State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
GP-0031-R01 Insurance Administration Services Various
Insurance Administration Services Advertisement

ADVERTISEMENT

Notice Of Request For Proposals
For Insurance Administration Services
For the School Facilities Projects Insurance Program

Click here to view this Advertisement in PDF format

The New Jersey Schools Construction Corporation ("Corporation"), a subsidiary of the New Jersey Economic Development Authority ("NJEDA"), is seeking proposals from firms interested in providing insurance administration services for the owner controlled insurance program (the "OCIP") component of the school facilities projects insurance program (the "Insurance Program") being undertaken by the Corporation pursuant to section 71 of the Educational Facilities Construction and Financing Act, P.L. 2000, c. 72, N.J.S.A. 18A:7G-44, to provide insurance protection on school facilities projects to be constructed in school districts across New Jersey.

The OCIP shall be comprised of the following coverages: (1) general liability, (2) workers' compensation, and (3) the related umbrella/excess liability coverage.

Request for Proposals: The Request for Proposals ("RFP") for insurance administration services will be available for pick-up starting at 12 PM, Thursday, November 20, 2003, and continuing between the hours of 9:00 AM and 4:30 PM at the reception desk of the offices of the Corporation, located at 1 West State Street (the Wachovia Bank Building), 2nd Floor, Trenton, New Jersey 08624-0991. Copies of the RFP will also be available on the Corporation's website at www.njscc.com.

Click here to view this RFP in PDF format
Click here to view Attachment A - SAFETY 3 Year Project List in PDF format
Attachment B - Fee Proposal Form & Hourly Rates for Additional Services Included in RFP
Click here to view Attachment C Insurance Administration Services Agreement in PDF format
Click here to view Attachment D - OCIP Insurance Broker Scope of Services in PDF format
Attachment E - Form SBE 230 Included in RFP
Click here to view Attachment F1 - OGI Questionnaire Part 1B in PDF format
Click here to view Attachment F2 - OGI Questionnaire Part 2B in PDF format
Click here to view Attachment G - NJSCC Form 224 in PDF format
Click here to view Attachment H - NJSCC Form 225 in PDF format

Please take notice that a mandatory pre-proposal conference is scheduled for Tuesday, November 25, 2003 at 1 PM. The conference will be held at the New Jersey Economic Development Authority, Board Room, 36 W. State St., Trenton, New Jersey 08625.

Completed Technical Proposals and Fee Proposals for Insurance Administration Services, as well as completed "OGI Questionnaires" (for review by the Office of Government Integrity, as discussed in the RFP), must be received by 5:00 p.m. on the closing date of Friday, December 5, 2003. Completed submissions may be mailed or hand delivered as set forth below.

Mailing Address:

New Jersey Schools Construction Corporation
Attn: Mr. Andrew Yosha, Managing Director
Contract Procurement & Administration
P.O. Box 991
Trenton, New Jersey 08625-0991

Hand Delivery Address:

New Jersey Schools Construction Corporation
Attn: Mr. Andrew Yosha, Managing Director
1 West State Street (the Wachovia Bank Building), 2nd Floor
Trenton, New Jersey 08625-0991

 

FAXED OR E-MAILED SUBMISSIONS WILL NOT BE ACCEPTED.

SUBMISSIONS RECEIVED AFTER THE ABOVE DATE AND TIME WILL BE RETURNED UNOPENED.

Eligibility: The services sought in the RFP are not subject to Corporation pre-qualification requirements. Selections shall be based on qualifications presented.

Set Asides: The successful firm shall be required to make a good faith effort to meet the overall 25% small business enterprise ("SBE") set-aside target recently established by the New Jersey Commerce and Economic Growth Commission in rules codified in the Administrative Code at N.J.A.C. 12A:10-1.1 et seq., and Executive Order No. 71 (McGreevey 2003). The RFP sets forth details of the SBE information that must be submitted, and firms must pay close attention to these requirements.

Selection Process: Non-responsive submissions will be rejected without evaluation. A Selection Committee will evaluate responsive submissions based on the following evaluation criteria:

(1) Firm and Project Team experience providing OCIP administration services for construction programs similar in size, scope, and complexity;

(2) Firm and Project Team ability to provide required services:

(a) Generally;

(b) Firm's OCIP administration resources available for this engagement;

(c) Firm's ability to interface with the Corporation's risk management information system ("RMIS"), or to provide its own viable RMIS alternative; and

(3) Firm's approach to providing OCIP administration services for the Insurance Program.

Firms will receive a final technical ranking based on the above-described evaluation process, except that, at its sole option, the Corporation may conduct interviews. Following the interviews, if any, the final technical scores and rankings shall be determined, based on the evaluation criteria.

Following the final technical ranking, Fee Proposals will be opened and evaluated by Corporation Staff. Using the Fee Proposals as a guide, Staff shall negotiate with the highest technically ranked firm. Should the Corporation be unable to negotiate satisfactorily with that firm, negotiations will be terminated and started with the next-highest ranked firm, and so on until a contract is successfully negotiated, or the selection process is terminated. After the award of a contract, all firms may request a debriefing.

The Corporation has no obligation to make an award, and reserves the right to waive any non-material defects, reject any Proposals for any reason, or terminate the selection process at any time.

Bidders are required to comply with the requirements of P.L. 1975, c. 127, and any of its implementing regulations.

 

 

Top of Page04/25/2024