By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Purchase of Insurance Covers

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Network Rail Infrastructure Limited
Kings Place, York Way
Contact point(s): Strategic Sourcing Team, Contract and Procurement
For the attention of: Katharina Stiete
NW1 9AG London
UNITED KINGDOM
Telephone: +44 1908781903
E-mail:

Internet address(es):

General address of the contracting entity: www.networkrail.co.uk

Address of the buyer profile: http://www.networkrail.co.uk/aspx/1542.aspx

Further information can be obtained from: Aon Limited
1st Floor, 8 Devonshire Square
For the attention of: Kevin Mannifield
EC2M 4PL London
UNITED KINGDOM
Telephone: +44 2070860490
E-mail:

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Aon Limited
1st Floor, 8 Devonshire Square
For the attention of: Kevin Mannifield
EC2M 4PL London
UNITED KINGDOM
Telephone: +44 2070860490
E-mail:

Tenders or requests to participate must be sent to: Aon Limited
1st Floor, 8 Devonshire Square
For the attention of: Kevin Mannifield
EC2M 4PL London
UNITED KINGDOM
Telephone: +44 2070860490
E-mail:

I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Purchase of Insurance Covers
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 6: Financial services a) Insurances services b) Banking and investment services
Main site or location of works, place of delivery or of performance: United Kingdom

NUTS code UK

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 cover including but not limited to property damage, business interruption, public liability, property owners liability, rolling stock, contractors all risks, motor vehicle, employers liability, personal accident and permanent total disability required by Network Rail Infrastructure Ltd. Insurers may quote for some or all risk classes.
It is expected that a number of insurers will form part of the insurance programme arrangements as a result of this tender. The contract value represents the overall value of the insurance arrangements and not an individual arrangement with an insurer.
II.1.6)Common procurement vocabulary (CPV)

66510000, 66512100, 66513200, 66514130, 66515200, 66516000, 66516100, 66516400, 66516500

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Insurance cover including but not limited to property damage, business interruption, public liability, property owners liability, rolling stock, contractors all risks, motor vehicle, employers liability, personal accident and permanent total disability required by Network Rail Infrastructure Ltd. Insurers may quote for some or all risk classes.
It is expected that a number of insurers will form part of the insurance programme arrangements as a result of this tender. The contract value represents the overall value of the insurance arrangements and not an individual arrangement with an insurer.
Information on the different insurance classes (lots) will be communicated in any subsequent tender documentation.
Estimated value excluding VAT: 50 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A bankers bond guaranteeing performance of the contract and/or an Ultimate Holding Company Guarantee may be required. Details can be obtained from Network Rail's risk advisors Aon Limited (see Annex A).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be in pounds sterling and will normally be made by means of electronic funds transfer. Full details will be contained in the additional information which is available from Network Rail's risk advisors Aon Limited (see Annex A).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but in the event of a group of contractors submitting an acceptable offer it will be necessary to provide an undertaking that each company will be jointly and severally liable.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The insurer must be authorised to transact business in the UK by the Prudential Regulation Authority, and regulated by the Financial Conduct Authority and/or Prudential Regulation Authority in the UK, or by Lloyds or by an equivalent EU member regulatory body.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Required to produce evidence (letter of application or other) for requirements under III.2.2 - 2.3.
Participants will be advised during the course of the tender process whether or not any others apply.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The insurer has an A range security rating with Standard & Poors or equivalent.
Suppliers will also be expected to meet any technical evaluation criteria as outlined in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The insurer has experience of underwriting UK railway risks throughout the past three years.
Suppliers will be expected to meet any technical evaluation criteria as outlined in subsequent issued tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: The supplier shall be a recognised insurer as required under III.1.4 and III.2
This competition does not include a requirement for insurance broker services and insurance brokers are not eligible to participate in the tender.
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 22.1.2014 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.2.2014 - 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Date: 14.2.2014 - 10:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
This process will be managed by Network Rail's insurance broker on Network Rail's behalf. The contact details of NR's insurance broker can be found in the Annex.
Further information on lots will be provided in the tender documentation.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Suppliers are advised in the first instance to contact the nominated contact as outlined in the tender documentation as well as the specified Network Rail contact as detailed in this notice.
Feedback will be provided to suppliers that are unsuccessful after each stage of the tender process. Suppliers are advised to raise any queries when receiving the feedback.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.12.2013