Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

The Provision of General (Non-Life) Insurance and related Services to Sanctuary Group and Subsidiary

  • First published: 06 December 2019
  • Last modified: 06 December 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Sanctuary Housing Group
Authority ID:
AA21109
Publication date:
06 December 2019
Deadline date:
03 January 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The provision of general insurance and related services for Sanctuary Group.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Sanctuary Housing Group

19059R

Sanctuary House, Chamber Court, Castle Street

Worcester

WR1 3ZQ

UK

Contact person: Our Consultant for the project, Gibbs Laidler Consulting

E-mail: jeremy.flint@gibbslaidler.co.uk

NUTS: UK

Internet address(es)

Main address: http://www.sanctuary-group.co.uk

Address of the buyer profile: http://www.sanctuary-group.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.sanctuary-tenders.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sanctuary-tenders.co.uk


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

The Provision of General (Non-Life) Insurance and related Services to Sanctuary Group and Subsidiary

Reference number: DN450841

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 Sanctuary Group and subsidiary Organisations.

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

66512100

66512220

66513000

66515000

66516100

66516400

66516500

66517300

66518000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKM


Main site or place of performance:

Focused around the Head Office in Worcester, plus other areas that are necessary to fulfil the contract.

II.2.4) Description of the procurement

The provision of general insurance and related services for Sanctuary Group.

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: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/05/2020

End: 30/05/2023

This contract is subject to renewal: Yes

Description of renewals:

Sanctuary Group will consider entering into long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or periods of insurance), with the option to extend the award period by up to 2 further years (or periods of insurance), subject to satisfactory service, performance and cost.

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 2-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) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Sanctuary 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.

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 the tender documentation.

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 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) 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 2 years reports and accounts.


Minimum level(s) of standards required:

The financial ability to deliver the programme, including insurers with a minimum Rating of ‘BBB’ from Standard and Poor, ‘B++’ from A M Best, 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 any rating less than A-, Sanctuary 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) 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 authorised 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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 03/01/2020

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/01/2020

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: 31/05/2020

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Bidders should note that for reasons of sensitive data and general 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.

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

04/12/2019

Coding

Commodity categories

ID Title Parent category
66512100 Accident insurance services Accident and health insurance services
66515000 Damage or loss insurance services Insurance services
66516400 General liability insurance services Liability insurance services
66518000 Insurance brokerage and agency services Insurance services
66510000 Insurance services Insurance and pension services
66513000 Legal insurance and all-risk insurance services Insurance services
66512220 Medical insurance services Accident and health insurance services
66516100 Motor vehicle liability insurance services Liability insurance services
66516500 Professional liability insurance services Liability insurance services
66517300 Risk management insurance services Credit and surety insurance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jeremy.flint@gibbslaidler.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.