Access to the procurement documents is restricted. Further information can be obtained at:
II.1.1) Title
Provision of Insurance and Related Services to Nottingham Community 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 Nottingham Community Housing Association Ltd.
II.1.5) Estimated total value
Value excluding VAT:
2 000 000.00
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: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 4 is an optional Lot. Lots 1-4 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 each lot with different insurers at its discretion, but full details of the risk carrier(s) will be required, for evaluation purposes.
Lot No: 1
II.2.1) Title
A programme of General Insurance and related Services to Nottingham Community Housing Association Ltd
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:
UKF14
Main site or place of performance:
Focused around the Offices and Housing Stock in Nottingham, 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 Nottingham Community Housing Association Ltd, excluding motor fleet risks (see Lot 2) and engineering insurance/inspection (see 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
31/03/2019
End:
30/03/2022
This contract is subject to renewal: Yes
Description of renewals:
Nottingham Community Housing Association Ltd 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: 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 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:
NCHA 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.
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
66517300
66518000
II.2.3) Place of performance
NUTS code:
UKF14
Main site or place of performance:
Focused around the Offices and Housing Stock in Nottingham, plus other areas that are necessary to fulfil the contract.
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
31/03/2019
End:
30/03/2022
This contract is subject to renewal: Yes
Description of renewals:
Nottingham Community Housing Association Ltd 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: 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 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:
NCHA 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.
Lot No: 3
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)
66514110
66516100
66517300
66518000
71631000
71631100
71632200
II.2.3) Place of performance
NUTS code:
UKF14
Main site or place of performance:
Focused around the Offices and Housing Stock in Nottingham, plus other areas that are necessary to fulfil the contract.
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 requires that Loler Certification is planned 5 monthly, which will allow the Association one month to rebook 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
31/03/2019
End:
30/03/2022
This contract is subject to renewal: Yes
Description of renewals:
Nottingham Community Housing Association Ltd 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: 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 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:
NCHA 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.
Lot No: 4
II.2.1) Title
Optional lot for insurance and/or alternative risk financing associated with the insurable risks of NCHA, excl motor fleet insurance and engineering (see lots 2 and 3).
II.2.2) Additional CPV code(s)
66513000
66513100
66513200
66515000
66515100
66515200
66515410
66515411
66516000
66516400
66516500
66517300
66518000
II.2.3) Place of performance
NUTS code:
UKF14
Main site or place of performance:
Focused around the Offices and Housing Stock in Nottingham, plus other areas that are necessary to fulfil the contract.
II.2.4) Description of the procurement
An optional lot to enable NCHA to consider its options for alternative risk financing including Captive or protective cell company for its core insurable risks including Property and Third party liability risks.
We anticipate this lot will require a mixture of traditional and ARF which may be difficult to evaluate directly against purely traditional insurance proposed under lot 1. NCHA therefore reserves its right to award either lot 1, or lot 4 at its sole discretion.
Each lot will be fairly and individually evaluated.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
31/03/2019
End:
30/03/2022
This contract is subject to renewal: Yes
Description of renewals:
Nottingham Community Housing Association Ltd 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: 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 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:
NCHA 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.
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 “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 a rating less than A-, NCHA 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.
Between 3 or 5 years from the date of this notice.
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.