Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Croydon Council
Bernard Weatherill House, 8 Mint Walk
Croydon
CR0 1EA
UK
Contact person: Ms Kirsty Tavares
Telephone: +44 2087266000
E-mail: Kirsty.Tavares@croydon.gov.uk
NUTS: UKI
Internet address(es)
Main address: http://www.croydon.gov.uk
Address of the buyer profile: http://www.croydon.gov.uk
I.1) Name and addresses
London Borough of Camden
5 St Pancras Square
London
N1C 4AG
UK
E-mail: kirsty.tavares@croydon.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.camden.gov.uk
I.1) Name and addresses
London Borough of Harrow
Station Road
London
HA1 2XF
UK
E-mail: kirsty.tavares@croydon.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.harrow.gov.uk
I.1) Name and addresses
London Borough of Islington
7 Newington Barrow Way
London
N7 7EP
UK
E-mail: kirsty.tavares@croydon.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.islington.gov.uk
I.1) Name and addresses
Royal Borough of Kingston Upon Thames
High Street
Kingston Upon Thames
KT1 1EU
UK
E-mail: kirsty.tavares@croydon.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.kingston.gov.uk
I.1) Name and addresses
London Borough of Lambeth
Olive Morris House
London
SW2 1RL
UK
E-mail: kirsty.tavares@croydon.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.lambeth.gov.uk
I.1) Name and addresses
London Borough of Sutton
Civic Offices, St Nicholas Way
Sutton
SM1 1EA
UK
E-mail: kirsty.tavares@croydon.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.sutton.gov.uk
I.1) Name and addresses
London Borough of Tower Hamlets
Mulberry Place
London
E14 2BG
UK
E-mail: kirsty.tavares@croydon.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.towerhamlets.gov.uk
I.1) Name and addresses
London Borough of Haringey
10 Station Road
London
N22 7TR
UK
E-mail: kirsty.tavares@croydon.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.haringey.gov.uk
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.londontenders.org.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Procurement of Corporate insurances on behalf of London Insurance Consortium (ILC)
Reference number: DN617922
II.1.2) Main CPV code
66510000
II.1.3) Type of contract
Services
II.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
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Motor
II.2.2) Additional CPV code(s)
66510000
II.2.3) Place of performance
NUTS code:
UKI
II.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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 Commercial Property
II.2.2) Additional CPV code(s)
66510000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Lot 2 Commercial Property
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Lot 3 Crime
II.2.2) Additional CPV code(s)
66510000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Lot 3 Crime
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Lot 4 Engineering insurance and inspection
II.2.2) Additional CPV code(s)
66510000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Lot 4 Engineering insurance and inspection
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Lot 5 Personal accident and business travel
II.2.2) Additional CPV code(s)
66510000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Lot 5 Personal accident and business travel
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Lot 6 School journey
II.2.2) Additional CPV code(s)
66510000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Lot 6 School journey
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Lot 7 Leasehold right to buy
II.2.2) Additional CPV code(s)
66510000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Lot 7 Leasehold right to buy
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/11/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/04/2023
IV.2.7) Conditions for opening of tenders
Date:
07/11/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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.
VI.4) Procedures for review
VI.4.1) Review body
London borough of Croydon
Mint Walk
Croydon
CR0 1EA
UK
E-mail: kirsty.tavares@croydon.gov.uk
VI.4.2) Body responsible for mediation procedures
London borough of Croydon
Mint Walk
Croydon
CR0 1EA
UK
E-mail: kirsty.tavares@croydon.gov.uk
VI.5) Date of dispatch of this notice
03/10/2022