Tender for Insurance Broking Services
Transport for London is seeking an organisation to enter into a contract for the provision of Insurance Broking Services.
United Kingdom-London: Insurance brokerage services
2017/S 178-364800
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Windsor House, 42-50 Victoria Street
London
SW1H 0BD
United Kingdom
Contact person: Mr Yahya Hafesji
Telephone: +44 12345
E-mail: YAHYAHAFESJI@TFL.GOV.UK
NUTS code: UK
Address of the buyer profile: https://tfl.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
TfL 93763 Insurance Broking Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Transport for London (TfL) is seeking an organisation to enter into a contract for the provision of Insurance Broking Services.
TfL purchases a range of insurances in order to provide coverage for its operational, financial and contractual liabilities and requirements. It undertakes this through the activity and work of its Group Insurance team assisted by its General Insurance Brokers.
TfL has a contract in place for General Insurance Broking Services which is due to expire in 2018. This tender request is a re-tender of this contract for Insurance Broking services to be in place for Jan 2018. TfL is conducting a competitive tender for this contract which will be let for an initial contract term of 4 years with an option to extend for up to a further 2 years (1+1).
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Please see tender documents.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The contract will include the option to extend the initial 4 year term by a maximum of 2 further years (1+1).
II.2.13)Information about European Union funds
II.2.14)Additional information
All details are provided within the ITT documents including the selection criteria.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
A)Transport for London (TfL) is a complex organisation operating both as an executive agency of the Greater London Authority (GLA) under the direction of the Mayor of London and as provider of transport services. The scope of the proposed services may encompass activities within the scope of both Directive 93/38/EEC and Directive 92/50/EEC. Services to be provided in relation to activities which are subject to the Directive 93/38/EEC(Utilities) will not be subject to a separate notice, the services may be provided to TfL and/or its subsidiaries and may also encompass London Regional Transport (LRT) and/ or the GLA and any of the functional bodies.
b) Further information on TfL may be found at www.tfl.gov.uk and https://www.tfl.gov.uk/corporate/publications-and-reports/procurement-information
c) Contract (s) may be awarded to the successful contractor by any part of TfL and/or any of its subsidiaries.
d) The awarding authority reserves the right withdraw from the procurement process and/or not to award any contract as a result of the competition called by this notice and the awarding authority shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process.
e) All discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in GBP and all payments under the contract will be made in Sterling.
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: