Tender

Insurance Coverage and Associated Service (not including broking services)

  • GOVIA THAMESLINK RAILWAY LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-004801

Procurement identifier (OCID): ocds-h6vhtk-03a642

Published 16 February 2023, 3:27pm



Section one: Contracting entity

one.1) Name and addresses

GOVIA THAMESLINK RAILWAY LIMITED

24 Monument Street

London

EC3R 8AJ

Contact

Joseph Keaney

Email

joe.keaney@go-ahead.com

Country

United Kingdom

Region code

UKI - London

Companies House

07934306

Internet address(es)

Main address

www.thameslinkrailway.com

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.smartsurvey.co.uk/s/InsuranceCover/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.smartsurvey.co.uk/s/InsuranceCover/

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Insurance Coverage and Associated Service (not including broking services)

two.1.2) Main CPV code

  • 66514130 - Railway insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

This expression of interest and subsequent Tender (ITT) is for insurance coverage and associated services for Govia Thameslink Railway (The Contracting Authority).

Govia Thameslink Railway ltd (GTR) was awarded a new National Rail Contract, which operates passenger railservices on four brands- Southern, Gatwick Express, Thameslink and Great Northern.

Govia Thameslink Railway limited proposes to enter into one or more Contract(s) for an initial period of two [2] years to 30th June 2025, with the option to extend for up to three further periods of one year each, with the successful Bidder(s).

The insurance services required are:

1. Rolling Stock

2. Excess layer rolling stock

3. Property

4. Terrorism

5. Primary Liability

6. Excess Layer Liability

7. Motor

8. Travel

9. Package - any combined variations of lots above

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

When determining if to award Lots separately or as a package, the Contracting Authority will ensure Best Value by comparing the aggregate score for the winner of each Lot, against the scores for the aggregate score achieved for the same Lots within a package.

Details of package awards in contained within the tender pack available on request via the link above.

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 66514130 - Railway insurance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Rolling Stock insurance

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3no 12 month extension options

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3no 12 month extension options

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 66514130 - Railway insurance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Excess Layer Rolling Stock Insurance

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3no 12 month extension options

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3no 12 month extension options

two.2) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 66515200 - Property insurance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Railway Property insurance

Property at any premises owned, leased, hired or tenanted by Govia Thameslink Railway Ltd

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3no 12 month extension options

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3no 12 month extension options

two.2) Description

two.2.1) Title

Lot No

4

two.2.2) Additional CPV code(s)

  • 66514130 - Railway insurance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Terrorism Insurance Cover:

Accidental loss or destruction of or damage by an act of terrorism in the UK

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3no 12 month extension options

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3no 12 month extension options

two.2) Description

two.2.1) Title

Lot No

5

two.2.2) Additional CPV code(s)

  • 66514130 - Railway insurance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Employers' Liability

Legal Liability to pay compensation for death or bodily injury sustained by an Employee during the course of employment in connection with the business during the Period of Insurance.

Limit of Indemnity £50,000,000 per occurrence but reduced to £5,000,000 per occurrence for Terrorism.

Public Liability/Products Liability

Legal Liability for death or bodily injury to any person, damage to property, obstruction, trespass or nuisance including liability arising out of a terrorist act in the UK.

Limit of Indemnity £10,000,000 any one occurrence and in the aggregate for Products Liability.

Tour Operators Liability

Cover: Legal liability for bodily injury or damages to customers property caused by a supplier in the course of a holiday and Tour Operators Financial Liability

Limit of Indemnity - £10,000,000 each and every loss and in the aggregate including costs All policies are on a 'claims made' basis.

Territorial Limits:

a) Great Britain, Northern Ireland, Isle of Man and Channel Islands.

b) Europe if engaged on the business of the Insured.

c) Elsewhere in the world if engaged on a temporary visit for non-manual work on the business of the Insured.

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3no 12 month extension options

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3no 12 month extension options

two.2) Description

two.2.1) Title

Lot No

6

two.2.2) Additional CPV code(s)

  • 66514130 - Railway insurance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Excess Layer Liability:

£145m Public/Products Liablity in excess of primary £10m including Motor Third Party Property Damage

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3no 12 month extension options

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3no 12 month extension options

two.2) Description

two.2.1) Title

Lot No

7

two.2.2) Additional CPV code(s)

  • 66514110 - Motor vehicle insurance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Motor Insurance:

Third Party Liability; Legal Liability for damages and claimant's costs in respect of death or bodily injury to any person or damage to any property resulting from an accident arising out of the use of an insured vehicle, including defence and legal representation fees and costs incurred with Insurer's consent.

Comprehensive Cover: Damage to two classroom buses.

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3no 12 month extension options

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3no 12 month extension options

two.2) Description

two.2.1) Title

Lot No

8

two.2.2) Additional CPV code(s)

  • 66514130 - Railway insurance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Travel Insurance:

1. Personal Accident Cover during Business Travel

2. Business Travel

All Directors, Principals and Employees of the Insured and their accompanying spouse/partner & children resident in the UK.

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3no 12 month extension options

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3no 12 month extension options


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

As a regulated railway operator, GTR are signatories of CAHA. The Claims Allocation and Handling Agreement (CAHA) is a multilateral contract between companies licensed to operate railway assets. The Office of Rail Regulation requires operating companies to have an approved arrangement for the allocation of liabilities and the handling of claims.

The successful bidder(s) must meet the requirements of CAHA and Rolling Stock leases obligation where applicable. This is a mandatory requirement for successful bidders will be required to work within the scope of CAHA for LOT's 1,2,3,4,5,6 and any package award of lots, lot 9.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

6 March 2023

Local time

4:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 March 2023

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

Duration in months: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Subject to initial contract term of two years with options for an additional 3no 12 month periods, further notices may be issued as required after 18 months through to 60 months.

six.3) Additional information

For more information about this opportunity and to express your interest please visit:

https://www.smartsurvey.co.uk/s/InsuranceCover/

six.4) Procedures for review

six.4.1) Review body

The Go Ahead Group

Newcastle

Country

United Kingdom