United Kingdom-Wiltshire: Financial and insurance services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Wiltshire: Financial and insurance services
OJEU (High Value) 277978-2020
Type Invitation to tender
Date Published 2020-06-15
Deadline 2020-07-10 17:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Selwood Housing Group
Postal address: Bryer Ash Business Park, Bradford Road, Trowbridge
Town: Wiltshire
Postal code: BA14 8RT
Country: UK
Contact person: Our consultant for this project, gibbs laidler consulting
Telephone: +44 1959562242
E-mail: Laura.Jennings@gibbslaidler.co.uk
NUTS code: UKK1
Main address: https://www.selwoodhousing.com/

Communication
I.3) Procurement documents
(URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: BODY PUBLIC

Main Activity
I.5.1) Main Activity: HOUSING AND COMMUNITY AMENITIES

Section II: Object of Contract


Title:
Provision of Insurance and Related Services to Selwood Housing Group


II.1.4) Short description
Insurance and related services for property, legal liability and other general (non-life)insurable risks, as required by Selwood Housing Group.

II.01) Estimated value excluding VAT:
GBP 1200000

Information about lots
II.1.6) This contract is divided into lots: yes

II.1.6.5) maximum number of lots
4
II.1.6.6) Maximum number of lots that may be awarded to one tenderer: 4
II.1.6.7) The contracting authority reserves the right to award concessions combining the following lots or groups of lots -
The contracting authority reserves the right to award contracts combining the following lots or groups of lots.

Lots 1-4 will be individually evaluated and multiple awards may result. Where the respondee is an insurance broker, it may choose to place the insurance(s) required within each lot with different insurers at it's discretion, but full details of the risk carrier(s) will be required.


Description: Item/Lot 1
Title:
Insurance and related Services for Property, Legal Liability and Other General (Non-life) Insurable Risks, as required by Selwood Housing Group

II.2.1) Lot No: 1
NUTS code: UKK1
II.2.3.2) Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.1.4) Short description
A programme of general insurance and related services for Selwood Housing Group, excluding Motor fleet risks (see Lot 2), engineering insurance/inspection (see Lot 3) and cyber (Lot 4). The programme will require insurance and related services for risks that may include but not be limited to: property damage and business interruption,employers, public, products and property owners liability, business combined/office, money, all risks,computer,contract works, group personal accident, professional indemnity, fidelity guarantee/crime,employment practices liability, cyber and terrorism.

II.2.5) Award criteria:

Value excluding VAT: GBP 900000
II.2.6) Duration of the contract, framework agreement or dynamic purchasing system
II.2.7) Start: 2020-10-31
II.2.7) End: 2023-10-30
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Selwood Housing Group will consider entering into long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years, subject to satisfactory service, performance and cost.

II.2.9.2) Minimum number of candidates: 4
II.2.9.3) Maximum number of candidates: 7
II.2.9,4) Objective criteria for choosing the limited number of candidates:
This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage for each lot will be ranked according to the highest score achieved for the specific lot and maybe rejected in reverse order to achieve our maximum number of operators for each lot of the ITT stage. Selection Criteria for the SQ stage are summarised in this Contract notice but will be more fully stated in the SQ documentation.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Selwood Housing Group will consider entering into long term agreements with the bidder and/or the bidder's proposed risk carriers for 3 years (or 3 periods of insurance), with an option to extend the award period subject to service, performance and cost.

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

Additional Information:

To respond to this opportunity please click here: External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.


Description: Item/Lot 2
Title:
Insurance and Related Services for Motor Vehicle Risks (Possibly including Motor Legal Expenses and Occasional Business Use)

II.2.1) Lot No: 2
NUTS code: UKK1
II.2.3.2) Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.1.4) Short description
Insurance and related services for motor vehicle risks (possibly including motor legal expenses and Occasional business use extensions).

II.2.5) Award criteria:

Value excluding VAT: GBP 210000
II.2.6) Duration of the contract, framework agreement or dynamic purchasing system
II.2.7) Start: 2020-10-31
II.2.7) End: 2023-10-30
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Selwood Housing Group will consider entering into long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years, subject to satisfactory service, performance and cost.

II.2.9.2) Minimum number of candidates: 4
II.2.9.3) Maximum number of candidates: 7
II.2.9,4) Objective criteria for choosing the limited number of candidates:
This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage for each lot will be ranked according to the highest score achieved for the specific lot and maybe rejected in reverse order to achieve our maximum number of operators for each lot of the ITT stage. Selection criteria for the SQ stage are summarised in this Contract notice but will be more fully stated in the SQ documentation.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Selwood Housing Group will consider entering into long term agreements with the bidder and/or the bidder's proposed risk carriers for 3 years (or 3 periods of insurance), with an option to extend the award period subject to service, performance and cost.

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

Additional Information:

As stated in the tender documentation.

To respond to this opportunity please click here: External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.


Description: Item/Lot 3
Title:
Insurance and Related Services Associated with Items of Engineering Plant and a Programme of Engineering Inspections

II.2.1) Lot No: 3
NUTS code: UKK1
II.2.3.2) Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.1.4) Short description
Engineering insurance and an associated programme of inspections for statutory and other items of engineering plant and equipment. The contracting authority may require that LOLER Certification is planned 5 monthly, which will allow the Association one month to re-book appointments where access has not been gained. In addition, the contracting authority requires that the delivery of LOLER visits is done in line with its 'No access process', this includes evidenced appointments and records of any appointment failures.

