Building Insurance- City Wharf

Open

Buyers

Value

£1,000,000

Classifications

  • Financial and insurance services
  • Insurance services

Tags

  • tender

Submission Deadline

3 weeks from now

Published

1 month ago

Description

The purpose of this tender is to incept a broker led insurance programme with a financially stable insurer with a financial rating of at least BBB or B++.
We require Buildings, Landlords Contents and Property Owners Liability insurance for:
•The Forge Building, 22 Wharf Road, N1 7GP Buildings, Declared Value: GBP 44,851,982.
•The Saddler Building, 24 Wharf Road, N1 7GQ Buildings, Declared Value: GBP 25,721,499.
•The Cooper Building, 36 Wharf Road, N1 7GR Buildings, Declared Value: GBP 23,453,061.
•The Merchant Building, 38 Wharf Road, N1 7GS Buildings, Declared Value: GBP 18,042,146.
•Property Owners Liability Limit of £50,000,000.00 (£50m)
•All Four buildings form part of a single scheme known as City Wharf 
The Contract will be for an initial term of 3 years extendable at the Client's sole option for a period of up to 2 years, giving a total of 5 years (the Term).
A2D’s aims and objectives are to:
•Appoint a broker with suitable market access in order to achieve best value.
•Appoint a financially stable insurer with a financial rating of at least BBB or B++.
•Obtain cover for the full reinstatement value (plus Alternative Accommodation) for the scheme (City Wharf).
•Enter into a long-term agreement with the option for A2D to cease such agreement in the event of improving market conditions and available capacity.
•Achieve a fair premium (including Insurance Premium Tax) for A2D, its leaseholder’s and stakeholders.
•Agree low and reasonable excesses for leaseholder claims.
•Agree suitable claims handling processes for leaseholders, allowing them direct access for making claims.
•Options for alternative excess, in order to consider these against alternative premiums.
•Details of any remediation that MAY be required at a future date in order to reduce premiums.
•An initial period of three months or 15 months to allow for an April renewal in either 2026 or 2027, and then to renew annual in April until the end of the term.
In addition, the following forms part of this specification:
•A skilled and competent service team, being Client Relationship Management, Insurance Claims management, Insurance Broking / underwriting and insurable risk managers. 
•Arrange suitable and appropriate insurance cover for the risks specified in this ITT and any other risks which might arise during the duration of the contract.
•To undertake a continual review of the insurance programme, advising on cover, extensions, and new market products which would be of benefit to the Contracting Authority.
•To offer technical support and advice on the interpretation of policy cover. 
•We will wish to consider your ability to give direct access to decision makers, including Underwriters and those responsible for Claims settlement decisions. 
•To meet with the Contracting Authority’s appointed person on an agreed frequency basis to review and discuss any issues relating to the provision of service, insured risks, and claims procedures. 
•To immediately notify the Contracting Authority of any changes to the contracted service including any changes to the Service Provider’s systems of delivery which might have an effect on the Association’s working procedures. 
•The Insurer will not alter, extend, or effect policy cover without the permission of the Management Team of the Contracting Authority or their nominated points of contact within the Contracting Authority. 
•To provide and agree details of procedures for major incidents and for the appointment of Loss Adjusters. 
•To provide and agree details of procedures for the notification of claims and the provision of documentation required. 
•To provide details of staff and management team together with details of experience, qualifications, and a structure chart together with the financial authorities of personnel involved in the handling of the Contracting Authority’s claims. 
•To agree with the Contracting Authority the panel of Solicitors, Loss Adjusters, and other experts to be appointed in the provision of the claims handling service. 
•To monitor the standards and costs of agreed Solicitors, Loss Adjuster and other experts used, advising the Contracting Authority of any proposed alterations, inclusions, or exclusions to the agreed panel and on what grounds. 
•To provide suitable claims data and reports. 
•To monitor insurance losses to identify areas of high risk and make recommendations on methods of controlling such losses. 
•The bidder agrees to provide a periodic review of the Insurance Programme and advice on new legislation, technical developments and new insurance products or services which would benefit of the Contracting Authority, throughout the currency of the contract.
For more information about this opportunity, please visit the Delta eSourcing portal at: 
https://www.delta-esourcing.com/tenders/UK-UK-London:-Financial-and-insurance-services./5SP59MCUY5
To respond to this opportunity, please click here: 
https://www.delta-esourcing.com/respond/5SP59MCUY5

