Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Greenwich
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
Contact
Mr Nick Walker
nick.walker@royalgreenwich.gov.uk
Telephone
+44 2089213627
Country
United Kingdom
NUTS code
UKI51 - Bexley and Greenwich
Internet address(es)
Main address
http://www.royalgreenwich.gov.uk/
Buyer's address
http://www.royalgreenwich.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://royalgreenwich.proactishosting.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://royalgreenwich.proactishosting.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SPS 2521 - Property Insurance in respect of leasehold/RTB properties, excluding broker services
Reference number
DN572466
two.1.2) Main CPV code
- 66515200 - Property insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal Borough of Greenwich is seeking tender submissions for Property Insurance in respect of leasehold/RTB properties (excluding Broker Services). There is 1 lot.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66515000 - Damage or loss insurance services
- 66515100 - Fire insurance services
- 66515200 - Property insurance services
- 66515400 - Weather-related insurance services
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
Royal Borough of Greenwich is seeking tender submissions for Property Insurance in respect of leasehold/RTB properties, excluding broker services. Detailed description of the service is provided in the tender documents.
The contract will commence 1st April 2022 under a 3-year Long Term Agreement with the option to extend for a further 1 year plus 1 year making it a potential contract period of 5 years at the authority's sole discretion.
two.2.5) Award criteria
Quality criterion - Name: Policy Cover / Weighting: 10
Quality criterion - Name: Claims Handling / Weighting: 40
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Insurers must be authorised to write the classes of insurance listed within the UK subject to English/Welsh law and jurisdiction of the English/Welsh courts. Potential suppliers may be asked to produce a certificate issued by the appropriate insurance regulatory authority indicating the types of insurance the insurer is authorised to provide and must comply
with Departments of Trade and Industry Regulations. Potential suppliers may be asked to produce a copy of their annual reports and account for the last 3 years, name and address of
bankers, details of the last 3 years of underwriting experience for the classes of business referred to in this notice.
Minimum level(s) of standards possibly required: All insurers must provide evidence that they are at least “A-” rated by Standard and Poor's (or equivalent) and/or approved by the Marsh Market Security Committee, otherwise, their submission may be automatically rejected.
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.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision: Execution of the service is reserved to a particular profession Reference to the relevant law,
regulation or administrative provision: Insurers will be insurance companies authorised to write classes of insurance listed within the UK subject to English/Welsh Courts. The service will be regulated by the provisions of the Insurance Act2015 and any other relevant legislation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 October 2021
Local time
5:00pm
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
Duration in months: 36 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 October 2021
Local time
5:05pm
Place
Royal Borough of Greenwich offices.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
nick.walker@royalgreenwich.gov.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
Office 70, Whitehall
London
SW1A 2AS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Royal Borough of Greenwich has incorporated a minimum 10 calendar day Standstill Period after notification to unsuccessful applicants of the award decision.