II.2.5) Award criteria:

Value excluding VAT: GBP 60000
II.2.6) Duration of the contract, framework agreement or dynamic purchasing system
II.2.7) Start: 2020-10-31
II.2.7) End: 2023-10-30
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Selwood Housing Group will consider entering into long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years, subject to satisfactory service, performance and cost.

II.2.9.2) Minimum number of candidates: 4
II.2.9.3) Maximum number of candidates: 7
II.2.9,4) Objective criteria for choosing the limited number of candidates:
This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage for each lot will be ranked according to the highest score achieved for the specific lot and maybe rejected in reverse order to achieve our maximum number of operators for each lot of the ITT stage. Selection criteria for the SQ stage are summarised in this contract notice but will be more fully stated in the SQ documentation.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Selwood Housing Group will consider entering into long term agreements with the bidder and/or the bidder's proposed risk carriers for 3 years (or 3 periods of insurance), with an option to extend the award period subject to service, performance and cost.

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

Additional Information:

As stated in the tender documentation.

To respond to this opportunity please click here: External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.


Description: Item/Lot 4
Title:
Insurance and Related Services for Cyber Risks

II.2.1) Lot No: 4
NUTS code: UKK1
II.2.3.2) Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area

II.1.4) Short description
Insurance and related services for cyber risks.

II.2.5) Award criteria:

Value excluding VAT: GBP 30000
II.2.6) Duration of the contract, framework agreement or dynamic purchasing system
II.2.7) Start: 2020-10-31
II.2.7) End: 2023-10-30
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Selwood Housing Group will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years, subject to satisfactory service, performance and cost.

II.2.9.2) Minimum number of candidates: 4
II.2.9.3) Maximum number of candidates: 7
II.2.9,4) Objective criteria for choosing the limited number of candidates:
This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage for each lot will be ranked according to the highest score achieved for the specific lot and maybe rejected in reverse order to achieve our maximum number of operators for each lot of the ITT stage. Selection criteria for the SQ stage are summarised in this contract notice but will be more fully stated in the SQ documentation.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Selwood Housing Group will consider entering into long term agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with an option to extend the award period subject to service, performance and cost.

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

Additional Information:

As stated in the tender documentation.


Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Potential suppliers will be required to provide an overview of services provided to property owners, public sector organisations, social landlords or other relevant organisations over the past 5 years, plus details of 3 clients currently receiving similar services. Potential suppliers will be asked to evidence permissions by the FCA, PRA or other appropriate regulatory authority indicating the types of insurance/service the bidder is authorised to arrange or provide.

III.1.2.3) List and brief description of selection criteria
The tender documents will require providers to produce financial information in relation to the type of services offered, including but not limited to 3 years reports and accounts.

III.1.2.4) Minimum level(s) of standards possibly required
The financial ability to deliver the Programme, including Insurers with a minimum rating of ‘A’ from S&P, or an equivalent rating by an independent and reputable credit rating agency and approved by the bidder’s market security committee. In the case of a rating less than A, Selwood Housing Group will evaluate and accept the nominated Insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the Bid deadline of the bidder’s market security committee’s latest report, including written recommendation from the bidder’s market security committee.

III.1.3.2) List and brief description of selection criteria
The tender documents will require providers to detail their relevant professional experience, resource,skills,qualifications and quality control practices.


III.2.1) Reference to the relevant law, regulation or administrative provision
For insurance services, insurers authorised under the financial services and Markets Act 2000, Insurance Companies Act 1982 (and any other statutory modifications there of) and regulated by the Prudential regulation authority, UK Financial conduct authority, or equivalent in another member state of the European economic area. Insurance brokers registered with and regulated by the Financial conduct authority.

III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.1) Type of procedure: Competitive Negotiation
IV.1.1) Type of procedure: Competitive procedure with negotiation
IV.1.4) Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-07-10
IV.2.2) Local time 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-07-17


IV.2.6) Duration in months (from the date stated for receipt of tender): 3

Section V: Complementary information



Between 3 or 5 years from the date of this notice.

VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Additional Information:

Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the bidder to decide whether to participate in this process. At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff. 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 forthe procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

To respond to this opportunity, please click here:

External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

GO Reference: GO-2020610-PRO-16715951


Review body:
Official name: The High Court of England and Wales
Town: London
Country: UK
Telephone: +44 1959562242
VI.4.3) Precise information on deadline(s) for review procedures
The contracting authority will enter into this contract following a 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.


VI.04.04) Service from which information about the review
Official name: The Cabinet Office
Town: London
Country: UK
Telephone: +44 1959562242

Section VI

Date of dispatch of this notice : 2020-06-10

CPV Codes
66000000; 66513100; 66513200; 66515000; 66515100; 66515200; 66515410; 66515411; 66516000; 66516400; 66516500; 66517300; 66518000; 66518300; 66514110; 66516100; 71631000; 71631100; 71632200; 66510000; Financial and insurance services; Legal expenses insurance services; Contractor's all-risk insurance services; Damage or loss insurance services; Fire insurance services; Property insurance services; Financial loss insurance services; Pecuniary loss insurance services; Liability insurance services; General liability insurance services; Professional liability insurance services; Risk management insurance services; Insurance brokerage and agency services; Insurance claims adjustment services; Motor vehicle insurance services; Motor vehicle liability insurance services; Technical inspection services; Machinery-inspection services; Non-destructive testing services; Insurance services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.