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Administration of the Ofgem Energy Industry Voluntary Redress Fund

Ofgem seeks to appoint a Service Provider with expertise in allocating funds to various projects within primarily charitable/non-profit organisations, and who has a deep understanding of the needs of energy consumers across Great Britain. The Service Provider will manage voluntary redress payments made to the Energy Redress Scheme and will ensure that these funds deliver the greatest positive impacts for energy consumers. This requires efficient financial management and expert assessment of funding applications.  The Service Provider must achieve the following outcomes:  Efficient financial management of voluntary redress monies, including receiving funds from energy companies, ring-fencing them as appropriate, and awarding grants to suitable Redress Recipients.  An adaptable and flexible approach to managing redress monies so as to ensure effective response to fluctuations in the amount of funds available, and possible changes to Ofgem's guidance on the allocation of redress funds. It is important to note that Ofgem reserve the right to amend this guidance, for instance to increase the numbers of organisations eligible to apply for funding. In the event of any changes, Ofgem will work closely with the Service Provider to ensure their smooth implementation before they take effect.  Identifying and assessing potential redress recipients to maintain and build on the existing portfolio of reputable recipients with strong financial track records and projects that benefit energy consumers across Great Britain. The successful management of the process by which funds are awarded and paid to grantees, including application and assessment processes Effective management of the award of funds to worthwhile projects, including awards to fuel voucher projects with a minimum award of £1 million per project. System Integration: the successful Service Provider must deliver either:  a successful integration of existing systems supporting online applications, the database of eligible applicants, and the Energy Redress website; or  a new, fit-for-purpose system that provides these services and is fully operational at the commencement of the contract.  Using knowledge of the British energy sector and consumer needs (including vulnerable and future consumers) to allocate funding that delivers value for money and benefits in line with Ofgem's Guidance (which may change from time to time) on voluntary redress funds.  Monitoring project delivery and providing regular updates to Ofgem.   Evaluating the effectiveness of allocation awards.  Providing monthly financial reports and other regular reports to Ofgem (quarterly and annual) on the impact of projects on energy consumers, ensuring funds deliver value for money and long-term benefits and assisting with enquiries related to all aspects of the operation of the fund, as and when they arise. Ensuring that there is transparency and accountability by maintaining a publicly available website dedicated to the energy redress fund, which will provide detail on funding rounds, the application process, all projects that have been awarded funds, and the annual evaluation reports.  Maintain an ethos of continuous improvement that ensures the ongoing evaluation of scheme performance against objectives, review of processes and procedures and how they can be improved to support the objective of increasing the impact of the fund.  Further information can be found in the attached ITT document.

Katy Reed

Published 5 days ago
Open

OPG Deputyship and Guardianship Surety Bonds

The Authority is seeking to procure the provision of a service for surety bonds, for both deputyship bonds and guardianship (missing persons) bonds. The Surety Bonds requirement exists to safeguard individuals for whom a Deputy or Guardian has been appointed. In most cases, the Court of Protection requires Deputies or Guardians to provide a form of ‘security’ – a safeguard designed to protect the financial interests of individuals who lack capacity or who are missing. This security is typically provided in the form of a Surety Bond, which is guaranteed by an insurance company and remains standard practice under current legal arrangements.  The requirement is for a sole supplier to deliver the Surety Bonds for Deputies and Guadian’s consisting of:  Responsible and accountable for the end-to-end provision, administration and management of all Surety Bonds  Compliant with statutory obligations  There is an indicative launch date of September 2025, an indicative award date of November 2025 and Go Live date of March 2026. The proposed contract length will be for 6 years. Please note, that all key decisions including budgets, contract length and dates are yet to be approved through internal governance and therefore may change. This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority reserves the right to discontinue the tender process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding, and the Authority reserves the right at its absolute discretion to amend it at the time of issue or any further notices or at any other time.  The publication of this notice in no way obliges the Authority to commence any competitive tender process. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Katy Reed

Published 6 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete