Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Mr Philip Armstrong
Telephone
+44 333
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Login
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
CO0419 Procurement of Insurance Policies by Essex County Council
Reference number
DN738003
two.1.2) Main CPV code
- 66000000 - Financial and insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
Essex County Council seeks to procure the following Insurance services, through an Open procedure procurement exercise:
Lot 1: Property Insurance (comprising buildings and contents that the Council are responsible for and includes maintained schools)
Lot 2: Motor Insurance (comprising general fleet and waste vehicles)
Lot 3: School Journeys (travel) Insurance (for all maintained schools. The policy covers all authorised personnel on official schools trips for personal accident and travel.)
Lot 4: Engineering Inspection Insurance (for all relevant plant in ECC buildings and maintained schools.)
Each Lot will be awarded to a single supplier for the contract duration. Each contract will be for an initial term of 3 years (commencing 1st April 2025), with an option to extend for up to a further 2 years (12 month increments each).
Bidders must also note that the contracts are for provision of Insurance Policy Services only. The Council's broker service is contracted to a third party provider who are supporting this tender procedure.
two.1.5) Estimated total value
Value excluding VAT: £5,431,000
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
Combined Property Insurance
Lot No
1
two.2.2) Additional CPV code(s)
- 66515200 - Property insurance services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Property insurance for all buildings and contents that the Council is responsible for, including maintained schools (the policy also covers Business Interruption) for a period of 3 years with the
option to extend for a further 2 periods of 12 months.
Bids will be assessed on a 60:40 basis for price:quality (of which 5% of the quality score will assess social value) in accordance with the evaluation and award criteria set out in the tender documents. All evaluation and award criteria are set out in the tender documents.
Bidders are required to undertake their own due diligence. Any errors must be raised prior to tender submissions and will be clarified by the Authority.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 35
Quality criterion - Name: Social value / Weighting: 5
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Initial contract term will be for 3 years, with option to extend for a further maximum period of 2 years (in one year increments). It is likely that these services will be re-tendered before expiry.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Initial contract term will be for 3 years, with option to extend for a further maximum period of 2 years (in one year increments). It is likely that these services will be re-tendered before expiry.
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
Motor Insurance (comprising general fleet and waste vehicles)
Lot No
2
two.2.2) Additional CPV code(s)
- 66514110 - Motor vehicle insurance services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Motor insurance for vehicles within our general fleet and waste fleet for a period of 3 years with the
option to extend for a further 2 periods of 12 months.
Bids will be assessed on a 60:40 basis for price:quality (of which 5% of the quality score will assess social value) in accordance with the evaluation and award criteria set out in the tender documents. All evaluation and award criteria are set out in the tender documents.
Bidders are required to undertake their own due diligence. Any errors must be raised prior to tender submissions and will be clarified by the Authority.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 35
Quality criterion - Name: Social value / Weighting: 5
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Initial contract term will be for 3 years, with option to extend for a further maximum period of 2 years (in one year increments). It is likely that these services will be re-tendered before expiry.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Initial contract term will be for 3 years, with option to extend for a further maximum period of 2 years (in one year increments). It is likely that these services will be re-tendered before expiry.
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
School Journeys (travel) Insurance
Lot No
3
two.2.2) Additional CPV code(s)
- 66514100 - Insurance related to Transport
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
School Journey (travel) insurance for all maintained schools. The policy covers all authorised personnel on official schools trips for personal accident and travel for a period of 3 years with the
option to extend for a further 2 periods of 12 months.
Bids will be assessed on a 60:40 basis for price:quality in accordance with the evaluation and award criteria set out in the tender documents. All evaluation and award criteria are set out in the tender documents.
Bidders are required to undertake their own due diligence. Any errors must be raised prior to tender submissions and will be clarified by the Authority.
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
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Initial contract term will be for 3 years, with option to extend for a further maximum period of 2 years (in one year increments). It is likely that these services will be re-tendered before expiry.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Initial contract term will be for 3 years, with option to extend for a further maximum period of 2 years (in one year increments). It is likely that these services will be re-tendered before expiry.
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
Engineering Inspection Insurance
Lot No
4
two.2.2) Additional CPV code(s)
- 66519200 - Engineering insurance services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Engineering Inspection insurance services. This is a statutory requirement to comply with Health & Safety legislation. The inspection contract covers all relevant plant in ECC buildings and maintained schools for a period of 3 years with the option to extend for a further 2 periods of 12 months.
Bids will be assessed on a 70:30 basis for price:quality in accordance with the evaluation and award criteria set out in the tender documents. All evaluation and award criteria are set out in the tender documents.
Bidders are required to undertake their own due diligence. Any errors must be raised prior to tender submissions and will be clarified by the Authority.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Initial contract term will be for 3 years, with option to extend for a further maximum period of 2 years (in one year increments). It is likely that these services will be re-tendered before expiry.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Initial contract term will be for 3 years, with option to extend for a further maximum period of 2 years (in one year increments). It is likely that these services will be re-tendered before expiry.
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 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
22 November 2024
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 2025
four.2.7) Conditions for opening of tenders
Date
22 November 2024
Local time
12:05pm
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
For this tender the Authority will be using the ProContract eSourcing portal https://procontract.due-north.com throughout the procurement process, and all communications relating to this procurement exercise must be via the portal's messaging system.
It is recommended that any bidder not already registered on the ProContract eSourcing portal, register at the earliest opportunity.
Please direct all queries through the ProContract messaging functionality linked with the advertised opportunity. Anyone contacting the Council directly via email will be directed to the portal for communications.
A registered supplier account is needed to access information, but registration is free of charge. The Proactis supplier helpdesk (https://www.proactis.com/uk/support-login/support/) can help with any registration queries. Please direct any technical queries to the helpdesk in the first instance, selecting the Supplier Support option on the home page.
The Council reserves the right to amend timescales for any reason and change the evaluation criteria where necessary for example if there are genuine omissions or mistakes. We also reserve the right to cancel the procurement exercise and/or not to award all or part of a contract. The Council will not be responsible for any costs incurred by bidders in relation to this procurement exercise.
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom