scotland Yard, 8-10 Broadway
SW1H 0BG London
United Kingdom
E-mail: gary.mcculloch@met.pnn.police.uk
Telephone: +44 2071612944
VI.5)Date of dispatch of this notice:26.6.2014