Telford & Wrekin Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Insurance coverage and associated service |
Notice type: | Contract Notice |
Authority: | Telford & Wrekin Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Lot 1.Main Property 2.Commercial and Industrial Property 3.Fidelity Guarantee 4.Combined Liability 5.Motor Fleet 6.Personal Accident 7.Engineering Insurance and Inspection 8.Terrorism |
Published: | 10/02/2021 10:32 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383728, Email: elaine.north@telford.gov.uk
Contact: Elaine North
Main Address: www.telford.gov.uk, Address of the buyer profile: http://telford.g2b.info/
NUTS Code: UKG21
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-Telford:-Insurance-services./Y4EEX2G24Q
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Insurance-services./Y4EEX2G24Q 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 coverage and associated service
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: Lot
1.Main Property
2.Commercial and Industrial Property
3.Fidelity Guarantee
4.Combined Liability
5.Motor Fleet
6.Personal Accident
7.Engineering Insurance and Inspection
8.Terrorism
II.1.5) Estimated total value:
Value excluding VAT: 4,515,500
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: The Services have been divided into Lots and Tenderers are invited to bid for all or any of the Lots
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 Main Property
Lot No: Lot 1
II.2.2) Additional CPV codes:
66515100 - Fire insurance services.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: This Section incorporates the following classes of business:
1.1General Properties
1.2Darby House
1.3Local Education Authority Education Properties
1.4Abraham Darby Academy & Woodlands Primary
1.5Houseowners
1.6Business Interruption – Additional Expenditure
1.7Business Interruption – Gross Revenue
1.8Business Interruption - Rent Receivable
1.9Works in Progress – All Risks
1.10Money
1.11All Risks
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: 1,150,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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/Y4EEX2G24Q
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 Commercial and Industrial Property
Lot No: 2
II.2.2) Additional CPV codes:
66515200 - Property insurance services.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: This Lot incorporates the following classes of business:
•Property leased to Commercial tenants
•Loss of Rent
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:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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: Lot 3 Combined Liability
Lot No: 3
II.2.2) Additional CPV codes:
66516000 - Liability insurance services.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: This Lot incorporates the following classes of business:
•Employers Liability
•Public and Products Liability (including Libel and Slander)
•Officials and Professional Indemnity
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: 1,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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: Lot 4 Fidelity Guarantee
Lot No: 4
II.2.2) Additional CPV codes:
66515411 - Pecuniary loss insurance services.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: This Lot incorporates the following classes of business:
* Fidelity Guarantee
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: 125,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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: Lot 5 Motor Fleet
Lot No: 5
II.2.2) Additional CPV codes:
66514110 - Motor vehicle insurance services.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: Motor Fleet
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:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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: Lot 6 Personal Accident
Lot No: 6
II.2.2) Additional CPV codes:
66512000 - Accident and health insurance services.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: This Lot incorporates the following class of business:
•Main Group Personal Accident Policy
•Business Travel
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: 25,500
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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: Lot 7 Engineering Insurance and Inspection
Lot No: 7
II.2.2) Additional CPV codes:
66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: This Lot incorporates the following class of business:
Engineering Insurance
Engineering Inspection
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: 240,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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: Lot 8 Terrorism
Lot No: 8
II.2.2) Additional CPV codes:
66515000 - Damage or loss insurance services.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: Insurance cover for Property Damage and Business Interruption following Fire and/or Explosion caused by Terrorism
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: 225,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
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
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: 12/03/2021 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 12/03/2021
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: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
The Contracting Authority proposes to enter into one or more Contract(s) for an initial period of 3 Years with the option to extend for a further period of two years) with the successful Tenderer(s). The Estimated value at II.2.6) is the value of each Lot over (potentially) 5 years. Contracts will start on 1st April 2021.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Insurance-services./Y4EEX2G24Q
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y4EEX2G24Q
VI.4) Procedures for review
VI.4.1) Review body:
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383998
VI.4.2) Body responsible for mediation procedures:
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383998
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:
Telford & Wrekin Council
Civic Offices, Telford, TF3 4LF, United Kingdom
Tel. +44 1952383998
VI.5) Date Of Dispatch Of This Notice: 10/02/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383728, Email: elaine.north@telford.gov.uk
Contact: Elaine North
Main Address: www.telford.gov.uk, Address of the buyer profile: http://telford.g2b.info/
NUTS Code: UKG21
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 coverage and associated service
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: Lot
1.Main Property
2.Commercial and Industrial Property
3.Fidelity Guarantee
4.Combined Liability
5.Motor Fleet
6.Personal Accident
7.Engineering Insurance and Inspection
8.Terrorism
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,515,500
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 Main Property
Lot No:Lot 1
II.2.2) Additional CPV code(s):
66515100 - Fire insurance services.
