Maldon District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | PS/2021/0001 Provision of Insurance Services (Excluding the Provision of Insurance Broking Services) |
Notice type: | Contract Notice |
Authority: | Maldon District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Provision of Insurance Services |
Published: | 25/06/2021 13:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Maldon District Council
Princes Road, Maldon, Essex, CM9 5DL, United Kingdom
Tel. +44 621732788, Email: debbie.white@maldon.gov.uk
Main Address: www.maldon.gov.uk
NUTS Code: UKH3
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-Essex:-Insurance-services./USM2VF64RF
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: PS/2021/0001 Provision of Insurance Services (Excluding the Provision of Insurance Broking Services)
Reference Number: PS/2021/0001
II.1.2) Main CPV Code:
66510000 - Insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of Insurance Services
II.1.5) Estimated total value:
Value excluding VAT: 800,000
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: Property/Material Damage
Lot No: 1
II.2.2) Additional CPV codes:
66515200 - Property insurance services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Lot 1 incorporates the following classes of business, Properties, General properties including buildings, contents and stock in any building or temporarily removed therefrom (including stock in the open) Business Interruption, The additional expenditure necessarily and reasonably incurred by the Insured. Additional expenditure, Gross Revenue, All Risks, Money, Computers, "All Risks" of physical loss or damage excluding losses from residual breakdown not recoverable from maintenance contracts, and malicious/accidental loss, distortion, corruption, misuse, contamination or ensure of programmes and/or information.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2021 / End: 30/09/2026
This contract is subject to renewal: Yes
Description of renewals: 2
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Council are seeking a 3 year long term agreement with the option to extend for a further 2 years
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/USM2VF64RF
II.2) Description Lot No. 2
II.2.1) Title: Crime
Lot No: 2
II.2.2) Additional CPV codes:
66515411 - Pecuniary loss insurance services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: This Lot incorporate crime - Indemnity in respect of money, securities and other property resulting directly from one or more fraudulent or dishonest acts
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2021 / End: 30/06/2026
This contract is subject to renewal: Yes
Description of renewals: 2
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Council are seeing a 3 year long term agreement with the option to extend for a further 2 years
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: Casualty
Lot No: 3
II.2.2) Additional CPV codes:
66516000 - Liability insurance services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: This lot incorporates Employers Liability, Public and Products Liability, Officials Indemnity, Land Charges, Libel and Slander, Hirers Liability
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2021 / End: 30/09/2026
This contract is subject to renewal: Yes
Description of renewals: The Council are seeking a 3 year long term agreement with an option to extend for a further 2 years
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Council are seeking a 3 year long term agreement with the option to extend for a further 2 years
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: Motor Fleet
Lot No: 4
II.2.2) Additional CPV codes:
66514110 - Motor vehicle insurance services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: This section incorporates the following private cars, Commercial Vehicles, Special Types. Any motor vehicle the property of the Insured and/or for which they are legally responsible.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2021 / End: 30/06/2026
This contract is subject to renewal: Yes
Description of renewals: The Council are seeking a 3 year long term agreement with the option to extend for a further 2 years
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Council are seeking a 3 year long term agreement with the option to extend for a further 2 years
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: Engineering Services
Lot No: 5
II.2.2) Additional CPV codes:
66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: This lot incorporates the following Engineering insurance, Engineering Inspection Services
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2021 / End: 30/06/2026
This contract is subject to renewal: Yes
Description of renewals: The Council are seeking a 3 year long term agreement with an option to extend for a further 2 years
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Council are seeking a 3 year long term agreement with an option to extend for a further 2 years
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:
As in the tender documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As in the tender documents
Minimum level(s) of standards possibly required (if applicable) :
As in the tender documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As in the tender documents
Minimum level(s) of standards possibly required (if applicable) :
As in the tender documents
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
As in the tender documents
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: 30/07/2021 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:
Until: 01/10/2021
IV.2.7) Conditions for opening of tenders:
Date: 30/07/2021
Time: 12:00
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
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Essex:-Insurance-services./USM2VF64RF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/USM2VF64RF
VI.4) Procedures for review
VI.4.1) Review body:
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621875727
VI.4.2) Body responsible for mediation procedures:
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621875727, Email: Debbie.white@maldon.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 lodging of appeals may be obtained:
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621875727
VI.5) Date Of Dispatch Of This Notice: 25/06/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Maldon District Council
Princes Road, Maldon, Essex, CM9 5DL, United Kingdom
Tel. +44 621732788, Email: debbie.white@maldon.gov.uk
Main Address: www.maldon.gov.uk
NUTS Code: UKH3
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: PS/2021/0001 Provision of Insurance Services (Excluding the Provision of Insurance Broking Services)
Reference number: PS/2021/0001
II.1.2) Main CPV code:
66510000 - Insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of Insurance Services
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 800,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Property/Material Damage
Lot No:1
II.2.2) Additional CPV code(s):
66515200 - Property insurance services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Lot 1 incorporates the following classes of business, Properties, General properties including buildings, contents and stock in any building or temporarily removed therefrom (including stock in the open) Business Interruption, The additional expenditure necessarily and reasonably incurred by the Insured. Additional expenditure, Gross Revenue, All Risks, Money, Computers, "All Risks" of physical loss or damage excluding losses from residual breakdown not recoverable from maintenance contracts, and malicious/accidental loss, distortion, corruption, misuse, contamination or ensure of programmes and/or information.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:The Council are seeking a 3 year long term agreement with the option to extend for a further 2 years
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/USM2VF64RF
II.2) Description (lot no. 2)
II.2.1) Title:Crime
Lot No:2
II.2.2) Additional CPV code(s):
66515411 - Pecuniary loss insurance services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: This Lot incorporate crime - Indemnity in respect of money, securities and other property resulting directly from one or more fraudulent or dishonest acts
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:The Council are seeing a 3 year long term agreement with the option to extend for a further 2 years
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:Casualty
Lot No:3
II.2.2) Additional CPV code(s):
66516000 - Liability insurance services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: This lot incorporates Employers Liability, Public and Products Liability, Officials Indemnity, Land Charges, Libel and Slander, Hirers Liability
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:The Council are seeking a 3 year long term agreement with the option to extend for a further 2 years
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:Motor Fleet
Lot No:4
II.2.2) Additional CPV code(s):
66514110 - Motor vehicle insurance services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: This section incorporates the following private cars, Commercial Vehicles, Special Types. Any motor vehicle the property of the Insured and/or for which they are legally responsible.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:The Council are seeking a 3 year long term agreement with the option to extend for a further 2 years
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:Engineering Services
Lot No:5
II.2.2) Additional CPV code(s):
66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: This lot incorporates the following Engineering insurance, Engineering Inspection Services
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:The Council are seeking a 3 year long term agreement with an option to extend for a further 2 years
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 000-014533
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: PS/20201/0001
Lot Number: 1
Title: Property/ Material Damage
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/09/2021
V.2.2) Information about tenders
Number of tenders received: 4
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: 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)
Protector Insurance, BR018117
7th Floor 3 Hardman Street, Manchester, M3 3HF, United Kingdom
NUTS Code: UKH3
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: 18,021.77
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: Crime
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Casualty
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/09/2021
V.2.2) Information about tenders
Number of tenders received: 4
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: 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)
Protector Insurance UK, BR018117
7th Floor, 3 Hardman Street, Manchester, M3 3HF, United Kingdom
NUTS Code: UKH3
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: 79,214.38
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: Motor Fleet
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/09/2021
V.2.2) Information about tenders
Number of tenders received: 4
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: 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)
Protector Insurance Uk, BR018117
7th Floor, 3 Hardman Street, Manchester, M3 3HF, United Kingdom
NUTS Code: UKH3
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: 11,839.84
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: Engineering Inspection and Insurance
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/09/2021
V.2.2) Information about tenders
Number of tenders received: 2
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: 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 Insurance Company, 00376989
Zurich House, 1 Gladiator Way, Farnborough, Hampshire, GU14 6GB, United Kingdom
NUTS Code: UKH3
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: 6,391,054
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=628484944
VI.4) Procedures for review
VI.4.1) Review body
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621875727
VI.4.2) Body responsible for mediation procedures
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621875727, Email: Debbie.white@maldon.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
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621875727
VI.5) Date of dispatch of this notice: 29/09/2021