Tender

Provision of Insurance and Related Services to Clarion Housing Group Limited

  • Clarion Housing Group Limited

F02: Contract notice

Notice identifier: 2023/S 000-005563

Procurement identifier (OCID): ocds-h6vhtk-03abd1

Published 24 February 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Clarion Housing Group Limited

Level 6, 6 More London Place, Tooley St

London

SE1 2DA

Contact

Our Consultant for this Project is Gibbs Laidler Consulting LLP

Email

clarion.delta@gibbslaidler.co.uk

Telephone

+44 195956224

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.clarionhg.com

one.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:-Insurance-services./NXM6E92A88

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/NXM6E92A88

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.delta-esourcing.com/tenders/UK-title/NXM6E92A88

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Insurance and Related Services to Clarion Housing Group Limited

Reference number

6078

two.1.2) Main CPV code

  • 66510000 - Insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Insurance and Related Services to Clarion Housing Group Limited

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
8

Maximum number of lots that may be awarded to one tenderer: 7

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

Lots 1 - 8 will be individually evaluated, and multiple awards may result. Where the responder 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.

two.2) Description

two.2.1) Title

Insurance and related services associated with Excess (above Captive) Property and legal liability risks as required by Clarion Housing Group Limited

Lot No

1

two.2.2) Additional CPV code(s)

  • 66513100 - Legal expenses insurance services
  • 66513200 - Contractor's all-risk insurance services
  • 66515000 - Damage or loss insurance services
  • 66515100 - Fire insurance services
  • 66515200 - Property insurance services
  • 66515410 - Financial loss insurance services
  • 66515411 - Pecuniary loss insurance services
  • 66516000 - Liability insurance services
  • 66516400 - General liability insurance services
  • 66516500 - Professional liability insurance services
  • 66517300 - Risk management insurance services
  • 66518000 - Insurance brokerage and agency services
  • 66518300 - Insurance claims adjustment services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

A programme of General (non-life) insurance and related services for Clarion Housing Group Limited. The programme will require Insurance and related services for risks that may include but are not limited to property damage, business interruption, and property owner's liability. This list is to be decided at the sole discretion of Clarion Housing Group Limited.

This Lot excludes Motor (See Lot 2), Cyber (See Lot 3), Terrorism (Pool Re Basis) (See Lot 4), Terrorism / Political Violence (Non-Pool Re Basis) (See Lot 5), Professional Indemnity (See Lot 6) and Crime (See Lot 7), and Ancillary legal liabilities & general (non-life) insurable risks (See Lot 8).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £13,500,000

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

Start date

1 September 2023

End date

31 August 2026

This contract is subject to renewal

Yes

Description of renewals

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

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 the selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at the SQ stage 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 bu twill be more fully stated in the SQ documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Clarion Housing Group Limited 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 the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88

two.2) Description

two.2.1) Title

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

Lot No

2

two.2.2) Additional CPV code(s)

  • 66514110 - Motor vehicle insurance services
  • 66516100 - Motor vehicle liability insurance services
  • 66517300 - Risk management insurance services
  • 66518000 - Insurance brokerage and agency services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Insurance and related services for motor vehicle risks (possibly including Motor legal expenses and Occasional business use extensions).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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

Start date

1 September 2023

End date

31 August 2026

This contract is subject to renewal

Yes

Description of renewals

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

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 the selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at the SQ stage 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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Clarion Housing Group Limited 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 the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88

two.2) Description

two.2.1) Title

Insurance and related services associated with Cyber risks for Clarion Housing Group Limited

Lot No

3

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 66510000 - Insurance services
  • 66517300 - Risk management insurance services
  • 66515000 - Damage or loss insurance services
  • 66518000 - Insurance brokerage and agency services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Insurance and related services associated with Cyber risks for Clarion Housing Group Limited

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Start date

1 September 2023

End date

31 August 2026

This contract is subject to renewal

Yes

Description of renewals

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

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 the selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage 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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Clarion Housing Group Limited 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 the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88

two.2) Description

two.2.1) Title

Insurance and related services associated with Terrorism Risks (Pool Re Basis) for Clarion Housing Group Limited

