Tender Details
Title

Loss Adjusters Provision of Loss Adjustment Services and Contractor Repair Network ... Thames Water Utilities Limited are looking for a retained provider who can be called on at any time for emergency incidents, providing Thames Water with an out of hours helpdesk and crucial resources to provide early assessment ...

Country
Language
English
Organization
Published Date
24.10.2024
Deadline Date
08.11.2024
Overview
Loss Adjusters Provision of Loss Adjustment Services and Contractor Repair Network ... Thames Water Utilities Limited are looking for a retained provider who can be called on at any time for emergency incidents, providing Thames Water with an out of hours helpdesk and crucial resources to provide early assessment ... THAMES WATER UTILITIES LIMITED Loss Adjusters - Opportunity Loss Adjusters THAMES WATER UTILITIES LIMITED F05: Contract notice – utilities Notice reference: 2024/S 000-034521 Published 24 October 2024, 3:32pm Watch this notice Contents Open all one. Contracting entityI. Contracting entityPress escape key to exit two. Object (4 lots)II. Object (4 lots) Scope of the procurement Lot 1 a. Primary Emergency, Major Incident and Out of Hours Loss Adjustment Services Lot 1 b. Major Loss Response Panel Lot 2. General Loss Adjusting Services Lot 3. Contractor Repair Network three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting entitySection I: Contracting entity one.1) Name and addressesI.1) Name and addresses THAMES WATER UTILITIES LIMITED Reading RG18DB Contact Thames Water Email procurement.support.centre@thameswater.co.uk Country United Kingdom NUTS code UKJ11 - Berkshire Companies House 02366661 Internet address(es) Main address https://www.thameswater.co.uk/ one.3) CommunicationI.3) Communication Access to the procurement documents is restricted. Further information can be obtained at https://forms.office.com/e/XzdxSAeFkC Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://thameswater.sharepoint.com/sites/ProcurementSupportCentreBidProcessRepository/FA2198LossAdjusters Tenders or requests to participate must be submitted to the above-mentioned address one.6) Main activityI.6) Main activity Water Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Loss Adjusters Reference number FA2198 two.1.2) Main CPV codeII.1.2) Main CPV code 66518300 - Insurance claims adjustment services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description Provision of Loss Adjustment Services and Contractor Repair Network two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £2,583,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Thames Water reserves the right to award a single or multiple lots to the most suitable providers(s). two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Primary Emergency, Major Incident and Out of Hours Loss Adjustment Services Lot No 1 a two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66518300 - Insurance claims adjustment services 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London UKJ - South East (England) Main site or place of performance The whole of Thames Water Region two.2.4) Description of the procurementII.2.4) Description of the procurement Thames Water Utilities Limited are looking for a retained provider who can be called on at any time for emergency incidents, providing Thames Water with an out of hours helpdesk and crucial resources to provide early assessment and complete the evaluation of claims, which may include managing a repair and reinstatement process. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £249,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years. two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 8 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further: one year periods. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Major Loss Response Panel Lot No 1 b two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66518300 - Insurance claims adjustment services 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London UKJ - South East (England) Main site or place of performance The whole of Thames Water Region two.2.4) Description of the procurementII.2.4) Description of the procurement From time to time Thames Water require response to major incidents and therefore require a panel of suppliers that would be able to support by responding to these events should they occur, and providing early assessment and complete the evaluation of claims. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £126,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years. two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 8 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: Yes two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title General Loss Adjusting Services Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66518300 - Insurance claims adjustment services 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London UKJ - South East (England) Main site or place of performance The whole of Thames Water Region two.2.4) Description of the procurementII.2.4) Description of the procurement Day to day claims adjusting and ancillary services assessment and evaluation, with longer response requirements. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £2,000,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years. two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 8 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: Yes two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Contractor Repair Network Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66518300 - Insurance claims adjustment services 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London UKJ - South East (England) Main site or place of performance The whole of Thames Water Region two.2.4) Description of the procurementII.2.4) Description of the procurement Thames Water seeks a provider offering a wide network of trades and services needed in Repair and Reinstatement following claims against TW. