Opportunity

Provision of Non-Life Insurances

  • Londonderry Port and Harbour Commissioners, trading as Foyle Port

F05: Contract notice – utilities

Notice reference: 2021/S 000-027391

Published 2 November 2021, 10:52am



The closing date and time has been changed to:

17 November 2021, 4:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Londonderry Port and Harbour Commissioners, trading as Foyle Port

Port Road, Lisahally

LONDONDERRY

BT476FL

Contact

Arlene Thompson

Email

info@foyleport.com

Telephone

+44 2871860555

Country

United Kingdom

NUTS code

UKN0A - Derry City and Strabane

Internet address(es)

Main address

https://www.foyleport.com

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.foyleport.com/tenders

Additional information can be obtained from the above-mentioned address

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

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Non-Life Insurances

two.1.2) Main CPV code

  • 66510000 - Insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

LPHC is inviting tenders for the provision of insurance services. Tenders are sought on the basis of premium

levels quoted on a twelve month basis, with the potential option for LPHC to extend, on an annual basis, up to

a maximum of three (3) years. The contract is divided into five (5) Lots, and Economic Operators can submit

tenders, and be awarded contracts, for all or any combination of Lots.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Marine Package Insurance

Lot No

1

two.2.2) Additional CPV code(s)

  • 66514000 - Freight insurance and Insurance services relating to transport
  • 66516000 - Liability insurance services
  • 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

UKN0A Derry City and Strabane

two.2.4) Description of the procurement

Marine Package Insurance to include:

• Material Damage

• Employers' Liability

• Public Liability/Hull (Including Business Interruption and Removal of Wreck)

• Goods in Transit

• Engineering Combined

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

36

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be awarded for a minimum initial period of one (1) year, with the potential option for LPHC to

extend, on an annual basis, up to a maximum of three (3) years.

two.2) Description

two.2.1) Title

Excess Employer's Liability Insurance

Lot No

2

two.2.2) Additional CPV code(s)

  • 66516000 - Liability insurance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

UKN0A Derry City and Strabane

two.2.4) Description of the procurement

Excess Employer's Liability Insurance

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

36

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be awarded for a minimum initial period of one (1) year, with the potential option for LPHC to

extend, on an annual basis, up to a maximum of three (3) years.

two.2) Description

two.2.1) Title

Business Travel/Personal Accident Insurance

Lot No

3

two.2.2) Additional CPV code(s)

  • 66512000 - Accident and health insurance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

UKN0A Derry City and Strabane

two.2.4) Description of the procurement

Business Travel/Personal Accident Insurance

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

36

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be awarded for a minimum initial period of one (1) year, with the potential option for LPHC to

extend, on an annual basis, up to a maximum of three (3) years.

two.2) Description

two.2.1) Title

Motor Fleet Insurance

Lot No

4

two.2.2) Additional CPV code(s)

  • 66514110 - Motor vehicle insurance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

UKN0A Derry City and Strabane

two.2.4) Description of the procurement

Motor Fleet Insurance

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

36

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be awarded for a minimum initial period of one (1) year, with the potential option for LPHC to

extend, on an annual basis, up to a maximum of three (3) years.

two.2) Description

two.2.1) Title

Directors and Officers Insurance

Lot No

5

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

UKN0A Derry City and Strabane

two.2.4) Description of the procurement

Directors and Officers Insurance

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

36

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be awarded for a minimum initial period of one (1) year, with the potential option for LPHC to

extend, on an annual basis, up to a maximum of three (3) years.


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

Economic Operators must be registered by the appropriate national regulatory body, such as the UK Prudential

Regulation Authority / Financial Conduct Authority.

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As set out in the procurement documents.

three.1.6) Deposits and guarantees required

LPHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to

ensure proper contractual performance.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As set out in the procurement documents

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Economic Operators may wish to form a consortium (i.e. a group of suppliers and/or sub-contractors) for this

tender process. Economic Operators wishing to apply in this way must complete the relevant sections of the SQ

detailing the information required in relation to the consortium (as indicated within the SQ).

Each consortium member will be required to contract with LPHC on such basis as it considers appropriate,

having regard to the nature, size and complexity of the contract. In particular, LPHC may require:

• some or all consortium members to contract on the basis of joint and several liability;

• one consortium member to contract as the prime contractor (with other consortium members entering into

direct agreements, collateral warranties or guarantees); or

• the consortium to form an incorporated, special purpose vehicle to contract with LPHC.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

Originally published as:

Date

16 November 2021

Local time

4:00pm

Changed to:

Date

17 November 2021

Local time

4:00pm

See the change notice.

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This process is being conducted competitively in accordance with the Utilities Contracts Regulations 2016 (as

amended). The procedure to be followed for this procurement is the Negotiated Procedure with a prior call for

competition (Regulation 47).

Economic Operators who wish to participate in this procurement are required to email info@foyleport.com to

request provision of the procurement documents and to provide details of their contact point, together with an

email address and telephone number.

Economic Operators who fail to provide their details to LPHC in this manner will not receive any clarifications or

updated information provided by LPHC during the procurement process.

All discussions and correspondence will be deemed strictly subject to contract until a formal contract is

entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised

representatives of both parties.

Further details will be provided by LPHC in due course. Subject to a sufficient number of satisfactory responses

being received, a maximum of the top 5 ranked Economic Operators for each Lot will be invited to the tender

stage of this process, provided that LPHC, acting at its discretion, reserves the right to invite less than 5

Economic Operators to tender.

The costs of responding to this notice and participation in the process will be borne by each Economic Operator.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT13JY

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

LPHC will incorporate a minimum 10 calendar day standstill period at the point information on the award of

the contract is communicated to all Economic Operators. The standstill period provides time for unsuccessful

Economic Operators to challenge the award decision before the contracts are entered into. The Utilities

Contracts Regulations 2016 (as amended) provide for aggrieved parties who have been harmed or are at risk of

harm by a breach of the rules to take action in the High Court (Northern Ireland).