Section I: Contracting authority
I.1)Name, addresses and contact point(s)London Borough of Brent
Legal & Procurement Room 5 Brent Town Hall Annexe, Forty Lane
For the attention of: Katerina Athanasiadou
HA9 9HD London
UNITED KINGDOM
Telephone: +44 2089374118
E-mail:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Insurance services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 6: Financial servicesa)Insurances services b)Banking and investment services
NUTS code UKI23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Insurance services. Property insurance services. Motor vehicle liability insurance services. Liability insurance services. Auxiliary insurance services. A contract to cover the Council's and Brent Housing Partnership's (BHP) insurance requirements. There will be 5 lots: Council Property; Council Casualty (principally employers and public liability); Motor (for both the Council and BHP); Additional Cover; and one lot for BHP covering property, casualty and additional services. The contracting authority is acting as a Central Purchasing Body for its Arm’s Length Management Organisation, Brent Housing Partnership (BHP) in conducting the procurement process for BHP’s insurance requirements, but for avoidance of doubt, the contract for Lot 5 will be entered into by BHP and the successful tenderer. Further details will be in the tender documents.
II.1.6)Common procurement vocabulary (CPV)66510000, 66515200, 66516100, 66516000, 66519300
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scopeThere will be 5 lots: Council Property, Council Casualty (principally employers and public liability) Motor (for both the Council and BHP) Additional Cover and one lot for BHP covering property, casualty and additional services. The Council and BHP will be looking to enter into a long term agreement or similar undertaking for the duration of one of the Options referred to at Paragraph II.2.2, all subject to satisfactory service, cost and performance.
II.2.2)Information about optionsOptions: yes
Description of these options: The contract may be for 3 years extendable to up to 5 years (by 2, one year extensions or one two-year extension) or for 5 years extendable to up to 7 years (by two, one- year extensions or one two-year extension).
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 84 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Property insurance1)Short descriptionThe property portfolio extends to all Council buildings- offices, lodges, pavilions, other properties and Council housing and leasehold properties as well as schools under direct Council control.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeBetween 425 000 GBP and 1 100 000 GBP depending on the term of the contract.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsWill be in the tender documents.
Lot No: 2 Lot title: Motor vehicle insurance1)Short descriptionInsurance of Council vehicles including those of Brent Transport Services, Mayor's leased car, enforcement vehicles (CCTV cars etc), lawn mowers/tractors and BHP leased pool cars.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeBetween 630 000 GBP and 1 600 000 GBP depending on the term of the contract.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsWill be in the tender documents.
Lot No: 3 Lot title: Casualty insurance1)Short descriptionIncludes public liability, officials indemnity, libel and slander, local land charges, professional negligence (exernal losses) and employers liability.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeBetween 504 000 GBP and 1 300 000 GBP depending on the term of the contract.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsWill be in the tender documents.
Lot No: 4 Lot title: Additional cover1)Short descriptionThis could cover specialities, terrorism, industrial commercial, and financial policies (fidelity guarantee, money).
2)Common procurement vocabulary (CPV) 3)Quantity or scopeBetween 800 000 GBP and 1 500 000 GBP depending on the term of the contract.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsWill be in the tender documents.
Lot No: 5 Lot title: Insurance services for brent housing partnership (BHP)1)Short descriptionProperty insurance for the properties owned by BHP; casualty insurance including public and employers liability, legal expenses and Section 7; additional cover including fidelity guarantee, personal accident, professional indemnity; engineering cover; libel and slander;
2)Common procurement vocabulary (CPV)66510000, 66512100, 66515200, 66516000, 66516500, 66519000
3)Quantity or scope600 000 GBP to 1 400 000 GBP depending on the term of the contract.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsWill be in the tender documents.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees requiredMay be required and will be detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing themWill be detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedJoint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Interested contractors are required to complete a pre-qualification questionnaire (PQQ) which is consistent with Directive 2004/18/EC. The questionnaire is available as described in section I.1 above and must be returned by the date in IV.3 below to the address stipulated in the questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Set out in PQQ and associated documents.
Minimum level(s) of standards possibly required: Set out in PQQ and associated documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Set out in PQQ and associated documents.
Minimum level(s) of standards possibly required
Set out in PQQ and associated documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: This service will be regulated by the provisions of the Insurance Companies Act 1982 and any other statutory modifications thereof. Suppliers of insurance services will be required to be authorised by the Financial Services Authority or EU equivalent.
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators 5
Objective criteria for choosing the limited number of candidates: It is envisaged that the 5 highest ranked operators will be invited to tender for each lot, subject to the requirements, criteria and provisos in the PQQ evaluation methodology.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate14.11.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThe London Borough of Brent and Brent Housing Partnership (BHP) require insurance cover to ensure all risks to property, vehicles and staff in the event of a claim being made by or against the Council or BHP. There are varied insurance cover needs for contents, property and vehicles for which schedules of cover are written and premiums calculated according to risk and amount of cover required.
BHP is an Arms Length Management Organisation, wholly owned by and managing homes on behalf of Brent Council, as well as owning its own housing stock. One lot reflects BHP's requirements (although BHP's motor insurance requirement is included within the motor insurance lot).
The Contracting Authority is acting as a Central Purchasing Body for BHP in conducting the procurement process for BHP’s insurance requirements, but for avoidance of doubt, the contract for Lot 5 will be entered into by BHP and the successful tenderer.
The contracts will require the service provider to:
- Improve efficiency, accessibility and adhere to the principles of the E-Government strategy via provision of web based systems and user access via a secure internet link with appropriate security protocols to ensure confidentiality and adherence of the Data Protection Act,
- Work in partnership with the Council and BHP to produce a structured programme to facilitate risk surveys, a loss prevention programme, and training and education material for council staff,
- Apply changes in legislation and/or as a result of case law with prior consultation and adequate notice,
- Be able and willing to work with the Council and BHP when changes to the service specification requirements are needed as a result any future re-organisation e.g. the planned move to the Civic Centre in 2013.
Providers can be either brokers or insurers. GO reference: GO-20111014-PRO-2702055.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresHigh Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Contracting Authority will observe a minimum 10 calendar day standstill period at the point any information on the award of the contract is communicated to tenderers to allow unsuccessful tenderers to obtain further information before the contract is entered into. The Public Contracts Regulations 2006 and 2009 (as amended) provide for an aggrieved party who has been harmed or is at risk of harm by a breach of the Regulations to take action in the High Court. Any such action must be brought within 30 days unless an extension is granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in VI.4.1.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:14.10.2011