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £208,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years. two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 8 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: Yes two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions As detailed in the PQQ three.1.2) Economic and financial standingIII.1.2) Economic and financial standing Selection criteria as stated in the procurement documents three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability Selection criteria as stated in the procurement documents three.1.4) Objective rules and criteria for participationIII.1.4) Objective rules and criteria for participation List and brief description of rules and criteria As detailed in section VI.3 and PQQ three.1.6) Deposits and guarantees requiredIII.1.6) Deposits and guarantees required Bonds and/ or parent company guarantees of performance and financial standing may be required. three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing themIII.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them Specified in Invitation to Negotiate Document. three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awardedIII.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded Consortia may be required to form a legal entity prior to award. three.2) Conditions related to the contractIII.2) Conditions related to the contract three.2.1) Information about a particular professionIII.2.1) Information about a particular profession Execution of the service is reserved to a particular profession Reference to the relevant law, regulation or administrative provision Loss Adjusters must be members of the Chartered Institute of Loss Adjusters (CILA) and Surveyors must be a member of the Royal Institute of Chartered Surveyors. three.2.2) Contract performance conditionsIII.2.2) Contract performance conditions As detailed in the ITN Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Negotiated procedure with prior call for competition four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement Framework agreement with several operators Envisaged maximum number of participants to the framework agreement: 8 four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogueIV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: No four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 8 November 2024 Local time 12:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.3) Additional information Format for requested participation: All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 . ( https://forms.office.com/e/XzdxSAeFkC ) From your response to the link in Section I.3 or above, Thames Water 's Procurement Support Centre will send you an email providing you login details for our eSourcing system. If the project requires it, you will receive an additional and separate survey to complete for Data protection. Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure. Note on Estimated Contract Values: All values shown are estimates only and have no binding on the total contract value that materialises under the provision of each service. Any bidder that passes the PQQ pass/fail questions will be taken through to ITN. six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Thames Water Utilities Limited Reading UK Country United Kingdom six.4.3) Review procedureVI.4.3) Review procedure Precise information on deadline(s) for review procedures Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on 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 2016 (SI 2016 No 274) 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). Back to top 1729859988 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Loss AdjustersTHAMES WATER UTILITIES LIMITED  Provision of Loss Adjustment Services and Contractor Repair Network ... Thames Water Utilities Limited are looking for a retained provider who can be called on at any time for emergency incidents, providing Thames Water with an out of hours helpdesk and crucial resources to provide early assessment ...  Notice typeF05: Contract notice – utilitiesClosing8 November 2024, 12:00pmContract locationsUKI - London; UKJ - South East (England)Total value £2,583,000 Lot values £249,000; £126,000; £2,000,000; £208,000 Publication date24 October 2024, 3:32pm
NAICS
Business All Other Professional Jewelry Claims Adjusting Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Other Foundation Other Foundation Regulation and Administration of Communications Religious Executive and Legislative Offices Financial Transactions Processing Justice Other Professional Cookie Architectural Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Regulation Regulation and Administration of Communications Jewelry Courts Courts Financial Transactions Processing Foundation Research and Development in the Physical Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Research and Development in the Physical Water Professional Process
CPVS
Parts of structures Repair, maintenance and associated services related to aircraft and other equipment System, storage and content management software package Mains Networks Wide area network Networking, Internet and intranet software development services Nuts Calendars Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Repair, maintenance and associated services related to marine and other equipment Frames Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Office, school and office equipment cleaning services Supports Structures and parts Surveying, hydrographic, oceanographic and hydrological instruments and appliances System, storage and content management software development services Forms Networking, Internet and intranet software package Watches Vats Repair, maintenance and associated services related to roads and other equipment Other services Panels Keys Repair, maintenance and associated services of vehicles and related equipment Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Repair, maintenance and associated services related to railways and other equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
House Nuts Calendars Awards Water Watches Utilities Well engineering Co financing Single room Case making services Water, sanitation and hygiene kits Water, sanitation and hygiene kit Tent, for office use Water, sanitation and hygiene kits E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation)
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Bridges and Tunnels Engineering Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Water and Sanitation Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Aviation Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert