Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Harlow Council
Civic Centre, The Water Gardens
Harlow
CM20 1WG
UK
Contact person: Tina McDermott
Telephone: +44 1279446175
E-mail: tiina.mcdermott@harlow.gov.uk
NUTS: UKH3
Internet address(es)
Main address: https://www.harlow.gov.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0086
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.Mytenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.MyTenders.org
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.MyTenders.org
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
Provision of Insurance Services, Including Claims Handling and Risk Management Services (Excluding Broking Services) for Harlow Council
II.1.2) Main CPV code
66510000
II.1.3) Type of contract
Services
II.1.4) Short description
It is the intention of Harlow Council to tender it's insurance programme due for renewal on 1.4.2020, following the expiry of existing long term agreements.
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
Material Damage and Business Interruption
II.2.2) Additional CPV code(s)
66515200
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Material damage, business interruption, money, specified all risks.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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
Property Owners
II.2.2) Additional CPV code(s)
66515200
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Property owners.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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
Contractor's All Risks
II.2.2) Additional CPV code(s)
66513200
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Contractors all risks.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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
Terrorism
II.2.2) Additional CPV code(s)
66515200
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Terrorism.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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
Combined Liability
II.2.2) Additional CPV code(s)
66516500
66516000
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Employer's liability, public/products liability, officials indemnity, libel and slander, land charges, public health act.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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
Professional Indemnity
II.2.2) Additional CPV code(s)
66516500
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Professional indemnity.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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
Crime
II.2.2) Additional CPV code(s)
66515411
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Crime.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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: 8
II.2.1) Title
Computer
II.2.2) Additional CPV code(s)
66515200
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Computer.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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: 9
II.2.1) Title
Engineering Inspection and Insurance
II.2.2) Additional CPV code(s)
66519200
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Engineering inspection and engineering insurance.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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: 10
II.2.1) Title
Motor Fleet
II.2.2) Additional CPV code(s)
66514110
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Motor fleet.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT.
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: 11
II.2.1) Title
Package
II.2.2) Additional CPV code(s)
66515200
66513200
66516000
66516500
66515411
66519200
66514110
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
Package lot comprising material damage, business interruption, money, specified all risks, property owners, contractors all risks, employers liability, public/products liability, officials indemnity, libel and slander, Land charges, public health act, professional indemnity., crime, computer, engineering inspection and insurance, motor fleet.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for 3 years with an option to extend for a further 1 + 1 years, making 5 years in total.
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Please refer to ITT
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:
This tender is open only to insurance companies and managing general agents regulated by the Financial Conduct Authority and Market Act 2000, Insurance Companies Act 1982 and any other statutory modifications thereof. Insurance companies and MGA’s may provide terms through an intermediary/broker. For the avoidance of doubt this competition does not include a requirement for insurance broking services and placement of coverage will be by Gallagher with the bidding Insurers/MGA and not via the introducing intermediary.
Evaluation will be undertaken as referred to within the ITT document.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Applicants are requested to provide with their letter of application details of their financial standing, including confirmation of company registration number and the company address.
Applicants may be asked for further information if the Council feels it is necessary.
The financial assessment will be based upon a credit check and review of the supplied accounts in relation to the value of business for the lot(s) applied for.
Minimum level(s) of standards required:
Bidders must hold an AM Best rating of BBB+ or equivalent. In addition they must be able to demonstrate a minimum turnover of 15 times the estimated contract value for this procurement and must be able evidence a positive net worth if requested to do so.
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:
Financial Services and Market Act 2000, Insurance Companies Act 1982 and other statutory modifications thereof, and associated obligations of the Financial Conduct Authority.
Insurers must be authorised to carry out business in the relevant class of insurance listed in II.1.4).
This competition does not include a requirement for insurance broking services and insurance brokers are not eligible to participate in the tender.
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:
11/10/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
14/10/2019
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
Note: To register your interest in this notice and obtain any additional information, please visit the myTenders website at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=217008
The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response will in advance of the closing time to avoid any last minute problems.
VI.4) Procedures for review
VI.4.1) Review body
Harlow Council
Civic Centre, The Water Gardens
Harlow
CM20 1WG
UK
Telephone: +44 1279446215
E-mail: stuart.moseley@harlow.gov.uk
Internet address(es)
URL: https://www.harlow.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
VI.5) Date of dispatch of this notice
10/09/2019