Hinckley & Bosworth Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Insurance Services (excluding the provision of insurance broking services) |
Notice type: | Contract Notice |
Authority: | Hinckley & Bosworth Borough Council |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | HBBC is seeking tenders for the provision of insurance services to include the following: Property, Liability, Crime, Motor Fleet, Engineering Insurance & Inspection, Group Personal Accident and Travel, Terrorism. The tender is divided into 7 lots. Bidders may tender for one or more lots. |
Published: | 16/08/2017 17:53 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Hinckley & Bosworth Borough Council
Hinckley Hub, Rugby Road, Hinckley, LE10 0FR, United Kingdom
Tel. +44 1455255924, Email: ilyas.bham@hinckley-bosworth.gov.uk
Main Address: www.hinckley-bosworth.gov.uk
NUTS Code: UKF2
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/tenders/UK-Hinckley:-Insurance-services./435VHWG5R4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-Hinckley:-Insurance-services./435VHWG5R4 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: Not provided
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 (excluding the provision of insurance broking services)
Reference Number: Not provided
II.1.2) Main CPV Code:
66510000 - Insurance services.
II.1.3) Type of contract: WORKS
II.1.4) Short description: HBBC is seeking tenders for the provision of insurance services to include the following:
Property, Liability, Crime, Motor Fleet, Engineering Insurance & Inspection, Group Personal Accident and Travel, Terrorism. The tender is divided into 7 lots. Bidders may tender for one or more lots.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Property / Material Damage (excluding broker services)
Lot No: 1
II.2.2) Additional CPV codes:
66510000 - Insurance services.
66515200 - Property insurance services.
66515000 - Damage or loss insurance services.
66515100 - Fire insurance services.
66515300 - Weather and financial loss insurance services.
66515400 - Weather-related insurance services.
66513200 - Contractor's all-risk insurance services.
II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
II.2.4) Description of procurement: Property, material damage, general and housing properties, business interruption, contract works, money, computers and 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.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Combines liability, Official Indemnity (excluding broker services)
Lot No: 2
II.2.2) Additional CPV codes:
66510000 - Insurance services.
66515411 - Pecuniary loss insurance services.
66516400 - General liability insurance services.
66516500 - Professional liability insurance services.
66515410 - Financial loss insurance services.
66516000 - Liability insurance services.
II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
II.2.4) Description of procurement: Combined 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.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Fidelity Guarantee (excluding broker services)
Lot No: 3
II.2.2) Additional CPV codes:
66510000 - Insurance services.
66515410 - Financial loss insurance services.
66515411 - Pecuniary loss insurance services.
II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
II.2.4) Description of procurement: Fidelity Guarantee (excluding broker services)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Motor Fleet
Lot No: 4
II.2.2) Additional CPV codes:
66510000 - Insurance services.
66514110 - Motor vehicle insurance services.
66514100 - Insurance related to Transport.
66516100 - Motor vehicle liability insurance services.
II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
II.2.4) Description of procurement: Motor fleet insurance (excluding broker services)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Engineering insurance and inspection
Lot No: 5
II.2.2) Additional CPV codes:
66510000 - Insurance services.
66519200 - Engineering insurance services.
II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
II.2.4) Description of procurement: Engineering insurance and inspection (excluding broker services)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 6
II.2.1) Title: Group Personal Accident and Travel
Lot No: 6
II.2.2) Additional CPV codes:
66510000 - Insurance services.
66515000 - Damage or loss insurance services.
66512000 - Accident and health insurance services.
66512100 - Accident insurance services.
66512200 - Health insurance services.
II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
II.2.4) Description of procurement: Group personal accident and travel (excluding broker services).
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 7
II.2.1) Title: Terrorism insurance
Lot No: 7
II.2.2) Additional CPV codes:
66510000 - Insurance services.
66515000 - Damage or loss insurance services.
66515200 - Property insurance services.
II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
II.2.4) Description of procurement: Provision of terrorism insurance (excluding broker services)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The council intends to procure a contract for an initial 4 year period with the option to extend for up to 2 further years, in one year increments.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Insurers will be authorised to write the classes of insurance listed within the EU Member States subject to English/Welsh Law and jurisdiction of the English/Welsh courts. Potential suppliers may be asked to produce a certificate issued by the appropriate insurance regulatory authority indicating the types of insurance the insurer is authorised to provide and must comply with Departments of Trade and Industry Regulations. Potential suppliers may be asked to produce a copy of their annual reports and accounts for the last 3 years, name and address of bankers, details of last 3 years of underwriting experience for the classes of business referred to in this notice. Bids will only be accepted from Insurance companies authorised to write the classes of insurance listed within the EU Member States.
All insurers must provide evidence that they are at least “A-” rated by Standard and Poor's (or equivalent) and/ or approved by the JLT Market Security Committee, otherwise their submission will be automatically rejected.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/10/2017 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 06/10/2017
Time: 13:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: In approximately 4 to 6 years
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hinckley:-Insurance-services./435VHWG5R4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/435VHWG5R4
VI.4) Procedures for review
VI.4.1) Review body:
Hinckley and Bosworth Borough Council
Hinckley Hub, Rugby Road, Hinckley, LE10 0FR, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 16/08/2017
Annex A
View any Notice Addenda
UK-Hinckley: Insurance services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Hinckley & Bosworth Borough Council
Hinckley Hub, Rugby Road, Hinckley, LE10 0FR, United Kingdom
Tel. +44 1455255924, Email: ilyas.bham@hinckley-bosworth.gov.uk
Main Address: www.hinckley-bosworth.gov.uk
NUTS Code: UKF2
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Provision of Insurance Services (excluding the provision of insurance broking services) Reference number: Not Provided
II.1.2) Main CPV code:
66510000 - Insurance services.
II.1.3) Type of contract: WORKS
II.1.4) Short Description: HBBC is seeking tenders for the provision of insurance services to include the following:
Property, Liability, Crime, Motor Fleet, Engineering Insurance & Inspection, Group Personal Accident and Travel, Terrorism. The tender is divided into 7 lots. Bidders may tender for one or more lots.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 04/10/2017
VI.6) Original notice reference:
Notice Reference: 2017 - 210311
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 16/08/2017
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 06/10/2017
Local Time: 12:00
Read:
Date: 13/10/2017
Local Time: 12:00
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=281589143
Provision of Insurance Services (excluding the provision of insurance broking services)
UK-Hinckley: Insurance services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Hinckley & Bosworth Borough Council
Hinckley Hub, Rugby Road, Hinckley, LE10 0FR, United Kingdom
Tel. +44 1455255924, Email: ilyas.bham@hinckley-bosworth.gov.uk
Main Address: www.hinckley-bosworth.gov.uk
NUTS Code: UKF2
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Provision of Insurance Services (excluding the provision of insurance broking services) Reference number: Not Provided
II.1.2) Main CPV code:
66510000 - Insurance services.
II.1.3) Type of contract: WORKS
II.1.4) Short Description: HBBC is seeking tenders for the provision of insurance services to include the following:
Property, Liability, Crime, Motor Fleet, Engineering Insurance & Inspection, Group Personal Accident and Travel, Terrorism. The tender is divided into 7 lots. Bidders may tender for one or more lots.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 09/10/2017
VI.6) Original notice reference:
Notice Reference: 2017 - 210311
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 16/08/2017
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.7
Place of text to be modified: Conditions for opening of tenders
Instead of:
Date: 06/10/2017
Local Time: 13:00
Read:
Date: 13/10/2017
Local Time: 13:00
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=282320428