II.2.3) Place of performance
Nuts code:
UKG21 - Telford and Wrekin
Main site or place of performance:
Telford and Wrekin
II.2.4) Description of the procurement: This Section incorporates the following classes of business:
1.1General Properties
1.2Darby House
1.3Local Education Authority Education Properties
1.4Abraham Darby Academy & Woodlands Primary
1.5Houseowners
1.6Business Interruption – Additional Expenditure
1.7Business Interruption – Gross Revenue
1.8Business Interruption - Rent Receivable
1.9Works in Progress – All Risks
1.10Money
1.11All Risks
II.2.5) Award criteria:
Not Provided
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/Y4EEX2G24Q
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 Commercial and Industrial Property
Lot No:2
II.2.2) Additional CPV code(s):
66515200 - Property insurance services.
II.2.3) Place of performance
Nuts code:
UKG21 - Telford and Wrekin
Main site or place of performance:
Telford and Wrekin
II.2.4) Description of the procurement: This Lot incorporates the following classes of business:
•Property leased to Commercial tenants
•Loss of Rent
II.2.5) Award criteria:
Not Provided
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:Lot 3 Combined Liability
Lot No:3
II.2.2) Additional CPV code(s):
66516000 - Liability insurance services.
II.2.3) Place of performance
Nuts code:
UKG21 - Telford and Wrekin
Main site or place of performance:
Telford and Wrekin
II.2.4) Description of the procurement: This Lot incorporates the following classes of business:
•Employers Liability
•Public and Products Liability (including Libel and Slander)
•Officials and Professional Indemnity
II.2.5) Award criteria:
Not Provided
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:Lot 4 Fidelity Guarantee
Lot No:4
II.2.2) Additional CPV code(s):
66515411 - Pecuniary loss insurance services.
II.2.3) Place of performance
Nuts code:
UKG21 - Telford and Wrekin
Main site or place of performance:
Telford and Wrekin
II.2.4) Description of the procurement: This Lot incorporates the following classes of business:
* Fidelity Guarantee
II.2.5) Award criteria:
Not Provided
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:Lot 5 Motor Fleet
Lot No:5
II.2.2) Additional CPV code(s):
66514110 - Motor vehicle insurance services.
II.2.3) Place of performance
Nuts code:
UKG21 - Telford and Wrekin
Main site or place of performance:
Telford and Wrekin
II.2.4) Description of the procurement: Motor Fleet
II.2.5) Award criteria:
Not Provided
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:Lot 6 Personal Accident
Lot No:6
II.2.2) Additional CPV code(s):
66512000 - Accident and health insurance services.
II.2.3) Place of performance
Nuts code:
UKG21 - Telford and Wrekin
Main site or place of performance:
Telford and Wrekin
II.2.4) Description of the procurement: This Lot incorporates the following class of business:
•Main Group Personal Accident Policy
•Business Travel
II.2.5) Award criteria:
Not Provided
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:Lot 7 Engineering Insurance and Inspection
Lot No:7
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:
UKG21 - Telford and Wrekin
Main site or place of performance:
Telford and Wrekin
II.2.4) Description of the procurement: This Lot incorporates the following class of business:
Engineering Insurance
Engineering Inspection
II.2.5) Award criteria:
Not Provided
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:Lot 8 Terrorism
Lot No:8
II.2.2) Additional CPV code(s):
66515000 - Damage or loss insurance services.
