Contract notice

Information

Published

Date of dispatch of this notice: 18/05/2020

Expire date: 08/06/2020

External Reference: 2020-593244

TED Reference: 2020/S 099-238537

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Dave Dutton
Telephone: +44 01619352853
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=33023&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Property & Liability insurance
II.1.2)

Main CPV code

66510000  -  Insurance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Insurance Invitation to Tender for the Supply of Property & Liability Insurance 2020 for The Mayor's Office for Police and Crime
II.1.5)

Estimated total value

Value excluding VAT: 1475000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Material Damage and Business Interruption
Lot No:  1
II.2.2)

Additional CPV code(s)

66515200  -  Property insurance services
66516000  -  Liability insurance services
II.2.4)

Description of the procurement

Comprising Material Damage, Business Interruption, Theft and 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: 01/10/2020  /  End: 30/09/2023
This contract is subject to renewal: yes
Description of renewals:  
Contract is to run for three years with the option to extend for a further two periods of one year each.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
These will be detailed in the Part 2 document of the 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
II.2)

Description

II.2.1)

Title

Excess Layer
Lot No:  2
II.2.2)

Additional CPV code(s)

66515200  -  Property insurance services
66516000  -  Liability insurance services
II.2.4)

Description of the procurement

Comprising Material Damage, Business Interruption, Theft and 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: 01/10/2020  /  End: 30/09/2023
This contract is subject to renewal: yes
Description of renewals:  
Contract is to run for three years with the option to extend for a further two periods of one year each.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
These will be detailed in the Part 2 document of the 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
II.2)

Description

II.2.1)

Title

Liability
Lot No:  3
II.2.2)

Additional CPV code(s)

66515200  -  Property insurance services
66516000  -  Liability insurance services
II.2.4)

Description of the procurement

Comprising Employer's Liability and Public / Products Liability
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: 01/10/2020  /  End: 30/09/2023
This contract is subject to renewal: yes
Description of renewals:  
Contract is to run for three years with the option to extend for a further two periods of one year each.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
These will be detailed in the Part 2 document of the 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
II.2)

Description

II.2.1)

Title

Excess Liability
Lot No:  4
II.2.2)

Additional CPV code(s)

66515200  -  Property insurance services
66516000  -  Liability insurance services
II.2.4)

Description of the procurement

Comprising Employer's Liability and Public / Products Liability
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: 01/10/2020  /  End: 30/09/2023
This contract is subject to renewal: yes
Description of renewals:  
Contract is to run for three years with the option to extend for a further two periods of one year each.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
These will be detailed in the Part 2 document of the 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
II.2)

Description

II.2.1)

Title

Package
Lot No:  5
II.2.2)

Additional CPV code(s)

66515200  -  Property insurance services
66516000  -  Liability insurance services
II.2.4)

Description of the procurement

Comprising Material Damage, Business Interruption, Theft, Terrorism, Employers Liability and Public / Products Liability
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: 01/10/2020  /  End: 30/09/2023
This contract is subject to renewal: yes
Description of renewals:  
Contract is to run for three years with the option to extend for a further two periods of one year each.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Yes and these will be detailed in the Part 2 document of the 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 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(s) applied for.
Minimum level(s) of standards possibly required:  
All bidders should hold an AM Best rating of BBB+ or equivalent.
In addition where a contract is divided into lots then the minimum yearly turnover shall be twice the expected contract value of each individual lot(s) bid for, but the Authority may set a minimum yearly turnover that a successful Tenderer is to have in the event they are awarded several lots to be executed at the same time.
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
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:  
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

Restricted procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/06/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The Mayor's Office for Police and Crime
Holborn Police Station, 2nd Floor, 10 Lamb's Conduit Street
London
WC1N 3NR
UK

VI.4.2)

Body responsible for mediation procedures

The Mayor's Office for Police and Crime
Holborn Police Station, 2nd Floor, 10 Lamb's Conduit Street
London
WC1N 3NR
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