Tender

Procurement of Corporate insurances on behalf of London Insurance Consortium (ILC)

  • Croydon Council
  • London Borough of Camden
  • London Borough of Harrow
  • London Borough of Islington
  • Royal Borough of Kingston Upon Thames
Show 4 more buyers Show fewer buyers
  • London Borough of Lambeth
  • London Borough of Sutton
  • London Borough of Tower Hamlets
  • London Borough of Haringey

F02: Contract notice

Notice identifier: 2022/S 000-027751

Procurement identifier (OCID): ocds-h6vhtk-037292

Published 3 October 2022, 5:01pm



Section one: Contracting authority

one.1) Name and addresses

Croydon Council

Bernard Weatherill House, 8 Mint Walk

Croydon

CR0 1EA

Contact

Ms Kirsty Tavares

Email

Kirsty.Tavares@croydon.gov.uk

Telephone

+44 2087266000

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

http://www.croydon.gov.uk

Buyer's address

http://www.croydon.gov.uk

one.1) Name and addresses

London Borough of Camden

5 St Pancras Square

London

N1C 4AG

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.camden.gov.uk

one.1) Name and addresses

London Borough of Harrow

Station Road

London

HA1 2XF

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.harrow.gov.uk

one.1) Name and addresses

London Borough of Islington

7 Newington Barrow Way

London

N7 7EP

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.islington.gov.uk

one.1) Name and addresses

Royal Borough of Kingston Upon Thames

High Street

Kingston Upon Thames

KT1 1EU

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.kingston.gov.uk

one.1) Name and addresses

London Borough of Lambeth

Olive Morris House

London

SW2 1RL

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.lambeth.gov.uk

one.1) Name and addresses

London Borough of Sutton

Civic Offices, St Nicholas Way

Sutton

SM1 1EA

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.sutton.gov.uk

one.1) Name and addresses

London Borough of Tower Hamlets

Mulberry Place

London

E14 2BG

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.towerhamlets.gov.uk

one.1) Name and addresses

London Borough of Haringey

10 Station Road

London

N22 7TR

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.haringey.gov.uk

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

www.londontenders.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.londontenders.org.uk

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

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London borough of Croydon

Mint Walk

Croydon

CR0 1EA

Email

kirsty.tavares@croydon.gov.uk

Country

United Kingdom