Woking Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Insurance for Leaseholder Properties (C3) |
Notice type: | Contract Notice |
Authority: | Woking Borough Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Woking Borough Council (WBC) is seeking to procure Insurance cover for domestic leaseholder properties. |
Published: | 02/12/2021 10:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Woking Borough Council
Civic Offices, Gloucester Square, Woking, GU21 6YL, United Kingdom
Tel. +44 1483743491, Email: procurement@woking.gov.uk
Main Address: https://www.woking.gov.uk
NUTS Code: UKJ25
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Woking:-Insurance-services./WKAFN455R8
Additional information can be obtained from: the abovementioned address
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: 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: Insurance for Leaseholder Properties (C3)
Reference Number: Not provided
II.1.2) Main CPV Code:
66510000 - Insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Woking Borough Council (WBC) is seeking to procure Insurance cover for domestic leaseholder properties.
II.1.5) Estimated total value:
Value excluding VAT: 1
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
66515200 - Property insurance services.
II.2.3) Place of performance:
UKJ25 West Surrey
II.2.4) Description of procurement: Insurance cover for domestic leaseholder properties
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:
Start: 01/04/2022 / End: 31/03/2025
This contract is subject to renewal: Yes
Description of renewals: The contract will run for three years with an option to extend for a further two years, making five years in total
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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:
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 Authority 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 applied for.
Minimum level(s) of standards possibly required (if applicable) :
All bidders should hold a Standard & Poor's (or equivalent rating agency) rating of A- or better.
If you do not hold a financial rating from a rating agency, please provide your financial statements for the past two years for consideration of Woking Borough Council and their broker to confirm the following:
1) Turnover: A minimum turnover of 2x the anticipated minimum contract value
2) In addition, tenderers must have a positive net worth and must be authorised by the FCA to transact general insurance business in the UK. Tenderers transacting business in the UK on a passport recognised by the FCA are also eligible to bid.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Service providers shall be authorised to write the classes of insurance listed within EU member states subject to English law and jurisdiction of English Courts
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
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.
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: 24/01/2022 Time: 14:00
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: 25/01/2022
Time: 09:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority shall not be liable for any costs incurred by those applicants tendering for this contract.The contracting authority reserves the right to terminate the tendering exercise at any time without the award of a contract.
This procurement will be managed electronically via the Woking Borough Council procurement portal using https://delta-esourcing.com . To participate in this procurement, participants must first be registered on https://delta-esourcing.com. If you have not yet registered, please go online to https://delta-esourcing.com. You can then access the link to register. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +44 8452707050 or e-mail helpdesk@delta-esourcing.com .
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Woking:-Insurance-services./WKAFN455R8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WKAFN455R8
VI.4) Procedures for review
VI.4.1) Review body:
Woking Borough Council
Civic Offices, Gloucester Square, Woking, GU216YL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Woking Borough Council
Civic Offices, Gloucester Square, Woking, GU21 6YL, United Kingdom
Tel. +44 1483743491
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: 02/12/2021
Annex A