Lot No

4

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 66510000 - Insurance services
  • 66517300 - Risk management insurance services
  • 66516000 - Liability insurance services
  • 66518000 - Insurance brokerage and agency services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Insurance and related services associated with Terrorism (Pool Re Basis of Cover) risks for Clarion Housing Group Limited

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,250,000

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

Start date

1 September 2023

End date

31 August 2026

This contract is subject to renewal

Yes

Description of renewals

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

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 the selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage 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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88

two.2) Description

two.2.1) Title

Insurance and related services associated with Terrorism (Non Pool Re Basis) Risks for Clarion Housing Group Limited

Lot No

5

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services
  • 66517300 - Risk management insurance services
  • 66518300 - Insurance claims adjustment services
  • 66516000 - Liability insurance services
  • 66516500 - Professional liability insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Insurance and related services associated with Terrorism (Non-Pool Re Basis)Risks for Clarion Housing Group Limited

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,250,000

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

Start date

1 September 2023

End date

31 August 2026

This contract is subject to renewal

Yes

Description of renewals

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

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 the selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage 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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88

two.2) Description

two.2.1) Title

Insurance and related services associated with Professional Indemnity

Lot No

6

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services
  • 66517300 - Risk management insurance services
  • 66518300 - Insurance claims adjustment services
  • 66516000 - Liability insurance services
  • 66516500 - Professional liability insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Insurance and related services associated with Professional Indemnity risks for Clarion Housing Group Limited

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £250,000

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

Start date

1 September 2023

End date

31 August 2026

This contract is subject to renewal

Yes

Description of renewals

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

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 the selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage 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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88

two.2) Description

two.2.1) Title

Insurance and related services associated with Crime / Fidelity Guarantee

Lot No

7

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services
  • 66517300 - Risk management insurance services
  • 66518300 - Insurance claims adjustment services
  • 66516000 - Liability insurance services
  • 66516500 - Professional liability insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Insurance and related services associated with Crime / Fidelity Guarantee

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £350,000

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

Start date

1 September 2023

End date

31 August 2026

This contract is subject to renewal

Yes

Description of renewals

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

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 the selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at the SQ stage 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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88

two.2) Description

two.2.1) Title

Insurance and related services associated with Ancillary legal liabilities & general (non-life) insurable risks as required by Clarion Housing Group Limited

Lot No

8

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services
  • 66517300 - Risk management insurance services
  • 66518300 - Insurance claims adjustment services
  • 66516000 - Liability insurance services
  • 66516500 - Professional liability insurance services
  • 66513200 - Contractor's all-risk insurance services
  • 66513100 - Legal expenses insurance services
  • 66515000 - Damage or loss insurance services
  • 66515100 - Fire insurance services
  • 66515200 - Property insurance services
  • 66515410 - Financial loss insurance services
  • 66515411 - Pecuniary loss insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Insurance and related services associated with Ancillary legal liabilities & general (non-life) insurable risks as required by Clarion Housing Group Limited.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Start date

1 September 2023

End date

31 August 2026

This contract is subject to renewal

Yes

Description of renewals

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

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 the selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at the SQ stage 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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Clarion Housing Group Limited 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 (or 2 periods of insurance), subject to satisfactory service, performance and cost.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 relevant services to property owners, property developers, public sector organisations, social landlords or other similar organisations over the past 5 years, plus details of three 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.

three.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 possibly 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-, the contracting authority will evaluate and accept the nominated insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the ITT bid deadline of the bidder’s market security committee’s latest report, including a written recommendation from the bidder’s market security committee.

three.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.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

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 are registered with and regulated by the Financial Conduct Authority.

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 March 2023

Local time

5:00pm

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

5 April 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 August 2023


Section six. Complementary information

six.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

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.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, complete 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 or not to participate in this process.

At the ITT stage, all respondents will be required to detail their proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff.

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./NXM6E92A88

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/NXM6E92A88" target="_blank">https://www.delta-esourcing.com/respond/NXM6E92A88

GO Reference: GO-2023224-PRO-22207353

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

London

Telephone

+44 1959562242

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.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 starting the day after the notification of the result. The Public Contracts Regulations 2015 allow aggrieved parties who have been

harmed or 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.

six.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

London

Telephone

+44 1959562242

Country

United Kingdom