Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)East Sussex County Council
PO Box 3
For the attention of: Rawdon Phillips
BN7 1UE Lewes
UNITED KINGDOM
Telephone: +44 1273481593
E-mail:
Internet address(es):
General address of the contracting authority: http://www.eastsussex.gov.uk
Further information can be obtained from: JLT Specialty Ltd.
St Botolph Building, 138 Houndsditch
For the attention of: Julia Reffell
EC3A 7AW London
UNITED KINGDOM
Telephone: +44 2075583253
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: JLT Specialty Ltd.
St Botolph Building, 138 Houndsditch
For the attention of: Julia Reffell
EC3A 7AW London
UNITED KINGDOM
Telephone: +44 2075583253
E-mail:
Tenders or requests to participate must be sent to: JLT Specialty Ltd.
St Botolph Building, 138 Houndsditch
For the attention of: Julia Reffelll
EC3A 7AW London
UNITED KINGDOM
Telephone: +44 2075583253
E-mail:
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:
Casualty insurance excluding broker services.
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 UKJ22
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)
Casualty insurance excluding broker services.
II.1.6)Common procurement vocabulary (CPV)66510000, 66516000, 66516400, 66516500
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: no
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:
II.2.2)Information about optionsOptions: yes
Description of these options: East Sussex County Council are looking for a 3 year long term agreement with the option to extend for a further 2 year period.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
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 registers
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Insurers will be authorised to write the classes of insurance listed within the EU Member States subject to English/Welsh Law and jurisdiction of the English/Welsh courts. Potential suppliers may be asked to produce a certificate issued by the appropriate insurance regulatory authority indicating the types of insurance the insurer is authorised to provide and must comply with departments of trade and industry regulations. Potential suppliers may be asked to produce a copy of their annual reports and accounts for the last 3 years, name and address of bankers, details of last 3 years of underwriting experience for the classes of business referred to in this notice.
Minimum level(s) of standards possibly required: Insurers must be at least 'A' rated by Standard and Poor's or equivalent agency.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Details of membership of any professional body or association and education/ Professional qualifications/experience of all staff providing the services, and evidence of risk management capabilities. Please see the invitation to tender (ITT) for more details.
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: Insurers will be insurance companies authorised to write classes of insurance listed within the EU Member states subject to English/Welsh Law and the jurisdiction of the English/Welsh courts. The service will be regulated by the provisions of the Insurance Act 1982 and any modification thereof.
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:
IV.3.2)Previous publication(s) concerning the same contractno
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 participate15.1.2015 - 15:00
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: 36 (from the date stated for receipt of 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: 5 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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresThe High Court of Justice of England and Wales
UNITED KINGDOM
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:24.11.2014