University of Leicester is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | LUV01176 - Insurance Services |
Notice type: | Contract Notice |
Authority: | University of Leicester |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | University of Leicester tender for insurance classes (Lotted): Combined Liability (Primary Layer), Excess Liability, Motor Fleet, PA and Travel, Terrorism, Computers, Engineering (Insurance and Inspection). Contract Term expectation is 5 years (3 + 2 Years) |
Published: | 09/04/2024 09:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
University of Leicester, United Kingdom
University of Leicester, University Road, Leicester, Leicester, LE1 7RH, United Kingdom
Tel. +44 1162525205, Email: sab88@le.ac.uk
Contact: Stewart Brewer
Main Address: https://universityofleicester.delta-esourcing.com/, Address of the buyer profile: https://le.ac.uk/
NUTS Code: UKF21
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
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the address as in Annex A.III
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
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: LUV01176 - Insurance Services
Reference Number: LUV01176
II.1.2) Main CPV Code:
66510000 - Insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: University of Leicester tender for insurance classes (Lotted): Combined Liability (Primary Layer), Excess Liability, Motor Fleet, PA and Travel, Terrorism, Computers, Engineering (Insurance and Inspection). Contract Term expectation is 5 years (3 + 2 Years)
II.1.5) Estimated total value:
Value excluding VAT: 1,953,490
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: Lot 1 Combined Liability (Primary Layer)
Lot 2 Excess Liability
Lot 3 Motor Fleet
Lot 4 PA and Travel
Lot 5 Terrorism
Lot 6 Computers
Lot 7 Engineering (Insurance and Inspection)
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 – Combined Liability – Primary Layer
Lot No: 1
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKF21 Leicester
II.2.4) Description of procurement: Lot 1 – Combined Liability – Primary Layer
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: 741,740
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. 2
II.2.1) Title: Lot 2 – Excess Liability
Lot No: 2
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKF21 Leicester
II.2.4) Description of procurement: Lot 2 – Excess Liability
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 83,850
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 – Motor fleet
Lot No: 3
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKF21 Leicester
II.2.4) Description of procurement: Lot 3 – 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: 157,275
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 – PA & Travel
Lot No: 4
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKF21 Leicester
II.2.4) Description of procurement: Lot 4 – PA & 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: 214,570
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 – Terrorism
Lot No: 5
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKF21 Leicester
II.2.4) Description of procurement: Lot 5 – 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: 420,125
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 – Computers
Lot No: 6
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKF21 Leicester
II.2.4) Description of procurement: Lot 6 – Computers
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: 12,515
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 & Inspection)
Lot No: 7
II.2.2) Additional CPV codes:
66510000 - Insurance services.
II.2.3) Place of performance:
UKF21 Leicester
II.2.4) Description of procurement: Lot 7 – Engineering (Insurance & 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: 9,323,415
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:
Insurers/underwriters/mutual associations. This tender is open to insurance companies who are licensed to provide the insurance cover required either in the UK or in the EU Member State of domicile. Insurers must be authorised by the UK Financial Conduct Authority or equivalent. Insurers must be authorised to carry out business in the relevant classes of insurance listed in II.2. Discretionary mutuals must evidence capacity,security and any reinsurance arrangements necessary to underwrite the institutions risks.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Insurers/underwriters/mutual associations. This tender is open to insurance companies who are licensed to provide the insurance cover required either in the UK or in the EU Member State of domicile. Insurers must be authorised by the UK Financial Conduct Authority or equivalent. Insurers must be authorised to carry out business in the relevant classes of insurance listed in II.2. Discretionary mutuals must evidence capacity,security and any reinsurance arrangements necessary to underwrite the institutions risks.
III.2.2) Contract performance conditions
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4SAV9Q9F53
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: 2019/S 096 - 232120
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/05/2024 Time: 17:00
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:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 27/05/2024
Time: 09:00
Place:
Leicester
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: April 2029
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Insurance-services./4SAV9Q9F53
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4SAV9Q9F53
VI.4) Procedures for review
VI.4.1) Review body:
University of Leicester
University of Leicester, University Road, Leicester, Leicester, LE1 7RH, United Kingdom
Tel. +44 1162525205, Email: sab88@le.ac.uk
Internet address: https://le.ac.uk/
VI.4.2) Body responsible for mediation procedures:
University of Leicester
University of Leicester, University Road, Leicester, Leicester, LE1 7RH, United Kingdom
Tel. +44 1162525205, Email: sab88@le.ac.uk
Internet address: https://le.ac.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 and 87 of the of the Public Contracts Regulations 2015, this contracting authority will incorporate a minimum of 10 calendar days standstill period from the day information on the award of the contract is communicated to tenderers. The Public Contracts Regulations provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High court (England,Wales and Northern Ireland).
