Financial Services Compensation Scheme has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Independent Insurance Claims Handling Services |
Notice type: | Contract Award Notice |
Authority: | Financial Services Compensation Scheme |
Nature of contract: | Services |
Procedure: | Award without prior publication |
Short Description: | Handling of FSCS protected claims in respect of Independent Insurance Company Ltd. |
Published: | 17/01/2025 13:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758194, Email: procurement@fscs.org.uk
Main Address: www.fscs.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: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Economic and financial affairs
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Independent Insurance Claims Handling Services
Reference number: Not Provided
II.1.2) Main CPV code:
66510000 - Insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Handling of FSCS protected claims in respect of Independent Insurance Company Ltd.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,005,600
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
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: For the provision of claims handling services in relation to IICL
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 0
Cost criterion - Name: Price / Weighting: 0
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)
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
Not Provided
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: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/12/2024
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Western Mortgage Services Limited, 03191608
2 Kingdom Street, Paddington, London, W2 6BD, 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: Not Provided
Total value of the contract/lot: 4,005,600
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 initial contract duration is until 31st March 2027. There will be an option for FSCS to extend the contract from the expiry of the Initial Term on up to 2 occasions for a maximum duration of up to 12 months on each of those occasions. Please note in relation to Section II.2.5) Award Criteria. Due to the process, the default values of the notices have been entered
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=861817177
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
The Strand, London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/01/2025
ANNEX D
1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU
No tenders or no suitable tenders/requests to participate in response to: Not Provided
The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No
Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Service contract to be awarded to the winner or one of winners under the rules of a design contest: No
Purchase of supplies or services on particularly advantageous terms: No
3. Explanation
FSCS has awarded the contract to Western Mortgage Services Limited (WMSL) under Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 on the basis that the services can only be provided by that firm as competition is absent for technical reasons and no reasonable alternative exists. This is for two principal reasons. Specifically, this contract is for Independent Insurance Company Limited (in liquidation) (“IICL”) insurance run-off claims handling for FSCS in the context of FSCS carrying out its public law statutory function. It is a technical exercise requiring a unique set of knowledge and skills and not simply an administrative or straightforward claims handling. The complex and bespoke nature of the service (and vulnerable nature of individuals benefitting from it) means that a particularly experienced and skilled cohort of staff is essential for the delivery to the required quality standards. FSCS does not consider that it would be possible for any other provider to develop sufficient skills and knowledge nor to recruit and train sufficiently qualified staff within an acceptable time period, leading to an unacceptably long transition period, given the initial contract term of only two years. Such a long transition period would have an adverse effect on timely meeting of claims and risk destabilising service provision. FSCS therefore considers that to award the contract to an alternative provider would lead to an unacceptable degree of risk to performance of the services and FSCS being able to discharge its statutory duties. The documentation and data required for the ongoing work is held across a number of platforms, some dating back many years and incompatible with current technology. The firm appointed needs full access to, and ability to use, all such documentation and data as it relates to FSCS “protected claims” to carry out the work. As a result, the identification, conversion, extraction and migration of the relevant data to a state and platform which would be usable by any service provider other than this company (or an associated company) would be so complex, time-consuming and costly as to be prohibitive. In addition, aspects of the arrangement are subject to confidentiality obligations to which FSCS is not a party, adding further complication. All of FSCS’s requirements for this service are objectively justified by the nature, complexity and context of the services, factors relating to the individuals making the relevant claims, the way in which documents and data are held and the existence of third party confidentiality arrangements to which FSCS is not a party. The absence of competition is not the result of an artificial narrowing of the parameters of the procurement and no reasonable alternative exists. It is not reasonable to relax any of the above requirements as this would expose FSCS and its customers to an unacceptable degree of risk.