Skip to main content.

Gibbs Laidler Consulting LLP: Provision of General (non-life) Insurance and related services to Watmos Community Homes

  Gibbs Laidler Consulting LLP is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of General (non-life) Insurance and related services to Watmos Community Homes
Notice type: Contract Notice
Authority: Gibbs Laidler Consulting LLP
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 Watmos Community Homes
Published: 10/05/2019 12:33
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-Walsall: Insurance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Watmos Community Homes
             116-120 Lichfield Street, Walsall, WS1 1SZ, United Kingdom
             Tel. +44 7841632923, Email: jeremy.flint@gibbslaidler.co.uk
             Contact: Our Consultant for this project (jeremy.flint@gibbslaidler.co.uk)
             Main Address: www.watmos.org.uk, Address of the buyer profile: www.watmos.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://gibbslaidler.delta-esourcing.com/tenders/UK-UK-Walsall:-Insurance-services./DZ9686D6GB
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://gibbslaidler.delta-esourcing.com/ 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 General (non-life) Insurance and related services to Watmos Community Homes       
      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 Watmos Community Homes       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,000,000       
      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: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lots 1 & 2 will be individually evaluated and therefore multiple awards may result.
Lot 3 is an optional Lot that combines Lots 1 & 2 and may be awarded instead of Lots 1-2.
Where the respondent is an insurance broker, it may choose to place the insurance(s) required within each Lot with different insurers and full details of the risk carriers 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 Watmos Community Homes       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      66510000 - Insurance services.
      66513100 - Legal expenses insurance services.
      66513200 - Contractor's all-risk insurance services.
      66515000 - Damage or loss insurance services.
      66515200 - Property insurance services.
      66515410 - Financial loss insurance services.
      66515411 - Pecuniary 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:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A programme of General Insurance and related services for Watmos Community Homes, excluding Engineering insurance/inspection contract (see Lot 2). 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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 27/09/2019 / End: 26/09/2022       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial contract term is 3 years (or periods of insurance) with an option to extend by up to 2 years (or periods of insurance), subject to satisfactory performance. The estimated contract value is based upon the 5 year potential term.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 7       
      Objective criteria for choosing the limited number of candidates: This will be a 2 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 are 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: Watmos Community Homes will consider entering into long term agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance), with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.
      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 per Tender documentation.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Engineering Insurance and an associated Inspection Contract.       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      66518000 - Insurance brokerage and agency services.
      66519200 - Engineering insurance services.
      71631000 - Technical inspection services.
      71631100 - Machinery-inspection services.
      71632200 - Non-destructive testing services.
      66510000 - Insurance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Engineering Insurance and an associated programme of inspections for statutory and other items of engineering plant and equipment including Lifts. The Contracting Authority may require that Lifting Operations and Lifting Equipment Regulations 1998 (LOLER) Certification is planned 5 monthly, which will allow the Association one month to rebook appointments where access has not been gained. In addition, the Contracting Authority requires that the delivery of LOLER visits is done in line with its 'No access process', this includes evidenced appointments and records of any appointment failures.
      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: 100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 27/09/2019 / End: 26/09/2022       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial contract term is 3 years (or periods of insurance) with an option to extend by up to two years (or periods of insurance), subject to satisfactory performance. The estimated Contract value is based upon the five year potential term.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 7       
      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 for each Lot will be ranked according to the highest score achieved for the specific Lot and may be rejected in reverse order to achieve our maximum number of operators for each Lot of the ITT stage.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Watmos Community Homes will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance), with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.
      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 per Tender documentation.       
II.2) Description Lot No. 3
      
      II.2.1) Title: An optional Lot enabling Watmos Community Homes to consider a combined Award of all insurance and related services required under Lots 1 & 2.       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      66510000 - Insurance services.
      66513100 - Legal expenses insurance services.
      66513200 - Contractor's all-risk insurance services.
      66515000 - Damage or loss insurance services.
      66515200 - Property insurance services.
      66515410 - Financial loss insurance services.
      66515411 - Pecuniary 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.
      66519200 - Engineering insurance services.
      66519500 - Loss adjustment services.
      71631000 - Technical inspection services.
      71631100 - Machinery-inspection services.
      71632200 - Non-destructive testing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: An optional Lot enabling Watmos Community Homes to consider a combined Award of all insurance and related services required under Lots 1 & 2. Watmos reserves its right to award Lots 1 & 2, or Lot 3 at its sole discretion. Each Lot will be fairly and individually evaluated.
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 27/09/2019 / End: 26/09/2022       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial contract term is 3 years (or periods of insurance) with an option to extend by up to two years (or periods of insurance), subject to satisfactory performance. The estimated Contract value is based upon the five year potential term.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 7       
      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 for each Lot will be ranked according to the highest score achieved for the specific Lot and may be rejected in reverse order to achieve our maximum number of operators for each Lot of the ITT stage. Selection Criteria for the SQ stage are summarised in this Contract notice but will be more fully 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: Watmos Community Homes will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance), with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.
      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 per Tender documentation       