VI.4.4) Service from which information about the lodging of appeals may be obtained:
High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date Of Dispatch Of This Notice: 09/04/2024
Annex A
III) Addresses and contact points to which tenders/requests to participate must be sent:
University of Leicester, RC000659
University of Leicester, University Road, Leicester, Leicester, LE1 7RH, United Kingdom
Tel. +44 1162525205, Email: sab88@le.ac.uk
Contact: Stewart Brewer
Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://le.ac.uk/
NUTS Code: UKF21
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of Leicester, United Kingdom
University of Leicester, University Road, Leicester, Leicester, LE1 7RH, United Kingdom
Tel. +44 1162525205, Email: sab88@le.ac.uk
Contact: Stewart Brewer
Main Address: https://universityofleicester.delta-esourcing.com/, Address of the buyer profile: https://le.ac.uk/
NUTS Code: UKF21
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:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: LUV01176 - Insurance Services
Reference number: LUV01176
II.1.2) Main CPV code:
66510000 - Insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: University of Leicester tender for insurance classes (Lotted): Combined Liability (Primary Layer), Excess Liability, Motor Fleet, PA and Travel, Terrorism, Computers, Engineering (Insurance and Inspection). Contract Term expectation is 5 years (3 + 2 Years)
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,657,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 – Combined Liability – Primary Layer
Lot No:1
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: Lot 1 – Combined Liability – Primary Layer
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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. 2)
II.2.1) Title:Lot 2 – Excess Liability
Lot No:2
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: Lot 2 – Excess Liability
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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 – Motor fleet
Lot No:3
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: Lot 3 – Motor fleet
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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 – PA & Travel
Lot No:4
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: Lot 4 – PA & Travel
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 63
Cost criterion - Name: Price / Weighting: 37
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 – Terrorism
Lot No:5
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: Lot 5 – Terrorism
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 55
Cost criterion - Name: Price / Weighting: 45
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 – Computers
Lot No:6
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: Lot 6 – Computers
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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 & Inspection)
Lot No:7
II.2.2) Additional CPV code(s):
66510000 - Insurance services.
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: Lot 7 – Engineering (Insurance & Inspection)
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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
Notice number in the OJEU: 2019/S 096-232120
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: Combined Liability (Primary Layer £25m)
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/07/2024
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: 3
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)
Aviva Insurance Limited, SC002116
Pitheavlis, Perth, PH2 0NH, United Kingdom
NUTS Code: UKM77
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: 575,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Excess Liability (£20m & £25m options)
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/07/2024
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Chubb European Group SE, SE000116
100 Leadenhall Street, London, EC3A 3BP, United Kingdom
NUTS Code: UKI
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: 97,500
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: Motor Fleet
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/07/2024
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Zurich Municipal, 02741053
The Zurich Centre, 3000 Parkway, Whiteley, Fareham, Hampshire, PO15 7JZ, United Kingdom
NUTS Code: UKJ3
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: 187,500
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 4
Lot Number: 4
Title: PA & Travel
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/07/2024
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: 3
Number of tenders received by electronic means: 0
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Aviva Insurance Limited, SC002116
Pitheavliss, Perth, PH2 0NH, United Kingdom
NUTS Code: UKM77
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: 165,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: 5
Lot Number: 5
Title: Terrorism
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/07/2024
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
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)
Arthur J. Gallagher (UK) Limited, 01193013
The Walbrook Building, 25 Walbrook, London, EC4N 8AW, United Kingdom
NUTS Code: UKI
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: 331,500
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: 6
Lot Number: 6
Title: Computers
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/07/2024
V.2.2) Information about tenders
Number of tenders received: 1
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: 1
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Aviva Insurance Limited, SC002116
Pitheavliss, Perth, PH2 0NH, United Kingdom
NUTS Code: UKM77
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: 12,500
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: 7
Lot Number: 7
Title: Engineering (Insurance & Inspection)
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/07/2024
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: 3
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)
Allianz Engineering Inspection Services Limited, 05441840
57 Ladymead, Guildford Surrey, GU1 1DB, United Kingdom
NUTS Code: UKJ25
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: 288,000
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=880570171
VI.4) Procedures for review
VI.4.1) Review body
University of Leicester
University of Leicester, University Road, Leicester, Leicester, LE1 7RH, United Kingdom
Tel. +44 1162525205, Email: sab88@le.ac.uk
Internet address: https://le.ac.uk/
VI.4.2) Body responsible for mediation procedures
University of Leicester
University of Leicester, University Road, Leicester, Leicester, LE1 7RH, United Kingdom
Tel. +44 1162525205, Email: sab88@le.ac.uk
Internet address: https://le.ac.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with Regulation 86 and 87 of the of the Public Contracts Regulations 2015, this contracting authority will incorporate a minimum of 10 calendar days standstill period from the day information on the award of the contract is communicated to tenderers. The Public Contracts Regulations provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High court (England,Wales and Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date of dispatch of this notice: 07/08/2024