Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Local Space
98 Romford Road, Stratford
London
E15 4BZ
UK
Contact person: Our Consultant for this Project, Gibbs Laidler Consulting
E-mail: Jenny.aley@gibbslaidler.co.uk
NUTS: UKI4
Internet address(es)
Main address: https://www.localspace.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Financial-and-insurance-services./8BA7FPXA76
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Financial-and-insurance-services./UU4P59Y2C2
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 Local Space
II.1.2) Main CPV code
66000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Insurance and related services for property, legal liability and other general (non-life) insurable risks, as required by local space.
II.1.5) Estimated total value
Value excluding VAT:
700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts 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.
II.2) Description
Lot No: 1
II.2.1) Title
Insurance and Related Services for Property, Legal Liability and other General (Non-Life) Insurable Risks, as required by Local Space
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:
UKI4
Main site or place of performance:
Inner London — East.
II.2.4) Description of the procurement
A programme of general insurance and related services for local space, excluding engineering insurance/inspection (see Lot 2) and terrorism (Lot 3). 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
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:
09/02/2020
End:
09/02/2023
This contract is subject to renewal: Yes
Description of renewals:
Local Space 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) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
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 may be 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:
Local space 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
Lot No: 2
II.2.1) Title
Insurance and Related Services Associated with Items of Engineering Plant and a Programme of Engineering Inspections
II.2.2) Additional CPV code(s)
66517300
66518000
71631000
71631100
71632200
II.2.3) Place of performance
NUTS code:
UKI4
Main site or place of performance:
Inner London — East.
II.2.4) Description of the procurement
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 1 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
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:
10 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
09/02/2020
End:
09/02/2023
This contract is subject to renewal: Yes
Description of renewals:
Local Space 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) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
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 may be 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:
Local Space 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
Lot No: 3
II.2.1) Title
Terrorism Insurance and Related Services Associated with Local Space
II.2.2) Additional CPV code(s)
66510000
II.2.3) Place of performance
NUTS code:
UKI4
Main site or place of performance:
Inner London — East.
II.2.4) Description of the procurement
A programme of general insurance and related services for local space terrorism insurance. The programme will require Insurance and related services for risks that may include but not be limited to: property damage and business interruption, business combined/office, all risks, computer,contract works.
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:
40 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
09/02/2020
End:
09/02/2023
This contract is subject to renewal: Yes
Description of renewals:
Local Space 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) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
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 may be 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:
Local Space 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
Lot No: 4
II.2.1) Title
Insurance and Related Services Associated with Local Space
II.2.2) Additional CPV code(s)
66000000
66510000
II.2.3) Place of performance
NUTS code:
UKI4
Main site or place of performance:
Inner London — East.
II.2.4) Description of the procurement
A programme of general insurance and related services for local space, including engineering risk. 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. This lot is a combination of lots 1, 2 and 3.
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:
700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
09/02/2020
End:
09/02/2023
This contract is subject to renewal: Yes
Description of renewals:
Local Space 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) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
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:
Local Space 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
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 3 years reports and accounts.
Minimum level(s) of standards 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, Local Space 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.2.3) 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:
23/08/2019
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
27/08/2019
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
Duration in months: 3 (from the date stated for receipt of tender)
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 invoicing will be accepted
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 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 for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://gibbslaidler.delta-esourcing.com/tenders/UK-UK-London:-Financial-and-insurance-services./8BA7FPXA76
To respond to this opportunity, please click here:
https://gibbslaidler.delta-esourcing.com/respond/8BA7FPXA76
GO Reference: GO-2019723-PRO-15142789
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 days 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
23/07/2019