CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 074-142462/EN)
Nature of contract: Service contract
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: The Police and Crime Commissioner for Essex
Postal address: 3 Hoffmanns Way
Town: Chelmsford
Postal code: CM1 1GU
Country: United Kingdom
Contact Person: Procurement Services
Email: procurement.services@kent.essex.pnn.police.uk
Nuts code: UKH3
Internet address(es):
Main address:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of SEERPIC property, fidelity guarantee, crime, group personal accident and travel insurance services.

Reference number: 2017/020
II.1.2) Main CPV code: 66000000
II.1.3) Type of contract: Services
II.1.4) Short Description: Essex Police (the Authority) is leading on a tender on behalf of the South East and Eastern Region Police Insurance Consortium (SEERPIC) for the provision of property, fidelity guarantee, crime, group personal accident and travel insurance services. Details of the police forces that comprise SEERPIC for the purposes of this procurement are listed in item VI.3.
II.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Property, business interruption, work in progress, money, computers and specified all risks insurance services.

Lot No:1
II.2.2) Additional CPV code(s)
66510000, 66515200, 66000000

II.2.3) Place of performance
Nuts code: UKJ1, UKJ2, UKH2, UKJ4, UKH3, UKH14, UKH13, UKH12
Main site or place of performance:
The counties of Bedfordshire, Berkshire, Buckinghamshire, Cambridgeshire, Essex, Hertfordshire, Kent, Norfolk, Oxfordshire, Suffolk, Surrey and Sussex.

II.2.4) Description of the procurement:
Property insurance services comprising Property (all risks of physical loss or damage however arising including full theft and subsidence), Business Interruption (Loss of Gross Revenue, Additional Expenditure, Loss of Rent), Work in Progress (all risks including terrorism), Money (loss or damage by any cause), Computers (all risks of physical damage including losses from breakdown, not recoverable from maintenance contracts and malicious/accidental loss, distortion, corruption, misuse, contamination or ensure or programmes and/or information) 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.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:Subject to renewal of 1 additional period of 2 years.

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: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Fidelity Guarantee / Crime insurance services.

Lot No:2
II.2.2) Additional CPV code(s)
66510000, 66000000

II.2.3) Place of performance
Nuts code: UKJ1, UKJ2, UKJ4, UKH2, UKH3, UKH14, UKH13, UKH12
Main site or place of performance:
The counties of Bedfordshire, Berkshire, Buckinghamshire, Cambridgeshire, Essex, Hertfordshire, Kent, Norfolk, Oxfordshire, Suffolk, Surrey and Sussex.

II.2.4) Description of the procurement:
Fidelity Guarantee/Crime — indemnity in respect of loss of money, securities or other property, belonging to the insured, or held in trust by them or for which they are responsible caused by an act of fraud or dishonesty committed by any employee during the period of 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
Duration in months: 60
This contract is subject to renewalyes Description of renewals:Subject to renewal of 1 additional period of 2 years.

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: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Group personal accident and travel insurance services.

Lot No:3
II.2.2) Additional CPV code(s)
66510000, 66000000

II.2.3) Place of performance
Nuts code: UKJ1, UKJ2, UKJ4, UKH2, UKH3, UKH14, UKH13, UKH12
Main site or place of performance:
The counties of Bedfordshire, Berkshire, Buckinghamshire, Cambridgeshire, Essex, Hertfordshire, Kent, Norfolk, Oxfordshire, Suffolk, Surrey and Sussex.

II.2.4) Description of the procurement:
Personal accident — accidental death or bodily injury or assault including terrorism sustained by the insured person(s) during the operative time.
Travel — employees or members of the insured on official business of the Authority outside the United Kingdom or within the United Kingdom if involving an overnight stay.
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
Duration in months: 60
This contract is subject to renewalyes Description of renewals:Subject to renewal of 1 additional period of 2 years.

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: no
II.2.11) Information about options
Options: 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

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:Authorised by the Financial Conduct Authority (or equivalent) to provide insurance services in the United Kingdom.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract
III.2.1) Information about a particular profession(only for service contracts)
Execution of the service is reserved to a particular profession
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiationsIV.1.8) Information about the 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: 2017-05-12 Local time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2017-05-17
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2017-10-04

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
IV.2) Information about electronic workflows
VI.3) Additional information:
Please note that broking services are not being sought as these services are already being provided to SEERPIC by JLT Specialty Limited.
The police forces that will be utilising the insurance that is the subject matter of this procurement are The Police and Crime Commissioner for Bedfordshire and The Chief Constable for Bedfordshire Police, The Police and Crime Commissioner for Cambridgeshire and The Chief Constable for Cambridgeshire Police, The Police and Crime Commissioner for Essex and The Chief Constable for Essex Police, The Police and Crime Commissioner for Hertfordshire and The Chief Constable for Hertfordshire Police, The Police and Crime Commissioner for Kent and The Chief Constable for Kent Police, The Police and Crime Commissioner for Norfolk and The Chief Constable for Norfolk Police, The Police and Crime Commissioner for Suffolk and The Chief Constable for Suffolk Police, The Police and Crime Commissioner for Surrey and The Chief Constable for Surrey Police, The Police and Crime Commissioner for Sussex and The Chief Constable for Sussex Police, The Police and Crime Commissioner for Thames Valley and The Chief Constable for Thames Valley Police.
Please note that the estate and functions to be insured by this opportunity may be increased during the term of this opportunity where any fire and rescue functions are combined or aligned with policing functions pursuant to the Policing and Crime Act 2017.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: High Court
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: High Court
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-04-11

Post written by: Andrew Perry

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking