Section one: Contracting entity
one.1) Name and addresses
GOVIA THAMESLINK RAILWAY LIMITED
24 Monument Street
London
EC3R 8AJ
Contact
Joseph Keaney
Country
United Kingdom
Region code
UKI - London
Companies House
07934306
Internet address(es)
Main address
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)
- 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