Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Hyde Housing Association Ltd
IP18195R
30 Park Street
London
SE1 9EQ
UK
Contact person: James Foreman
Telephone: +44 7841632922
E-mail: james.foreman@gibbslaidler.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.hyde-housing.co.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/119413
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Insurance and related services to Hyde Housing Association and Subsidiaries
II.1.2) Main CPV code
66510000
II.1.3) Type of contract
Services
II.1.4) Short description
Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Hyde Housing Association and Subsidiaries
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
8 300 000.00
GBP/ Highest offer:
12 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
66513100
66513200
66515000
66515100
66515200
66515410
66515411
66516000
66516400
66516500
66517300
66518000
66518300
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
A programme of General (non-life) insurance and related services for Hyde Housing Association and subsidiaries. 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, employment practices liability, Motor, Engineering Insurance and Inspection, Cyber, Terrorism, Directors & Officers, Fidelity Guarantee/ Crime. This list is to be decided at the sole discretion of Hyde Housing Association and subsidiaries
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
Yes
Description of options:
Hyde Housing Association and subsidiaries 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 the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
For more information about this opportunity, please visit https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=72712&B=HYDE-HOUSING
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-026711
Section V: Award of contract
Contract No: 1
Title: Hyde Group Insurance Tender
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2024
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Arthur J. Gallagher Insurance Brokers Ltd.
27 - 30 Railway Street
Chelmsford
CM1 1QS
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
8 300 000.00
GBP
/ Highest offer:
12 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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. 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 or not 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
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
London
UK
Telephone: +44 1959562242
VI.4.3) Review procedure
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.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
London
UK
Telephone: +44 1959562242
VI.5) Date of dispatch of this notice
31/03/2025