Northern Housing Consortium Ltd : Commercial Insurance Consultancy

  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

UK-Sunderland: Insurance brokerage services.

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




View any Notice Addenda

View Award Notice