UK-LONDON: Insurance brokerage services.
UK-LONDON: Insurance brokerage services.
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Trinity House
TRINITY HOUSE, TOWER HILL, LONDON, EC3N 4DH, United Kingdom
Tel. +44 1255245000, Email: etender@trinityhouse.co.uk
Main Address: https://www.trinityhouse.co.uk/
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: Yes
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:
Other activity: Aids to Navigation for England, Wales, the Channel Islands, Gibraltar, Scotland, the Isle of Man, Northern Ireland and the Republic of Ireland
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Brokerage, Provision and Management of Insurance Requirements for the General Lighthouse Authorities (GLA's)
Reference number: T0541
II.1.2) Main CPV code:
66518100 - Insurance brokerage services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Corporation of Trinity House on behalf of itself and the other General Lighthouse Authorities (GLAs) of the United Kingdom and The Republic of Ireland invites potential tenderers to submit a proposal for the brokerage, provision and management of insurance requirements for the GLAs between 2025 - 2028, with possible extensions to 2030. This will require the successful tenderer to place, and thereafter manage, the GLAs’ protection and indemnity and war risk insurance requirements, as described in the General Lighthouse Authorities' Register of Major Insurances and Trinity House Non-Marine Insurances from 20th February 2025 and the other insurances as described in the register from 1st April 2025. The General Lighthouse Authorities' Register of Major Insurances and Trinity House Non-Marine Insurances will be included as an annex to the Invitation to Tender. It is anticipated that the tender will result in a fixed price brokerage contract for three years, with an option to extend the contract for a further period of 12 months and a subsequent 12 months thereafter, at the GLAs’ sole discretion.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 6,144,762.94
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
IE - IRELAND
Main site or place of performance:
UNITED KINGDOM
IRELAND
II.2.4) Description of the procurement: The Corporation of Trinity House on behalf of itself and the other General Lighthouse Authorities (GLAs) of the United Kingdom and The Republic of Ireland invites potential tenderers to submit a proposal for the brokerage, provision and management of insurance requirements for the GLAs between 2025 - 2028, with possible extensions to 2030. This will require the successful tenderer to place, and thereafter manage, the GLAs’ protection and indemnity and war risk insurance requirements, as described in the General Lighthouse Authorities' Register of Major Insurances and Trinity House Non-Marine Insurances from 20th February 2025 and the other insurances as described in the register from 1st April 2025. The General Lighthouse Authorities' Register of Major Insurances and Trinity House Non-Marine Insurances will be included as an annex to the Invitation to Tender. It is anticipated that the tender will result in a fixed price brokerage contract for three years, with an option to extend the contract for a further period of 12 months and a subsequent 12 months thereafter, at the GLAs’ sole discretion.
II.2.5) Award criteria:
Quality criterion - Name: Demonstrate your organisation’s understanding of the GLA’s requirements.... / Weighting: 12
Quality criterion - Name: Provide a timed plan that explains how your organisation will manage the annual renewal process.... / Weighting: 8
Quality criterion - Name: Post Renewal: Detail how you will ensure the optimal communication of key policy information to the client..... / Weighting: 5
Quality criterion - Name: Provide evidence that the underwriting market you are able to access can provide the General Liability policy wording set out .... or provide alternative wording. / Weighting: 10
Quality criterion - Name: Demonstrate your organisation’s approach to providing proactive advice to the GLAs / Weighting: 8
Quality criterion - Name: Demonstrate your organisation’s approach to providing proactive advice to the GLAs as required across the term of the contract on loss prevention / Weighting: 7
Quality criterion - Name: Detail your organisation’s approach for handling customer claims. Describe the Key Performance Indicators / Service Level Agreements you would put in place to manage any claims on a timely basis / Weighting: 10
Quality criterion - Name: Suitability of demonstratable understanding of the wider maritime insurance market / Weighting: 10
Quality criterion - Name: Social value / Weighting: 10
Cost criterion - Name: 3-year fixed broker fee and Hourly/day rates for ad hoc advice if applicable and not included within broker fee / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Any variations in the insurance cover currently in place as detailed in the Register of Major Insurances (ANNEX 1 to the ITT), other than changes in deductibles should be stated in the tender proposal.
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: The full award criteria is available in the ITT, due to word count restrictions, it has been condensed above.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-033377
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: C1294 / T0541
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/01/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 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)
Willis Limited, 00181116
51 LIME STREET, LONDON, EC3M 7DQ, 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: 7,900,000
Total value of the contract/lot: 6,144,762.94
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://trinityhouse.delta-esourcing.com/delta/viewNotice.html?noticeId=928094042
VI.4) Procedures for review
VI.4.1) Review body
Trinity House
TRINITY HOUSE, LONDON, EC3N 4DH, United Kingdom
Tel. +44 1255245005
VI.4.2) Body responsible for mediation procedures
Trinity House
TRINITY HOUSE, LONDON, EC3N 4DH, United Kingdom
Tel. +44 1255245005
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 20/02/2025
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
THE COMMISSIONERS OF NORTHERN LIGHTHOUSES operating as the Northern Lighthouse Board
84 George Street, Edinburgh, EH2 3DA, United Kingdom
Email: etender@trinityhouse.co.uk
Main Address: https://www.nlb.org.uk
NUTS Code: UK
2: Contracting Authority
The Commissioners of Irish Lights
Harbour Road, Dun Laoghaire, A96 H500, Ireland
Email: etender@trinityhouse.co.uk
Main Address: https://www.irishlights.ie/
NUTS Code: IE