Borough Council of King's Lynn & West Norfolk is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Insurance Services |
Notice type: | Contract Notice |
Authority: | Borough Council of King's Lynn & West Norfolk |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Council requires Insurance cover across 12 different categories, these are split into 12 separate Lots. Bidders may tender for any number of these Lots. |
Published: | 06/09/2021 10:21 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Borough Council of King's Lynn & West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
Main Address: www.west-norfolk.gov.uk
NUTS Code: UKH16
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Insurance-services./8J6UWNEZ82
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Insurance Services
Reference Number: BCKLWN211
II.1.2) Main CPV Code:
66510000 - Insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Council requires Insurance cover across 12 different categories, these are split into 12 separate Lots. Bidders may tender for any number of these Lots.
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Material Damage, Business Interruption, Money, Specified All Risks
Lot No: 1
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Material Damage, Business Interruption, Money and Specified All Risks. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/8J6UWNEZ82
II.2) Description Lot No. 2
II.2.1) Title: Fine Art
Lot No: 2
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Fine Art. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 75,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Property Owners - Retail and Industrial/Commercial
Lot No: 3
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Property Owners - Retail and Industrial/Commercial. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Houseowner
Lot No: 4
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Houseowner. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 50,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Employer’s Liability, Public/Products Liability, Officials Indemnity, Libel & Slander, Land Charges, Public Health Act, Professional Indemnity
Lot No: 5
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Employer’s Liability, Public/Products Liability, Officials Indemnity, Libel & Slander, Land Charges, Public Health Act, Professional Indemnity. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 6
II.2.1) Title: Director’s and Officer’s Liability
Lot No: 6
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Director’s and Officer’s Liability. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 45,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 7
II.2.1) Title: Crime
Lot No: 7
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Crime. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 25,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 8
II.2.1) Title: Personal Accident
Lot No: 8
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Personal Accident. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 10,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 9
II.2.1) Title: Computer
Lot No: 9
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Computer. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 20,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 10
II.2.1) Title: Engineering - Inspection and Insurance
Lot No: 10
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Engineering - Inspection and Insurance. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 120,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 11
II.2.1) Title: Engineering - Business Interruption
Lot No: 11
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Engineering - Business Interruption. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 5,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 12
II.2.1) Title: Motor Fleet - General Vehicles and Lease Car
Lot No: 12
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: Insurance Cover required for Motor Fleet – General Vehicles and Lease Car. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2022 / End: 31/12/2024
This contract is subject to renewal: Yes
Description of renewals: The contract will run for an initial period of three years with provision for the Council to offer an extension of up to a further two years, likely to be on a one plus one year basis.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
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
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/10/2021 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 18/10/2021
Time: 10:00
Place:
Council Offices
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years if contract is extended
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Insurance-services./8J6UWNEZ82
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8J6UWNEZ82
VI.4) Procedures for review
VI.4.1) Review body:
Borough Council of King's Lynn & West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: monitoringofficer@west-norfolk.gov.uk
Internet address: www.west-norfolk.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/09/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Borough Council of King's Lynn & West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
Main Address: www.west-norfolk.gov.uk
NUTS Code: UKH16
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:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Insurance Services
Reference number: BCKLWN211
II.1.2) Main CPV code:
66510000 - Insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Council requires Insurance cover across 12 different categories, these are split into 12 separate Lots. Bidders may tender for any number of these Lots.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,100,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Material Damage, Business Interruption, Money, Specified All Risks
Lot No:1
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Material Damage, Business Interruption, Money and Specified All Risks. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/8J6UWNEZ82
II.2) Description (lot no. 2)
II.2.1) Title:Fine Art
Lot No:2
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Fine Art. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 3)
II.2.1) Title:Property Owners - Retail and Industrial/Commercial
Lot No:3
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Property Owners - Retail and Industrial/Commercial. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 4)
II.2.1) Title:Houseowner
Lot No:4
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Houseowner. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 5)
II.2.1) Title:Employer’s Liability, Public/Products Liability, Officials Indemnity, Libel & Slander, Land Charges, Public Health Act, Professional Indemnity
Lot No:5
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Employer’s Liability, Public/Products Liability, Officials Indemnity, Libel & Slander, Land Charges, Public Health Act, Professional Indemnity. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 6)
II.2.1) Title:Director’s and Officer’s Liability
Lot No:6
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Director’s and Officer’s Liability. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 7)
II.2.1) Title:Crime
Lot No:7
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Crime. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 8)
II.2.1) Title:Personal Accident
Lot No:8
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Personal Accident. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 9)
II.2.1) Title:Computer
Lot No:9
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Computer. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 10)
II.2.1) Title:Engineering - Inspection and Insurance
Lot No:10
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Engineering - Inspection and Insurance. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 11)
II.2.1) Title:Engineering - Business Interruption
Lot No:11
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Engineering - Business Interruption. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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
II.2) Description (lot no. 12)
II.2.1) Title:Motor Fleet - General Vehicles and Lease Car
Lot No:12
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: Insurance Cover required for Motor Fleet – General Vehicles and Lease Car. Full details are available in the Invitation to Tender.
II.2.5) Award criteria:
Quality criterion - Name: Cover Provided / Weighting: 30
Quality criterion - Name: Service Standards / Weighting: 5
Quality criterion - Name: Claims Handling / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Annual Premium / Weighting: 45
Cost criterion - Name: Financial Certainty / Weighting: 5
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: 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: 2021/S 000-022031
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: 1
Title: Material Damage, Business Interruption, Money, Specified All Risks
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 360,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Fine Art
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Blackwall Green, 556418-5014
The Wallbrook Building, 25 Wallbrook, London, EC4N 8AW, United Kingdom
Tel. +44 2072344507, Email: jonty_fyler@blackwallgreen.com
NUTS Code: UKI
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: 60,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Property Owners
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 340,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 4
Title: Houseowner
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 22,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Employer’s Liability, Public/Products Liability, Officials Indemnity, Libel & Slander, Land Charges, Public Health Act, Professional Indemnity
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 840,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 6
Title: Director's & Officer's Liability
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
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: 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)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 11,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 7
Title: Crime
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
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: 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)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 20,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: Not Provided
Lot Number: 8
Title: Personal Accident
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 9,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.9)
Contract No: Not Provided
Lot Number: 9
Title: Computer
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Risk Management Partners Ltd, 02989025
67 Lombard Street, London, EC3V 9LJ, United Kingdom
Tel. +44 2072041800, Email: selina.walkley@rmpartners.co.uk
NUTS Code: UKI
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: 23,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.10)
Contract No: Not Provided
Lot Number: 10
Title: Engineering Inspection & Insurance
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 140,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.11)
Contract No: Not Provided
Lot Number: 11
Title: Engineering Business Interruption
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 5,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.12)
Contract No: Not Provided
Lot Number: 12
Title: Motor Fleet - General and Lease Car Vehicles
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/12/2021
V.2.2) Information about tenders
Number of tenders received: 4
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: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Municipal, BR007985
Zurich House, 2 Gladiator Way, Farnborough, GU14 6GB, United Kingdom
Tel. +44 8000966233, Email: graham.page@uk.zurich.com
NUTS Code: UKJ37
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: 270,000
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=658359000
VI.4) Procedures for review
VI.4.1) Review body
Borough Council of King's Lynn & West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: monitoringofficer@west-norfolk.gov.uk
Internet address: www.west-norfolk.gov.uk
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: 19/01/2022