Section one: Contracting authority
one.1) Name and addresses
Croydon Council
Bernard Weatherill House, 8 Mint Walk
Croydon
CR0 1EA
Contact
Ms Kirsty Tavares
Telephone
+44 2087266000
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
London Borough of Camden
5 St Pancras Square
London
N1C 4AG
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
London Borough of Harrow
Station Road
London
HA1 2XF
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
London Borough of Islington
7 Newington Barrow Way
London
N7 7EP
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
Royal Borough of Kingston Upon Thames
High Street
Kingston Upon Thames
KT1 1EU
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
London Borough of Lambeth
Olive Morris House
London
SW2 1RL
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
London Borough of Sutton
Civic Offices, St Nicholas Way
Sutton
SM1 1EA
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
London Borough of Tower Hamlets
Mulberry Place
London
E14 2BG
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
London Borough of Haringey
10 Station Road
London
N22 7TR
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Procurement of Corporate insurances on behalf of London Insurance Consortium (ILC)
Reference number
DN617922
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
Croydon Council, as lead authority for the Insurance London Consortium (ILC), is seeking tenders for corporate insurance cover. to engage a contractor for the provision of insurance services (excluding Broker Services).
The Consortium members taking part in this tender consist of the following London Borough Councils:
London Borough of Camden
Croydon Council
Haringey Council
Harrow Council
Islington Council
Royal Borough of Kingston upon Thames
Lambeth Council
London Borough of Sutton
London Borough of Tower Hamlets
Insurance is required for:
Lot 1: Motor
Lot 2: Commercial Property
Lot 3: Crime
Lot 4: Engineering Insurance and Inspection
Lot 5: Personal Accident and Business Travel
Lot 6: School Journey
Lot 7: Leasehold / Right to Buy
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Motor
Lot No
1
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Croydon Council, as lead authority for the Insurance London Consortium (ILC), is seeking to engage a contractor for the provision of insurance services.
The Consortium members taking part in this tender consist of the following London Borough Councils:
London Borough of Camden
Croydon Council
Haringey Council
Harrow Council
Islington Council
Royal Borough of Kingston upon Thames
Lambeth Council
London Borough of Sutton
London Borough of Tower Hamlets
Insurance is required for:
Lot 1: Motor
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2) Description
two.2.1) Title
Lot 2 Commercial Property
Lot No
2
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 2 Commercial Property
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2) Description
two.2.1) Title
Lot 3 Crime
Lot No
3
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 3 Crime
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2) Description
two.2.1) Title
Lot 4 Engineering insurance and inspection
Lot No
4
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 4 Engineering insurance and inspection
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2) Description
two.2.1) Title
Lot 5 Personal accident and business travel
Lot No
5
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 5 Personal accident and business travel
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2) Description
two.2.1) Title
Lot 6 School journey
Lot No
6
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 6 School journey
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2) Description
two.2.1) Title
Lot 7 Leasehold right to buy
Lot No
7
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 7 Leasehold right to buy
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
Tenderers must be in a sound financial position to participate in a procurement of this size. This means that all bidders must be able to demonstrate Standard and Poors rating of ‘A’ or provide confirmation that they are a market approved by Aon’s security committee.
Where a quotation has been provided by a Broker (Lot 7), we will expect that Broker to confirm that the markets they are recommending have been approved by their own security committee.
Technical and professional ability will be detailed in the tender 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
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
Tenders are requested from Insurers registered with the FCA to underwrite the classes of
insurance required
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
7 November 2022
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 April 2023
four.2.7) Conditions for opening of tenders
Date
7 November 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Council reserves the right, subject to the provisions of the Public Contracts Regulations
2015 to change without notice the basis of any part of the procurement process or to cancel
the procurement at any time and not to proceed with the award of any contract at any stage
of the procurement process.
If you wish to register an interest in this contract please register your company free of charge
via https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Await acceptance.
You will receive an email confirming your username and password.
Use your username and password to log into the London Tenders Portal and register your
interest in this contract.
Shortly after you have registered your interest, you will receive a second email containing a
link to access the Tender Documentation.
All questions and queries regarding the procurement must be posed via the London Tenders
Portal. Tenders may be submitted at any time before the closing date.
six.4) Procedures for review
six.4.1) Review body
London borough of Croydon
Mint Walk
Croydon
CR0 1EA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
London borough of Croydon
Mint Walk
Croydon
CR0 1EA
Country
United Kingdom