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

Aldwyck Housing Group Limited Insurance and related Services.

  • First published: 04 November 2017
  • Last modified: 04 November 2017

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:
Aldwyck Housing Group
Authority ID:
AA37934
Publication date:
04 November 2017
Deadline date:
01 December 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A programme of General Insurance and related services for Aldwyck Housing Group Limited, excluding Motor Fleet risks and Engineering Insurance/Inspection contract. The programme will require Insurance and related services for risks that may include but not limited to: property damage and business interruption, Employers, Public, Product and Property owners liability, Business Combined/Office, Money, All Risks, Computer, Contract Works, Group Personal Accident, Professional Indemnity, Fidelity Guarantee/Crime, Employment Practices, Cyber and Terrorism.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Aldwyck Housing Group

Houghton Regis

Dunstable

LU5 5UZ

UK

Contact person: Stephanie Turner

Telephone: +44 1582869220

E-mail: procurement@aldwyck.co.uk

NUTS: UKH21

Internet address(es)

Main address: https://aldwyck.co.uk

Address of the buyer profile: https://aldwyck.delta-esourcing.com

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

http://www.delta-esourcing.com/tenders/UK-UK-Dunstable:-Insurance-services./27A2HC86J9


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.delta-esourcing.com/tenders/UK-title/6942BD9JQE


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

Aldwyck Housing Group Limited Insurance and related Services.

Reference number: ALDINS17

II.1.2) Main CPV code

66510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Aldwyck Housing Group Limited is looking for a Contractor to be appointed to provide a programme of Insurance and related Services for Property, Legal Liability and general non-life insurable risks, plus an Engineering Inspection contract.

II.1.5) Estimated total value

Value excluding VAT: 975 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority ideally seeks a single provider for all Lots. Lots 1 — 3 will be individually evaluated and therefore multiple awards may result. Where the respondent is an Insurance Broker it may choose to place the insurance(s) required within Lot 1 with different insurers at its discretion, but full details of the risk carrier(s) will be required for evaluation purposes.

II.2) Description

Lot No: 1

II.2.1) Title

General Insurance and related services for Aldwyck Housing Group Limited

II.2.2) Additional CPV code(s)

66513100

66513200

66515000

66515100

66515200

66515410

66516000

66516400

66516500

66517300

66518000

66519500

II.2.3) Place of performance

NUTS code:

UKH25


Main site or place of performance:

Central Bedfordshire.

II.2.4) Description of the procurement

A programme of General Insurance and related services for Aldwyck Housing Group Limited, excluding Motor Fleet risks and Engineering Insurance/Inspection contract. The programme will require Insurance and related services for risks that may include but not limited to: property damage and business interruption, Employers, Public, Product and Property owners liability, Business Combined/Office, Money, All Risks, Computer, Contract Works, Group Personal Accident, Professional Indemnity, Fidelity Guarantee/Crime, Employment Practices, 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: 824 000.00  GBP

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

Start: 28/04/2018

End: 27/04/2021

This contract is subject to renewal: Yes

Description of renewals:

Aldwyck Housing Group Limited will consider entering into a Long Term Agreement with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or three periods of insurance), with an option to extend for a further 2 years (1 + 1), 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 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 will be ranked according to the highest score achieved and may be rejected in reverse order in 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:

Aldwyck Housing Group Limited will consider entering into a Long Term Agreement with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or three periods of insurance), with an option to extend for a further two years (1 + 1), 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

As stated in the Tender documents.

Lot No: 2

II.2.1) Title

Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use)

II.2.2) Additional CPV code(s)

66514110

66516100

66518000

II.2.3) Place of performance

NUTS code:

UKH25


Main site or place of performance:

Central Bedfordshire.

II.2.4) Description of the procurement

Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use extensions).

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: 142 000.00  GBP

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

Start: 28/04/2018

End: 27/04/2021

This contract is subject to renewal: Yes

Description of renewals:

Aldwyck Housing Group Limited will consider entering into a Long Term Agreement with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or three periods of insurance), with an option to extend for a further 2 years (1 + 1), 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 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 will be ranked according to the highest score achieved and may be rejected in reverse order in 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:

Aldwyck Housing Group Limited will consider entering into a Long Term Agreement with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or three periods of insurance), with an option to extend for a further 2 years (1 + 1), 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

As stated in Tender documents.

Lot No: 3

II.2.1) Title

Engineering Insurance and an associated Inspection Contract

II.2.2) Additional CPV code(s)

71630000

71631000

71631100

II.2.3) Place of performance

NUTS code:

UKH25


Main site or place of performance:

Central Bedfordshire.

II.2.4) Description of the procurement

Engineering Inspection contract for items of lifting plant, pressure plant, playgrounds and the like, all owned or managed by Aldwyck Housing Group Limited.

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: 9 000.00  GBP

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

Start: 28/04/2018

End: 27/04/2021

This contract is subject to renewal: Yes

Description of renewals:

Aldwyck Housing Group Limited will consider entering into a Long Term Agreement with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or three periods of insurance), with an option to extend for a further 2 years (1 + 1), 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 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 will be ranked according to the highest score achieved and may be rejected in reverse order in 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:

Aldwyck Housing Group Limited will consider entering into a Long Term Agreement with the bidder and/or the risk carriers proposed by the bidder, for three years (or three periods of insurance), with an option to extend for a further two years (1 + 1), 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

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 organisations, social landlords or other relevant organisations over the past five years, plus details of three clients currently receiving similar services. Potential suppliers will be asked to evidence permission 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, three years reports and accounts.


Minimum level(s) of standards required:

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, Aldwyck Housing Group Limited will evaluate and accept the Insurer(s) at its sole discretion, subject to disclosure prior to the Bid deadline, of the Bidder's Market Security Committee's latest report, including written opinion from the Bidder's Committee that the Insurer would achieve a Standard and Poor's (or equivalent Rating Agency) rating of at least A- (or equivalent standard of solvency and claims paying ability through a recognisable measure) if/when seeking such rating.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The tender documents will require the 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 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.1.8) 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: 01/12/2017

Local time: 12:00

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

Date: 08/12/2017

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 to 5 years from the date of this Contract Notice.

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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 the SQ and via the Authority's eSourcing 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.

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

https://aldwyck.delta-esourcing.com/tenders/UK-UK-Dunstable:-Insurance-services./27A2HC86J9

To respond to this opportunity, please click here:

https://aldwyck.delta-esourcing.com/respond/27A2HC86J9

GO Reference: GO-2017111-PRO-11315763.

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 intention to award. 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 with 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

01/11/2017

Coding

Commodity categories

ID Title Parent category
66513200 Contractors all-risk insurance services Legal insurance and all-risk insurance services
66515000 Damage or loss insurance services Insurance services
66515410 Financial loss insurance services Damage or loss insurance services
66515100 Fire insurance services Damage or loss 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
66513100 Legal expenses insurance services Legal insurance and all-risk insurance services
66516000 Liability insurance services Insurance services
66519500 Loss adjustment services Engineering, auxiliary, average, loss, actuarial and salvage insurance services
71631100 Machinery-inspection services Technical inspection services
66514110 Motor vehicle insurance services Freight insurance and Insurance services relating to transport
66516100 Motor vehicle liability insurance services Liability insurance services
66516500 Professional liability insurance services Liability insurance services
66515200 Property insurance services Damage or loss insurance services
66517300 Risk management insurance services Credit and surety insurance services
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71631000 Technical inspection services Technical inspection and testing 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:
procurement@aldwyck.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.