Northern Housing Consortium Ltd has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Commercial Insurance Consultancy |
Notice type: | Contract Award Notice |
Authority: | Northern Housing Consortium Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Appoint a consultant to assist NHC in developing an insurance solution for our members, including: •Public Liability Insurance •Asbestos cover •Terrorism Cover •Cyber Liability Cover •Medical Malpractice Cover •Legionella Outbreak Cover •Pension Trustees Liability •Inadvertent Omission to insure •Environmental Impairment Liability •Cover for Commercial Building work •Life Insurance for Employees •Property and Casualty Insurance •Health Medical and Accident Insurance |
Published: | 31/05/2018 11:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000, Email: drew.frame@consortiumprocurement.org.uk
Contact: Drew Frame
Main Address: https://www.northern-consortium.org.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Other type:: Central Purchasing Body
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Commercial Insurance Consultancy
Reference number: Not Provided
II.1.2) Main CPV code:
66518100 - Insurance brokerage services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Appoint a consultant to assist NHC in developing an insurance solution for our members, including:
•Public Liability Insurance
•Asbestos cover
•Terrorism Cover
•Cyber Liability Cover
•Medical Malpractice Cover
•Legionella Outbreak Cover
•Pension Trustees Liability
•Inadvertent Omission to insure
•Environmental Impairment Liability
•Cover for Commercial Building work
•Life Insurance for Employees
•Property and Casualty Insurance
•Health Medical and Accident Insurance
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 180,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
66519310 - Insurance consultancy services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: We have appointed a single broker to work in collaboration with CP to develop the specifications, implement and manage a framework/DPS and test insurance providers.
The appointed Broker will establish a framework/DPS and manage the call offs (in collaboration with CP).
The final Framework/DPS must include provision for:
•Public Liability Insurance
•Asbestos cover
•Terrorism Cover
•Cyber Liability Cover
•Medical Malpractice Cover
•Legionella Outbreak Cover
•Pension Trustees Liability
•Inadvertent Omission to insure
•Environmental Impairment Liability
•Cover for Commercial Building work
•Life Insurance for Employees
•Property and Casualty Insurance
•Health Medical and Accident Insurance
II.2.5) Award criteria:
Quality criterion - Name: Procurement Process - Framework Solution / Weighting: 10
Quality criterion - Name: Procurement Process - DPS Solution / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Quality criterion - Name: Cost Sustainability / Weighting: 5
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Member Engagement / Weighting: 20
Quality criterion - Name: Terms and Conditions / Weighting: 15
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
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: We are looking to appoint a single provider for this service.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2018/S 31-67933
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Commercial Insurance Consultancy
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 09/05/2018
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Marsh Ltd
1 Tower Place West, Tower Place, London, EC3R 5BU, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 180,000,000
Total value of the contract/lot: 180,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The final framework/DPS will be available for all current and future Consortium Members, further information on who can access the solution is available at https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Full description of the framework/DPS process is included in the tender documents. See also:
Framework option: (See regulation 33 of Public Contract Regulations 2015)
DPS Option: (see regulation 34 of Public Contract Regulations 2015)
The duration of this agreement will be 60 months. This is based on 12 months work with the consultant to develop the Framework/DPS solution followed by 48 months management of the final Framework/DPS Solution
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=318746216
VI.4) Procedures for review
VI.4.1) Review body
See VI.4.3
Sunderland, United Kingdom
VI.4.2) Body responsible for mediation procedures
See VI.4.3
Sunderland, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures:
The Consortium (contracting authority) incorporated a minimum 10 calendar day standstill period following confirmation on the award of the agreement to Bidders. The Public Contracts Regulations 2015 (the Regulations) 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). As stated within the Regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 31/05/2018