Mhs Homes: Provision of Insurance and related services to mhs home Group

  Mhs Homes is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Insurance and related services to mhs home Group
Notice type: Contract Notice
Authority: Mhs Homes
Nature of contract: Services
Procedure: Negotiated
Short Description: Insurance and related services for Property, Legal Liability and other general non-life insurable risks, as required by mhs homes Group.
Published: 13/11/2017 09:25
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Chatham: Insurance services.
Section I: Contracting Authority
      I.1) Name and addresses
             mhs homes Group
             Broadside, Leviathan Way, Chatham, ME4 4LL, United Kingdom
             Email: alexandra.hackwell@mhs.org.uk
             Contact: Either the person named below, or our Consultant for this project (jeremy.flint@gibbslaidler.co.uk)
             Main Address: http://www.mhs.org.uk
             NUTS Code: UKJ4
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Chatham:-Insurance-services./8GH9C4X9JT
      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
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of Insurance and related services to mhs home Group       
      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: Insurance and related services for Property, Legal Liability and other general non-life insurable risks, as required by mhs homes Group.       
      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: maximum number of lots: 3
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The contracting authority ideally seeks a single provider for all Lots. Lots 1-3 will however be individually evaluated and therefore multiple awards may result.
Where the respondent is an insurance Broker, it may choose to place the insurance(s) required within Lot 1 withdifferent insurers at its discretion, but full details of the risk carrier(s) will be required, for evaluation purposes.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: A programme of General Insurance and related services for mhs homes Group       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      66513100 - Legal expenses insurance services.
      66513200 - Contractor's all-risk insurance services.
      66515000 - Damage or loss insurance services.
      66515100 - Fire insurance services.
      66515200 - Property insurance services.
      66515410 - Financial loss insurance services.
      66516000 - Liability insurance services.
      66516400 - General liability insurance services.
      66516500 - Professional liability insurance services.
      66517300 - Risk management insurance services.
      66518000 - Insurance brokerage and agency services.
      66519500 - Loss adjustment services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: A programme of General Insurance and related services for mhs homes Group, excluding Motor Fleet risks and Engineering Insurance/Inspection contract.
The programme will require Insurance and related services for risks that may include but not be limited to: property damage and business interruption, Employers, Public, Products and Property Owners liability, Business Combined/Office, Money, All Risks, Computer, Contract Works, Group Personal Accident, Professional Indemnity, Fidelity Guarantee/Crime, Employment Practices Liability, Cyber and 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: 1,800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2018 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: mhs homes Group will consider entering into Long Term Agreements with the bidder and/or the risk carriers proposed by the bidder, for three years (or three periods of insurance), with an option to extend the award period by up to two further years, subject to satisfactory service, performance and cost.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certainrequired minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standardsat SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order toachieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated inthe SQ documentation.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: mhs homes Group will consider entering into Long Term Agreements with the bidder and/or the bidder'sproposed Risk Carriers for three years (or three periods of insurance), with an option to extend the award periodsubject to service, performance and cost.
Bidders should note that that Leaseholders and Shared Owners may not be entered into any Long TermAgreement.
      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: As stated in Tender documents.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and OccasionalBusiness Use)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      66514110 - Motor vehicle insurance services.
      66516100 - Motor vehicle liability insurance services.
      66518000 - Insurance brokerage and agency services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and OccasionalBusiness use extensions)
      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: 150,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2018 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: mhs Homes Group will consider entering into Long Term Agreements with the bidder and/or the risk carriers proposed by the bidder, for three years (or three periods of insurance), with an option to extend the award period by up to two further years, subject to satisfactory service, performance and cost.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: mhs Homes Group will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk Carriers for three years (or three periods of insurance), with an option to extend the award period subject to service, performance and cost.
      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: As stated in Tender documents.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Engineering Insurance and an associated Inspection Contract       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71630000 - Technical inspection and testing services.
      71631000 - Technical inspection services.
      71631100 - Machinery-inspection services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Engineering Inspection contract for items of lifting plant, pressure plant, playgrounds and the like, all owned or managed by mhs Homes Group.
      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: 01/04/2018 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: mhs Homes Group will consider entering into Long Term Agreements with the bidder and/or the risk carriers proposed by the bidder, for three years (or three periods of insurance), with an option to extend the award period by up to two further years, subject to satisfactory service, performance and cost.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: mhs Homes Group will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk Carriers for three years (or three periods of insurance), with an option to extend the award period subject to service, performance and cost.
      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: As stated in Tender documents.       


