Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 04 October 2022
  • Last modified: 04 October 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-037292
Published by:
Croydon Council
Authority ID:
AA39314
Publication date:
04 October 2022
Deadline date:
07 November 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
66510000 Insurance services Insurance and pension services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Kirsty.Tavares@croydon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.