Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
RG1 8DB
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.thameswater.co.uk/about-us/our-suppliers/procurement
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Insurance Broker Services
Reference number
FA1646
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Insurance Broker Services project underpins all corporate insurance activity across the whole of Thames Water.
Thames Water is intending to appoint a single supplier to cover all of our core requirements under a single lot:
a) Corporate insurance broker services
b) Claims handling
c) Data warehousing and reporting services
two.1.5) Estimated total value
Value excluding VAT: £7,300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole of the Thames Water region.
two.2.4) Description of the procurement
The Insurance Broker Services project underpins all corporate insurance activity across the whole of Thames Water.
Thames Water is intending to appoint a single supplier to cover all of our core requirements under a single lot:
a) Corporate insurance broker services
b) Claims handling
c) Data warehousing and reporting services
The supplier will be responsible for broking our entire insurance programme, they will manage all of our Public Liability claims through a dedicated team, they will operate and manage our claims management system, and they will provide a structured method for collecting, storing and reporting on all of our claims data to generate critical insight.
We are looking for a supplier capable of providing a service for the length of the agreement who can meet the following business objectives; cultural fit, an outstanding service provision, and provide value for money.
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: £7,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
Any agreement awarded would be for an initial duration of 4 years with options to extend annually up to a maximum overall term of 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for an initial duration of 4 years with options to extend annually up to a maximum overall term of 8 years.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As detailed in section VI.3 & PQQ.
three.1.6) Deposits and guarantees required
Bonds and/or Parent Company Guarantees of performance and financial standing may be required.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Specified in Invitation to Negotiate Document.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Consortia may be required to form a legal entity prior to award.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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 July 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement).
From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.
If the project requires it, you will receive an additional and separate survey to complete for Data Protection.
Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure.
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited
Reading
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).