Tender

SEERPIC Liability (with Liability Claims Handling) excluding Broker Services

  • 7 Forces Procurement

F02: Contract notice

Notice identifier: 2021/S 000-004119

Procurement identifier (OCID): ocds-h6vhtk-02977c

Published 2 March 2021, 11:35am



Section one: Contracting authority

one.1) Name and addresses

7 Forces Procurement

Police Headquarters, Martlesham Heath

Ipswich

IP5 3QS

Contact

Louise Larter

Email

louise.larter@suffolk.pnn.police.uk

Telephone

+44 1473613624

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

National registration number

N/A

Internet address(es)

Main address

http://www.suffolk.police.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36681&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36681&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SEERPIC Liability (with Liability Claims Handling) excluding Broker Services

Reference number

7F-2020-0280

two.1.2) Main CPV code

  • 66516000 - Liability insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Public and Employers liability, Officials Indemnity, Professional Indemnity and Hirers Liability and other miscellaneous insurance contracts for the SEERPIC Consortium (the 7 Forces in addition to Thames Valley Police, Sussex & Surrey Police).

Lead Authority:

• Suffolk Constabulary

Participating Authorities

• Bedfordshire Police

• Cambridgeshire Constabulary

• Hertfordshire Constabulary

• Essex Police

• Kent Police

• Norfolk Constabulary

• Suffolk Constabulary

• Surrey Police

• Sussex Police

• Thames Valley Police

two.1.5) Estimated total value

Value excluding VAT: £10,540,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 66510000 - Insurance services
  • 66515410 - Financial loss insurance services
  • 66516400 - General liability insurance services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Provision of Public and Employers liability, Officials Indemnity, Professional Indemnity and Hirers Liability and other miscellaneous insurance contracts for the SEERPIC Consortium (the 7 Forces in addition to Thames Valley Police, Sussex & Surrey Police).

Lead Authority:

• Suffolk Constabulary

Participating Authorities

• Bedfordshire Police

• Cambridgeshire Constabulary

• Hertfordshire Constabulary

• Essex Police

• Kent Police

• Norfolk Constabulary

• Suffolk Constabulary

• Surrey Police

• Sussex Police

• Thames Valley Police

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,540,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2021

End date

30 September 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Criteria as stated in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 April 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 1 October 2021


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

PDRS

BiP Solutions, Medius 60, Pacific Way

Glasgow

G51 1DZ

Telephone

+44 8452707055

Country

United Kingdom