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

C.IP.100 Insurance Adviser.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

Thames Water Utilities Limited
Procurement Support Centre - 3rd Floor East, c/o Mail Room, Rose Kiln Court
RG2 0BY Reading
UNITED KINGDOM
E-mail:

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for 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)Main activity
Water
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:
C.IP.100 Insurance Adviser.
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: Thames Water Region.
NUTS code
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):
The Thames Tideway Tunnel (TTT) is a significant infrastructure asset that is being procured via a regulated Infrastructure Provider (IP).The IP will be a standalone entity with its own licence from Ofwat. The IP itself (including the required equity) will be procured by TWUL through a competitive OJEU process. The Main Works contracts are also in live procurement and will be ultimately awarded by the IP.
This contract is to appoint an insurance adviser to provide technical and commercial input in developing an OJEU compliant tender for the procurement of owner controlled insurance policies (OCIP) and post-placement support.
The OCIP will be placed prior to completion of the IP and Main Works contracts. There will be three aspects to the Insurance Adviser's activity:
- General Advice in relation to OCIP policies, their terms and market acceptability during the procurement of the works and IP as well as general insurance advice to the project;
- Advice and support for the OCIP procurement and, if required, the provision of brokers' undertakings;
- Post-placement support.
The post-placement support would be a service provided to TWUL and the IP (both being insured parties under the OCIP) and the contract may be novated to the IP. However, the Contracting Entity gives no guarantee or warranty that either TWUL or the IP will continue to use this contract beyond placement. Any novation shall be at the Contracting Entity's discretion.
Interested organisations should refer to II.2 (Quantity or scope) and VI.3 (Additional information) and to the PQP for further information on the description of the Services, the Project and the Contract.
II.1.6)Common procurement vocabulary (CPV)

66510000, 66518000

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: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:

The Contract is for an Insurance Adviser in relation to the procurement of an Owner Controlled Insurance Policy (OCIP) for the Thames Tideway Tunnel Project. Details of the Thames Tideway Tunnel Project are given in the PQP and further information can be viewed at the Project's website: www.thamestidewaytunnel.co.uk.

The Services are more particularly described in the Contracting Entity's PQP but the scope will include:
1) General advice regarding OCIP and market acceptability in support of the works and IP procurement.
2) Placement of insurances for the Owner Controlled Insurance Programme (OCIP) and other policies for and on behalf of the IP:
a) critically review the insurance strategy in the context of meeting the goals and objectives of the IP and the market capacity
b) production of a robust plan for insurance placement
c) leading market engagement to ensure maximum interest
d) review the financial security, service standards and stability of all insurers considered for this procurement
e) production of the ITT for the OCIP
f) supporting the leadership team during the tender process in the negotiation of the terms of the insurances
g) making recommendations to put forward to the board for sign off
3) Post placement insurance support, the adviser will support the IP on issues including, but not limited to, the following:
a) handle day to day amendments to cover and advice
b) issue a claims procedure manual
c) where applicable provide an analysis of data including benchmarking comparison outwith other clients
d) interpretation of any subsequent insurance policy coverage
e) advise on changes in legislation
f) review of contracts and leases and provide comment on insurance implications
g) assist in claims handling
h) assist in construction phase surveys
i) ensure terms of insurance are complied with
Interested organisations should refer to II.1.5 (Short Description) and VI.3 (Additional information) and to the PQP for further information on the description of the Services, the Project and the Contract.
Estimated value of the Services is over the EU threshold but the actual value of the Contract is subject to tender proposals received.
II.2.2)Information about options
Options: yes
Description of these options: Any agreement awarded would be for completion of the Services (described at II.2.1). The duration of the Services is expected to be approximately up to 13 years.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.5.2014 Completion 31.3.2027

