Tender

Blast Modelling Consultancy Services

  • Pool Reinsurance Company Limited

F02: Contract notice

Notice identifier: 2023/S 000-017858

Procurement identifier (OCID): ocds-h6vhtk-03dbcf

Published 23 June 2023, 8:00am



Section one: Contracting authority

one.1) Name and addresses

Pool Reinsurance Company Limited

47 King William Street

London

EC4R 9AF

Contact

Commercial Services

Email

commercialservices@poolre.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

2798901

Internet address(es)

Main address

www.poolre.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://poolre.ukp.app.jaggaer.com/esop/ogc-host/public/poolre/web/login.jst

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://poolre.ukp.app.jaggaer.com/esop/ogc-host/public/poolre/web/login.jst

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Blast Modelling Consultancy Services

Reference number

PRE00068

two.1.2) Main CPV code

  • 66519310 - Insurance consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Pool Re Solutions are looking to procure services for the assessment and analysis of blast, to support the delivery of PML studies for the insurance industry.

The objective of a PML is to model credible, worst case scenarios for stakeholders, enabling informed decision-making and aid understanding of potential financial impacts in event of an attack.

A PML involves a risk-based identification of threat scenarios and modelling of blast overpressures through 2D desktop or 3D Computational Fluid Dynamic (CFD) blast modelling. Following analysis of the expected blast, calculations of building damage percentage and likely reconstruction / downtime, and Business Interruption (BI) costs are provided to inform the credible worst case costs, ensuring clients are able to make informed decisions regarding their risk management and risk finance.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 71317000 - Hazard protection and control consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Blast Modelling Consultancy services required include the following deliverables:

Assist in the identification of credible loss scenarios.

Provide blast 3D CFD and 2D desktop modelling capability, of agreed scenarios, to determine through assessment of overpressure and impulse the likely % building damage caused.

Provide accurate insight and evaluation of a PML (% damage, cost, downtime, recuperation costs).

Deliver a report providing blast analysis in support of the PML.

Project Structuring

Projects will be arranged and organised by PReS. Notification will be provided to the procured blast service, with an agreed notice period, prior to a service being engaged for a project. Each project scope, (e.g. completion period, number of blast scenarios for modelling) will be agreed as part of the project scoping.

PReS will be responsible for the ongoing management, deadlines, report submission and client liaison of all projects. However, the procured blast services will be expected to support the project delivery, based upon agreed deliverables as per agreed the contractual arrangements.

The blast service is expected to be retained for period of contractual length and engaged on an ad-hoc nature to support project requirements as necessary.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Initial contract term of 12 months with the option of two further extensions up to 12 months each extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Supplier Registration: In order to access the opportunity please access Pool Re’s eSourcing Portal http://poolre.ukp.app.jaggaer.com/ and complete the Supplier Registration

Ensure you Complete Registration Data by answering all required questions marked with an asterisk.

To Access the SQ - express an interest through the tab PQQs Open to All Suppliers, this will then move the PQQ to My PQQs.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Accreditation as a member of the Register of Engineering Security Specialists (RESES). Professional Security / Blast / Engineering memberships

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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

Accreditation as a member of the Register of Engineering Security Specialists (RESES)

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 July 2023

Local time

2:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 August 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 36 months

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Additionally, Pool Re may require, in its absolute discretion, the supplier to provide additional related services and/or expand services during the lifetime of the contract in order to meet future changes in demands/needs or new initiatives. This may include, but is not limited to, additional consultancy services . Any modification in respect of additional / expanded services shall be in accordance with the requirements of Regulation 72 of the Public Contracts Regulations 2015.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office 1 Horse Guards Road

London

SW1A 2HQ

Country

United Kingdom