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 5 years, plus details of 3 clients currently receiving similar services. Potential suppliers will be asked to evidence permissions 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 2 years reports and accounts.    
      Minimum level(s) of standards possibly required (if applicable) :       
      The financial ability to deliver the programme, including insurers with a minimum Rating of “BBB” from Standard and Poor, “B++” from A M Best, or an equivalent rating by an independent and reputable Credit Rating Agency and approved by the bidder’s Market Security Committee. In the case of any Rating less than A-, Watmos Community Homes will evaluate and accept the nominated Insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the Bid deadline of the Bidder’s Market Security Committee’s latest report, including written recommendation from the bidder’s Market Security Committee.    
      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:          
      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: Yes.
   IV.1.5) Information about negotiation: Yes.
   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: 10/06/2019 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 11/06/2019       
      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: 27/09/2019
      
      

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 Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

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 this Notice, 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://gibbslaidler.delta-esourcing.com/tenders/UK-UK-Walsall:-Insurance-services./DZ9686D6GB

To respond to this opportunity, please click here:
https://gibbslaidler.delta-esourcing.com/respond/DZ9686D6GB
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 10/05/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Walsall: Insurance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Watmos Community Homes
       116-120 Lichfield Street, Walsall, WS1 1SZ, United Kingdom
       Tel. +44 7841632923, Email: jeremy.flint@gibbslaidler.co.uk
       Contact: Our Consultant for this project is Gibbs Laidler LLP
       Main Address: www.watmos.org.uk, Address of the buyer profile: www.watmos.org.uk
       NUTS Code: UK

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

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

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Provision of General (non-life) Insurance and related services to Watmos Community Homes            
      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 Watmos Community Homes

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

   II.2) Description (lot no. 1)
   

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

      II.2.2) Additional CPV code(s):
            66510000 - Insurance services.
            66513100 - Legal expenses insurance services.
            66513200 - Contractor's all-risk insurance services.
            66515000 - Damage or loss insurance services.
            66515200 - Property insurance services.
            66515410 - Financial loss insurance services.
            66515411 - Pecuniary 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:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: A programme of General Insurance and related services for Watmos Community Homes, excluding Engineering insurance/inspection contract (see Lot 2). 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:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Watmos Community Homes entered into long term agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance), with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.

      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 per Tender documentation.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Engineering Insurance and an associated Inspection Contract.   
      Lot No:2

      II.2.2) Additional CPV code(s):
            66518000 - Insurance brokerage and agency services.
            66519200 - Engineering insurance services.
            71631000 - Technical inspection services.
            71631100 - Machinery-inspection services.
            71632200 - Non-destructive testing services.
            66510000 - Insurance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Engineering Insurance and an associated programme of inspections for statutory and other items of engineering plant and equipment including Lifts. The Contracting Authority may require that Lifting Operations and Lifting Equipment Regulations 1998 (LOLER) Certification is planned 5 monthly, which will allow the Association one month to rebook appointments where access has not been gained. In addition, the Contracting Authority requires that the delivery of LOLER visits is done in line with its 'No access process', this includes evidenced appointments and records of any appointment failures.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Watmos Community Homes entered into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance), with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.

      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 per Tender documentation.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:An optional Lot enabling Watmos Community Homes to consider a combined Award of all insurance and related services required under Lots 1 & 2.   
      Lot No:3

      II.2.2) Additional CPV code(s):
            66510000 - Insurance services.
            66513100 - Legal expenses insurance services.
            66513200 - Contractor's all-risk insurance services.
            66515000 - Damage or loss insurance services.
            66515200 - Property insurance services.
            66515410 - Financial loss insurance services.
            66515411 - Pecuniary 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.
            66519200 - Engineering insurance services.
            66519500 - Loss adjustment services.
            71631000 - Technical inspection services.
            71631100 - Machinery-inspection services.
            71632200 - Non-destructive testing services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: An optional Lot enabling Watmos Community Homes to consider a combined Award of all insurance and related services required under Lots 1 & 2. Watmos reserves its right to award Lots 1 & 2, or Lot 3 at its sole discretion. Each Lot will be fairly and individually evaluated.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Watmos Community Homes entered into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance), with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.

      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 per Tender documentation


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: 2019/S 92-222796
      
   

   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: 1    
   Lot Number: 1    
   Title: A programme of General Insurance and related services for Watmos Community Homes

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 29/08/2019

      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)
             Marsh Limited, 01507274
             1 Tower Place West, Tower Place, London, 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          
         Lowest offer: 377,220 / Highest offer: 521,634
         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: 90%                   
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: Engineering Insurance and an associated Inspection Contract.

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 29/08/2019

      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)
             Zurich Insurance plc (UK Branch) trading as Zurich Municipal, BR000105
             The Zurich Centre, 3000 Parkway, Whiteley, Fareham, 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          
         Lowest offer: 28,398 / Highest offer: 45,636
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 3    
   Title: An optional Lot enabling Watmos Community Homes to consider a combined Award of all insurance and related services required under Lots 1 & 2.

   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      

Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=549383265

   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 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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 02/12/2020