Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Mount Green Housing Association Ltd
St James House, 26 Bridge Street
Leatherhead
KT22 8BZ
UK
Contact person: Our Consultant for this project (james.foreman@gibbslaidler.co.uk)
E-mail: james.foreman@gibbslaidler.co.uk
NUTS: UKI
Internet address(es)
Main address: http://www.mountgreen.org.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
http://gibbslaidlerconsulting.co.uk/
Additional information can be obtained from another address:
Gibbs Laidler Consulting LLP
Falcon House, Black Eagle Square
Westerham
UK
Contact person: James Foreman
E-mail: james.foreman@gibbslaidler.co.uk
NUTS: UK
Internet address(es)
Main address: http://gibbslaidlerconsulting.co.uk/
Tenders or requests to participate must be sent to the abovementioned address
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 Mount Green Housing Association Ltd.
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 Mount Green Housing Association Ltd.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
66512000
66513000
66513100
66513200
66514100
66514110
66515000
66515100
66515200
66515411
66516000
66516100
66516400
66516500
66517000
66518100
66518200
66517300
66519200
66519500
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
Focused around the Head Office and Housing Stock in Leatherhead, plus other areas that are necessary to fulfil the Contract.
II.2.4) Description of the procurement
A programme of General Insurance and related services for Mount Green Housing Association Ltd.
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,
— Engineering, and,
— Terrorism.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
150 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2018
End:
31/03/2021
This contract is subject to renewal: Yes
Description of renewals:
Between 3 and 5 years from the date of this Notice.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
This will be a two-stage process, including an 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 will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage.
Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Mount Green Housing Association Ltd will consider entering into long-term agreements with the bidder and/or the bidder's proposed Risk Carriers for 3 years (or three periods of insurance), with an option to extend the award period subject to 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
As stated in Tender documents.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Potential suppliers will be required to provide an overview of services provided to property owners, public sector organizations, social landlords or other relevant organizations over the past 5 years, plus details of 3 clients currently receiving similar services.
Potential suppliers will be asked for evidence permission by the FCA, PRA or other appropriate regulatory authority indicating the types of insurance/service the bidder is authorized to arrange or provide.
III.1.2) Economic and financial standing
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 three years reports and accounts.
Minimum level(s) of standards required:
For all Risk carriers/insurers, the Bidder will be required to demonstrate the financial ability to deliver the programme, including insurers that are at least ‘A-’ rated by Standard and Poor's (or equivalent Rating Agency) and/or approved by the bidder’s Market Security Committee.
In the case of the latter, Mount Green Housing Association Ltd will evaluate and accept the insurers at its sole discretion, subject to disclosure prior to the Bid deadline of the Market Security Committee’s latest report, including a written opinion from the bidder’s Committee that the Insurer would achieve a Standard and Poor’s (or equivalent Rating Agency) rating of A- or above if/when seeking such rating.
III.1.3) Technical and professional ability
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) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
For Insurance services, Insurers authorized under the Financial Services and Markets Act 2000, Insurance Companies Act 1982 (and any other statutory modifications thereof) 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) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/01/2018
Local time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
16/01/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/04/2018
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Between 3 or 5 years from the date of this Notice.
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) 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 the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.
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 at the ITT stage.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
London
UK
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
VI.5) Date of dispatch of this notice
12/12/2017