Section one: Contracting authority
one.1) Name and addresses
Corporation of Trinity House
TRINITY HOUSE, TOWER HILL
LONDON
EC3N 4DH
Telephone
+44 1255245005
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.trinityhouse.co.uk/
one.1) Name and addresses
Northern Lighthouse Board
84 George Street
Edinburgh
EH2 3DA
Country
United Kingdom
Region code
UKM - Scotland
Internet address(es)
Main address
one.1) Name and addresses
The Commissioners of Irish Lights
Harbour Road
Dun Laoghaire
A96 H500
Country
Ireland
Region code
IE - Ireland
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://trinityhouse.delta-esourcing.com/delta/mainMenu.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Body governed by public law
one.5) Main activity
Other activity
Aids to Navigation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Brokerage, Provision and Management of Insurance Requirements for the General Lighthouse Authorities (GLA's)
Reference number
T0541
two.1.2) Main CPV code
- 66518100 - Insurance brokerage services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £7,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- IE - Ireland
Main site or place of performance
UNITED KINGDOM,IRELAND
two.2.4) Description of the procurement
As detailed in the invitation to tender documentation.
two.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
two.2.6) Estimated value
Value excluding VAT: £7,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 February 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
3 + 1 + 1
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of 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.
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
The full award criteria is available in the ITT, due to word count restrictions, it has been condensed above.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
15 November 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 November 2024
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.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.
To view this notice, please click here:
https://trinityhouse.delta-esourcing.com/delta/viewNotice.html?noticeId=893100029
GO Reference: GO-20241016-PRO-28124159
six.4) Procedures for review
six.4.1) Review body
Trinity House
TRINITY HOUSE
LONDON
EC3N 4DH
Telephone
+44 1255245005
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Trinity House
TRINITY HOUSE
LONDON
EC3N 4DH
Telephone
+44 1255245005
Country
United Kingdom