Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
London Borough of Barnet Insurance Tender (Excluding Broking Services)
Reference number: 701829
II.1.2)Main CPV code66510000
II.1.3)Type of contractServices
II.1.4)Short description:
The London Borough of Barnet is seeking tender submissions for annual insurance cover commencing from the 1.10.2018 under a long term agreement (LTA) for a minimum period of 3 years with the option to extend for a further 2 years at the Authority's sole discretion. The following Lots are being tendered:
— Lot 1: Property, including CAR, Business Interruption, Money, All Risks and Terrorism,
— Lot 2: Liability, Crime,
— Lot 3: Motor fleet,
— Lot 4: Personal Accident, Travel and School Journey.
II.1.5)Estimated total valueValue excluding VAT: 5 437 940.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
II.2)Description
II.2.2)Additional CPV code(s)66516400
66516500
66515410
66516000
66515411
II.2.3)Place of performanceNUTS code: UKI71
Main site or place of performance:
London Borough of Barnet.
II.2.4)Description of the procurement:
Lot 2: General and Professional Liability insurances and Crime as specified within the Invitation to Tender.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 043 400.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
At the end of the Initial 3 years Long Term Agreement the London Borough of Barnet may extend for a further 2 years at their sole discretion.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)66514110
66516000
66514100
II.2.3)Place of performanceNUTS code: UKI71
Main site or place of performance:
II.2.4)Description of the procurement:
Lot 3: Motor Fleet Insurance to include Own Vehicle Damage and Third Party Liability as specified within the Invitation to Tender
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 308 360.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
At the end of the Initial 3 years Long Term Agreement the London Borough of Barnet may extend for a further 2 years at their sole discretion.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Group Personal Accident, Travel and School Journey
Lot No: 4
II.2.2)Additional CPV code(s)66512000
66512100
66512220
66512210
II.2.3)Place of performanceNUTS code: UKI71
Main site or place of performance:
II.2.4)Description of the procurement:
Lot 4: Group Personal Accident and Travel insurance and School Journey Insurance as specified within the Invitation to Tender.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 97 580.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
At the end of the Initial 3 year Long Term Agreement the London Borough of Barnet may extend for a further 2 years at their sole discretion.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Property including CAR, Business Interruption, Money, All Risks and Terrorism
Lot No: 1
II.2.2)Additional CPV code(s)66515000
66515200
66515100
66515300
66515400
66513200
II.2.3)Place of performanceNUTS code: UKI71
Main site or place of performance:
II.2.4)Description of the procurement:
Lot 1: Property Insurance cover requirements as specified within the invitation to Tender (ITT) to include Material Damage and subsequent Business Interruption, CAR, Money, All Risks and Terrorism.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 988 600.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
At the end of the initial 3 year Long Term Agreement the London Borough of Barnet may extend for a further 2 years at their sole discretion.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
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. Bids are permitted from Insurance Companies and Managing General Agents with specific Insurers.
Bids are permitted as detailed within the Procurement Documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilityList and brief description of selection criteria:
As detailed within the procurement documents.
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 may be required.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 14/08/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 01/10/2018
IV.2.7)Conditions for opening of tendersDate: 14/08/2018
Local time: 12:00
Place:
All bids must be submitted in full electronically, the Authority reserves the right to reject incomplete bids and/or any bids received after the deadline.
Information about authorised persons and opening procedure:
Authorised officers of the Council will open the tenders received.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
3 of 5 years depending upon the whether or not the 2 years extension (3 + 2) is taken by the Authority.
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
The information provided with regard to the contract values are based on current values available to the London Borough Barnet.
The values are net of Insurance Premium Tax.
No guarantee or commitment as to the initial and future value of any work arising from this contract can be given.
Any clarification questions or issues with regard to this project must be sent via the London Borough Barnet e-Sourcing Portal https://barnetsourcing.co.uk/
Clarification questions will not be read or considered by any other means.
(MT Ref:212620)
VI.4)Procedures for review
VI.4.1)Review bodyHigh Court of Justice of England and Wales
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079477156
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtainedCabinet Office
London
SW1A 2AS
United Kingdom
VI.5)Date of dispatch of this notice:13/07/2018