Ausschreibung: Versicherungsmakler- und -agenturdienste - UK-Swindon Versicherungsmakler- und -agenturdienste Vermögensversicherungen Dienste von Versicherungsagenturen Dokument Nr...: 102854-2020 (ID: 2020030209181694579) Veröffentlicht: 02.03.2020 * UK-Swindon: Versicherungsmakler- und -agenturdienste 2020/S 43/2020 102854 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Swindon Borough Council Postanschrift: Civic Offices, Euclid Street Ort: Swindon NUTS-Code: UKK14 Postleitzahl: SN1 2JH Land: Vereinigtes Königreich Kontaktstelle(n): Mr Steve Curtis E-Mail: [6]scurtis@swindon.gov.uk Telefon: +44 1793464635 Internet-Adresse(n): Hauptadresse: [7]http://www.swindon.gov.uk/ Adresse des Beschafferprofils: [8]http://www.swindon.gov.uk/ I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]https://www.supplyingthesouthwest.org.uk Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]https://www.supplyingthesouthwest.org.uk I.4)Art des öffentlichen Auftraggebers Regional- oder Kommunalbehörde I.5)Haupttätigkeit(en) Wohnungswesen und kommunale Einrichtungen Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Tenants Contents Insurance Retender Referenznummer der Bekanntmachung: DN452658 II.1.2)CPV-Code Hauptteil 66518000 II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: Swindon Borough Council manages its own housing stock and has around 10 300 properties. The Council currently has an arrangement with an insurance broker to provide tenant contents insurance and the policy is underwritten by an insurance company. The Council wishes to submit to tender the requirements for the provision of an insurance broker/insurer to provide contents insurance for its 10 300 tenants. The Council is expecting the appointed contractor to provide digital applications forms, digital promotion materials and minimise the administrative burden that running the scheme places on the Council. The initial contract term will be for 36 months with an option to extend for a further 24 months for a potential total contract term of 5 years as stated in the ITT documents. Estimated contract spend is between 155 000 GBP and 170 000 GBP across the initial 3-year contract term and between 260 000 GBP and 290 000 GBP across the potential total 5-year contract term. II.1.5)Geschätzter Gesamtwert II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 66515200 66518200 II.2.3)Erfüllungsort NUTS-Code: UKK14 II.2.4)Beschreibung der Beschaffung: Swindon Borough Council manages its own housing stock and has around 10 300 properties. The Council currently has an arrangement with an insurance broker to provide tenant contents insurance and the policy is underwritten by an insurance company. The Council wishes to submit to tender the requirements for the provision of an insurance broker/insurer to provide contents insurance for its 10 300 tenants. The Council promotes tenant contents insurance in order to address financial exclusion. In addition it is in the Councils interest to ensure that tenants have insurance because in the event of a major repair fault, such as a flood, the tenants possessions are covered. The Council is expecting the appointed contractor to provide digital applications forms, digital promotion materials and minimise the administrative burden that running the scheme places on the Council. The Council wishes to provide a basic level of cover which includes accidental damage and with the option to increase its cover to include various specific risks. The initial contract term will be for 36 months with an option to extend for a further 24 months for a potential total contract term of 5 years. Estimated contract spend is between 155 000 GBP and 170 000 GBP across the initial 3-year contract term and between 260 000 GBP and 290 000 GBP across the potential total 5-year contract term. Full details relating to the services are provided in the tender documents. To participate, suppliers will need to register as a supplier with ProContract, [11]www.supplyingthesouthwest.org.uk then register an interest before obtaining access to the tender documents. Tender clarifications to be submitted in writing via Messaging in ProContract tender portal, by 25.3.2020, 12.00 UK local time. The Councils responses to these clarification questions will be issued periodically via Messaging in ProContract tender portal. Tender responses are required to be submitted no later than 3.4.2020, 12.00 UK local time via ProContract tender portal [12]https://www.supplyingthesouthwest.org.uk/ II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 60 Dieser Auftrag kann verlängert werden: nein II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: The initial contract term will be for 36 months with an option to extend for a further 24 months for a potential total contract term of 5 years. II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.3)Technische und berufliche Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.1)Angaben zu einem besonderen Berufsstand III.2.2)Bedingungen für die Ausführung des Auftrags: In the procurement documents. III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: nein IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 03/04/2020 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 03/04/2020 Ortszeit: 12:00 Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Swindon Borough Council Ort: Swindon Land: Vereinigtes Königreich VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 27/02/2020 References 6. mailto:scurtis@swindon.gov.uk?subject=TED 7. http://www.swindon.gov.uk/ 8. http://www.swindon.gov.uk/ 9. https://www.supplyingthesouthwest.org.uk/ 10. https://www.supplyingthesouthwest.org.uk/ 11. http://www.supplyingthesouthwest.org.uk/ 12. https://www.supplyingthesouthwest.org.uk/ OT: 02/03/2020 S43 Services - Contract notice - Open procedure United Kingdom-Swindon: Insurance brokerage and agency services 2020/S 043-102854 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Swindon Borough Council Postal address: Civic Offices, Euclid Street Town: Swindon NUTS code: UKK14 Postal code: SN1 2JH Country: United Kingdom Contact person: Mr Steve Curtis E-mail: [6]scurtis@swindon.gov.uk Telephone: +44 1793464635 Internet address(es): Main address: [7]http://www.swindon.gov.uk/ Address of the buyer profile: [8]http://www.swindon.gov.uk/ I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]https://www.supplyingthesouthwest.org.