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Entity reserves the right to require guarantees, collateral warranties and other forms of security as appropriate to be discussed at ITT stage. Further details and requirements will be provided in the ITT.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The payment arrangements mechanism and performance standards applicable to the Services and Works will be described in the ITT.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Entity will accept expressions of interest and Tenders from single entities or consortia. The Contracting Entity does not require consortia to form a single legal entity at the PQQ stage. The Contracting Entity will consider contracting with a consortium, providing always that the participants assume joint and several liability for all of the obligations of the consortium under the Contract. Further details and requirements will be provided in the ITT.
III.1.4)Other particular conditions:
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: Interested organisations must express interest using the PQQ available from the Contracting Entity. Instructions and further detail are set out in detail in the PQP. The PQP and PQQ reflect Regulations 23 to 29 of the UK Utilities Contracts Regulations 2006 (as amended).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Instructions and further detail in relation to the Contracting Entity's Minimum Standards for economic and financial capacity are set out in detail in the PQP. The PQP and PQQ reflect Regulations 23 to 29 of the UK Utilities Contracts Regulations 2006 (as amended).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Instructions and further detail in relation to the Contracting Entity's Minimum Standards for technical capacity are set out in detail in the PQP. The PQP and PQQ reflect Regulations 23 to 29 of the UK Utilities Contracts Regulations 2006 (as amended).
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: no
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): no
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:
C.IP.100
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: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.2.2014 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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:
The Contracting Entity reserves the right not to award a contract or for the and any.:
1. Applicants should note that words and expressions in this contract notice with an initial capital letter shall have the meanings given in the Glossary in the Pre-Qualification Questionnaire (PQP) that is available on request to all interested organisations.

2. Interested organisations may obtain the PQP by contacting Thames Water on All additional information relating to information provided in this contract notice is available in the PQP.

3. All suitably experienced organisations who wish to respond to this OJEU contract notice to indicate their interest in the tender, must request the PQP and submit a completed PQP Application by the Submission Deadline for return of completed PQQ is 14.2.2014. The Contracting Entity may be TWUL, the Infrastructure Provider or other body delivering the TTT. Contract will also allow for the possibility that in the event of the special administration of the Contracting Entity, the special administrator shall have the right to administer the Contract(s) and to transfer the Contract(s) to another contracting entity including potentially an entity owned or controlled or partly owned or controlled by the government or other public entity.
4. II.3) (Duration of the contract or time limit for completion) - the duration of the Contract, time limit for completion and procurement timetable are described in detail in the PQP. The Contracting Entity reserves the right to amend dates and deadlines and to update the procurement timetable. Applicants and Tenderers will be notified as appropriate.
5. IV.2.1) (Award criteria) - The Contracting Entity intends to let the Contract to the most economically advantageous tender. Details of the Contracting Entity's award criteria and methodology for identifying the most economically advantageous tender will be provided in detail in the ITT.
6. The Contracting Entity intends to invite to tender between 3-5 Applicants. Details are provided in the PQP.
7. II.1.9) (Information about variants) -The Contracting Entity reserves the right to accept variants at the ITT stage provided a Tenderer has also submitted a compliant Tender. Further information and minimum requirements in relation to any variants and how variants will be evaluated will be set out in the ITT).
8. Any contract let will be under English law.
General
9. Thames Water operates an on-going risk management approach with regard to the economic and financial capacity of its suppliers. Information will be obtained either from the supplier or an externally recognized provider. Information will be gathered upon commencement of the process and over the duration of the contract period.
10. Applicants should note that this process might require references to be provided and verified, attendances at meetings, talks and presentations at no cost to Thames Water.
11. A response to this contract notice does not guarantee that an Applicant will be invited to tender. The process for selecting Tenderer(s) to be invited to tender is set out in the PQP. The Contracting Entity reserves the right in its absolute discretion to abandon, terminate or suspend the award process at any time. Further:
- the Contracting Entity does not bind itself to enter into any contract(s) arising out of the procedures envisaged by this contract notice;
- no contractual rights express or implied arise out of this contract notice or the procedures envisaged by it;
- the Contracting Entity reserves the right to vary its requirements and the procedure relating to the conduct of the award process.
12. Any agreement resulting from this contract notice may be modified to include further similar requirements at any site under the management of Thames Water or its associated companies.
13. This contract notice and the contract are not exclusive and do not preclude Thames Water, or the IP, or its associated companies from issuing other contract notices or engaging other advisers for the same or similar services from time to time.
TWUL (including its employees and advisors) does not make any representations, warranties or other commitments, whether express or implied, in relation to the accuracy, adequacy or completeness of the information provided to applicants in this Contract Notice or otherwise in connection with this tender, except as may be specifically agreed in any contract concluded at the end of this tender process. Applicants and Tenderers shall be fully responsible for and liable for all costs associated with and arising out of or in connection with responding to this contract notice and any pre-qualification questionnaire. Thames Water Utilities Limited
or any other Contracting Entity will not be responsible for or liable to any Applicant or Tenderer for any cost incurred by such Applicant and/or Tenderer in responding to this contract notice, any pre-qualification questionnaire or any Tender howsoever incurred.
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: Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The notification will provide full information of the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations (SI 2006 No. 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
30.1.2014