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:          
      Potential suppliers will be required to provide an overview of services provided to property owners, public sector organisations, social landlords or other relevant organisations over the past five years, plus details of three clients currently receiving similar services. Potential suppliers will be asked to evidence permission by the FCA,PRA or other appropriate regulatory authority indicating the types of insurance/service the bidder is authorised to arrange or provide.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      The tender documents will require providers to produce financial information in relation to the type of services offered, including but not limited to three years reports and accounts.    
      Minimum level(s) of standards possibly required (if applicable) :       
      The financial ability to deliver the programme, including Insurers that are at least ‘A-’ rated by Standard and Poor's (or equivalent rating by a recognised and independent Rating Agency).
In the case of the latter, MHS Homes Group will evaluate and accept the Insurer(s) at its sole discretion, and may require prior to the Bid deadline the Bidder's Market Security Committee’s latest report, including written opinion from the bidder’s Committee around the suitability of the Insurer's standard of solvency and claims paying ability.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      The tender documents will require providers to detail their relevant professional experience, resource, skills, qualifications and quality control practices.    
      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          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
For Insurance services, Insurers authorised under the Financial Services and Markets Act 2000, Insurance Companies Act 1982 (and any other statutory modifications thereof) and regulated by the Prudential Regulation Authority, UK Financial Conduct Authority, or equivalent in another member state of the European Economic Area.
Insurance Brokers registered with and regulated by the Financial Conduct Authority.    
      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: Yes    

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
   
   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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   IV.1.5) Information about negotiation: No.
   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: No       
   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: 13/12/2017 Time: 13:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/12/2017       
      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: 01/04/2018
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Between 3 or 5 years from the date of this Notice.
   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.Bidders should note that for reasons of Confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.
At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chatham:-Insurance-services./8GH9C4X9JT

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8GH9C4X9JT
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will enter into this contract following a 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved Parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The Cabinet Office
       Londond, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 13/11/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Chatham: Insurance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       MHS Homes Group
       Broadside, Leviathan Way, Chatham, ME4 4LL, United Kingdom
       Email: alexandra.hackwell@mhs.org.uk
       Contact: Either the person named below, or our Consultant for this project (jeremy.flint@gibbslaidler.co.uk)
       Main Address: http://www.mhs.org.uk
       NUTS Code: UKJ4

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Provision of Insurance and related services to MHS Homes Group            
      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: Insurance and related services for Property, Legal Liability and other general non-life insurable risks, as required by MHS Homes Group.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,211,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:A programme of General Insurance and related services for MHS Homes Group   
      Lot No:1

      II.2.2) Additional CPV code(s):
            66513100 - Legal expenses insurance services.
            66513200 - Contractor's all-risk insurance services.
            66515000 - Damage or loss insurance services.
            66515100 - Fire insurance services.
            66515200 - Property insurance services.
            66515410 - Financial loss insurance services.
            66516000 - Liability insurance services.
            66516400 - General liability insurance services.
            66516500 - Professional liability insurance services.
            66517300 - Risk management insurance services.
            66518000 - Insurance brokerage and agency services.
            66519500 - Loss adjustment services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: A programme of General Insurance and related services for MHS Homes Group, excluding Motor Fleet risks and Engineering Insurance/Inspection contract. The programme required Insurance and related services for risks including but not limited to: property damage and business interruption, Employers, Public, Products and Property Owners liability, Business Combined/Office, Money, All Risks, Computer, Contract Works, Group Personal Accident, Professional Indemnity, Fidelity Guarantee/Crime, Employment Practices Liability, Cyber and Terrorism

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Price / Weighting: 30
      Cost criterion - Name: Cost Certainty / Sustainability over the duration of the Award period / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:MHS Homes Group has entered into Long Term Agreements with the bidder and/or the bidder's proposed Risk Carriers for three years (or three periods of insurance), with an option to extend the award period subject to service, performance and cost.

      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: As stated in Tender documents.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and OccasionalBusiness Use)   
      Lot No:2

      II.2.2) Additional CPV code(s):
            66514110 - Motor vehicle insurance services.
            66516100 - Motor vehicle liability insurance services.
            66518000 - Insurance brokerage and agency services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and OccasionalBusiness use extensions)

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Cost / Weighting: 50
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:MHS Homes Group has entered into a Long Term Agreement with the bidder and/or the bidder's proposed Risk Carriers for three years (or three periods of insurance), with an option to extend the award period subject to service, performance and cost.

      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: As stated in Tender documents.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Engineering Insurance and an associated Inspection Contract   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71630000 - Technical inspection and testing services.
            71631000 - Technical inspection services.
            71631100 - Machinery-inspection services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Engineering Inspection contract for items of lifting plant, pressure plant, playgrounds and the like, all owned or managed by MHS Homes Group.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Price / Weighting: 30
      Cost criterion - Name: Cost certainty / sustainability over the duration of the Award period / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:MHS Homes Group has entered into a Long Term Agreement with the bidder and/or the bidder's proposed Risk Carrier for three years (or three periods of insurance), with an option to extend the award period subject to service, performance and cost.

      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: As stated in Tender documents.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2017/S 219-455441
      
   

   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 Programme of Insurance and related services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: 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)
             JLT Specialty
             First Floor, Columbia Centre, Station Road, Bracknell, RG12 1LP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 955,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  Proportion: 5%                   
         Short description of the part of the contract to be subcontracted:
          Claims service will be contracted to a nominated third party provider.          

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Motor Insurance & related services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: 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)
             JLT Specialty
             First Floor, Columbia Centre, Station Road, Bracknell, RG12 1LP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 192,000
         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: Engineering Insurance & Inspection

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 1 (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)
             Ashdale Engineering
             14 Orion House, Nelson Quay, Milford Haven, Pembrokeshire, SA73 3AZ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 65,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=313571076

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of England and Wales
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Contracting Authority entered into this contract following successful completion of a 10 calendar day standstill period.

      VI.4.4) Service from which information about the review procedure may be obtained
          The Cabinet Office
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 18/04/2018