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]https://www.supplyingthesouthwest.org.uk I.4)Type of the contracting authority Regional or local authority I.5)Main activity Housing and community amenities Section II: Object II.1)Scope of the procurement II.1.1)Title: Tenants Contents Insurance Retender Reference number: DN452658 II.1.2)Main CPV code 66518000 II.1.3)Type of contract Services II.1.4)Short description: Swindon Borough Council manages its own housing stock and has around 10 300 properties. The Council currently has an arrangement with an insurance broker to provide tenant contents insurance and the policy is underwritten by an insurance company. The Council wishes to submit to tender the requirements for the provision of an insurance broker/insurer to provide contents insurance for its 10 300 tenants. The Council is expecting the appointed contractor to provide digital applications forms, digital promotion materials and minimise the administrative burden that running the scheme places on the Council. The initial contract term will be for 36 months with an option to extend for a further 24 months for a potential total contract term of 5 years as stated in the ITT documents. Estimated contract spend is between 155 000 GBP and 170 000 GBP across the initial 3-year contract term and between 260 000 GBP and 290 000 GBP across the potential total 5-year contract term. II.1.5)Estimated total value II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 66515200 66518200 II.2.3)Place of performance NUTS code: UKK14 II.2.4)Description of the procurement: Swindon Borough Council manages its own housing stock and has around 10 300 properties. The Council currently has an arrangement with an insurance broker to provide tenant contents insurance and the policy is underwritten by an insurance company. The Council wishes to submit to tender the requirements for the provision of an insurance broker/insurer to provide contents insurance for its 10 300 tenants. The Council promotes tenant contents insurance in order to address financial exclusion. In addition it is in the Councils interest to ensure that tenants have insurance because in the event of a major repair fault, such as a flood, the tenants possessions are covered. The Council is expecting the appointed contractor to provide digital applications forms, digital promotion materials and minimise the administrative burden that running the scheme places on the Council. The Council wishes to provide a basic level of cover which includes accidental damage and with the option to increase its cover to include various specific risks. The initial contract term will be for 36 months with an option to extend for a further 24 months for a potential total contract term of 5 years. Estimated contract spend is between 155 000 GBP and 170 000 GBP across the initial 3-year contract term and between 260 000 GBP and 290 000 GBP across the potential total 5-year contract term. Full details relating to the services are provided in the tender documents. To participate, suppliers will need to register as a supplier with ProContract, [11]www.supplyingthesouthwest.org.uk then register an interest before obtaining access to the tender documents. Tender clarifications to be submitted in writing via Messaging in ProContract tender portal, by 25.3.2020, 12.00 UK local time. The Councils responses to these clarification questions will be issued periodically via Messaging in ProContract tender portal. Tender responses are required to be submitted no later than 3.4.2020, 12.00 UK local time via ProContract tender portal [12]https://www.supplyingthesouthwest.org.uk/ II.2.5)Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: no II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: yes Description of options: The initial contract term will be for 36 months with an option to extend for a further 24 months for a potential total contract term of 5 years. II.2.12)Information about electronic catalogues 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.2.14)Additional information 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 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.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.1)Information about a particular profession III.2.2)Contract performance conditions: In the procurement documents. III.2.3)Information about staff responsible for the performance of the contract Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Open procedure IV.1.3)Information about a framework agreement or a dynamic purchasing system IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: no IV.2)Administrative information IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participate Date: 03/04/2020 Local time: 12:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4)Languages in which tenders or requests to participate may be submitted: English IV.2.6)Minimum time frame during which the tenderer must maintain the tender IV.2.7)Conditions for opening of tenders Date: 03/04/2020 Local time: 12:00 Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows VI.3)Additional information: VI.4)Procedures for review VI.4.1)Review body Official name: Swindon Borough Council Town: Swindon Country: United Kingdom VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 27/02/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de