II.2.3) Place of performance
Nuts code:
UKG21 - Telford and Wrekin
Main site or place of performance:
Telford and Wrekin
II.2.4) Description of the procurement: Insurance cover for Property Damage and Business Interruption following Fire and/or Explosion caused by Terrorism
II.2.5) Award criteria:
Not Provided
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
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: 1
Title: Main Property
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/03/2021
V.2.2) Information about tenders
Number of tenders received: 5
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)
Travelers Insurance Company Limited, 01034343
1st Floor North, 61-63 London Road, Redhill, RH1 1NA, United Kingdom
NUTS Code: UKG21
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: 1,150,000
Total value of the contract/lot: 1,150,000
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: Commercial/Industrial Property
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/03/2021
V.2.2) Information about tenders
Number of tenders received: 6
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)
Travelers Insurance Company Limited, 01034343
1st Floor North, 61-63 London Road, Redhill, RH1 1NA, United Kingdom
NUTS Code: UKG21
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: 800,000
Total value of the contract/lot: 800,000
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: Casualty (& Claims Handling)
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/03/2021
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: 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)
Aon UK Limited (of which Maven Public Sector is a trading arm), N/A
The Leadenhall Building, 122 Leadenhall Street, London, EC3V 4AN, United Kingdom
NUTS Code: UKG21
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: 1,600,000
Total value of the contract/lot: 1,600,000
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: Fidelity Guarantee
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/03/2021
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: 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)
Risk Management Partners Limited, 02989025
67 Lombard Street, London, EC3V 9LJ, United Kingdom
NUTS Code: UKG21
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: 125,000
Total value of the contract/lot: 125,000
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: Motor Fleet
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/03/2021
V.2.2) Information about tenders
Number of tenders received: 5
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)
Risk Management Partners Limited, 02989025
67 Lombard Street, London, EC3V 9LJ, United Kingdom
NUTS Code: UKG21
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: 350,000
Total value of the contract/lot: 350,000
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: Group Personal Accident & Travel
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/03/2021
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: 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)
Aon UK LImited (of which Maven Public Sector is a trading arm), N/A
The Leadenhall Building, 122 Leadenhall Street, London, EC3V 4AN, United Kingdom
NUTS Code: UKG21
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: 25,500
Total value of the contract/lot: 25,500
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: Engineering Inspection & Insurance
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/03/2021
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: 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)
Ashdale Engineering, 06013500
82-84 Shirehampton Road, Stoke Bishop, Bristol, BS9 2DR, United Kingdom
NUTS Code: UKG21
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 240,000
Total value of the contract/lot: 240,000
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: Terrorism
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/03/2021
V.2.2) Information about tenders
Number of tenders received: 6
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)
Alesco Risk Management Services Ltd, 06518638
The Walbrook Building, 25 Wallbrook, London, EC4 N 8AW, United Kingdom
NUTS Code: UKG21
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: 225,000
Total value of the contract/lot: 225,000
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.
The Contracting Authority proposes to enter into one or more Contract(s) for an initial period of 3 Years with the option to extend for a further period of two years) with the successful Tenderer(s). The Estimated value at II.2.6) is the value of each Lot over (potentially) 5 years. Contracts will start on 1st April 2021.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=588230423
VI.4) Procedures for review
VI.4.1) Review body
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383998
VI.4.2) Body responsible for mediation procedures
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383998
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
Telford & Wrekin Council
Civic Offices, Telford, TF3 4LF, United Kingdom
Tel. +44 1952383998
VI.5) Date of dispatch of this notice: 22/04/2021