Tender

Provision of Motor Fleet Insurance and related Services to Paradigm Housing Group Ltd

  • Paradigm Housing Group Ltd

F02: Contract notice

Notice identifier: 2021/S 000-009456

Procurement identifier (OCID): ocds-h6vhtk-02ac61

Published 30 April 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Paradigm Housing Group Ltd

1 Glory Park Avenue

Wooburn Green

HP10 0DF

Contact

Our Consultant for this Project Gibbs Laidler Consulting LLP

Email

jeremy.flint@gibbslaidler.co.uk

Telephone

+44 1959562242

Country

United Kingdom

NUTS code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

www.paradigmhousing.co.uk

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-Wooburn-Green:-Insurance-services./9TPJGY7B5J

Additional information can be obtained from the above-mentioned address

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

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 Motor Fleet Insurance and related Services to Paradigm Housing Group Ltd

two.1.2) Main CPV code

  • 66510000 - Insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

Motor fleet Insurance and related services, as required by Paradigm Housing Group Ltd

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services
  • 66514110 - Motor vehicle insurance services
  • 66516100 - Motor vehicle liability insurance services
  • 66518000 - Insurance brokerage and agency services
  • 66518300 - Insurance claims adjustment services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

Buckinghamshire CC

two.2.4) Description of the procurement

A programme of Motor Fleet insurance and related services for Paradigm Housing Group Ltd. The programme will require Insurance cover and related services for risks that may include Motor vehicle accidental damage, fire, theft and windscreen/glass breakage, motor Legal Expenses and Occasional Business use.

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: £300,000

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

Start date

17 September 2021

End date

16 September 2024

This contract is subject to renewal

Yes

Description of renewals

Paradigm Housing Group 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.

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 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 maybe rejected in reverse order to achieve our maximum number of operators for 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

Paradigm Housing Group Ltd 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.

two.2.13) Information about European Union Funds

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


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 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 required 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- at the ITT stage, Paradigm Housing Group Ltd will evaluate and accept or reject 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.

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 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.1.4) 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

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

4 June 2021

Local time

1:00pm

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

11 June 2021

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: 17 September 2021


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.

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

https://gibbslaidler.delta-esourcing.com/tenders/UK-UK-Wooburn-Green:-Insurance-services./9TPJGY7B5J

To respond to this opportunity, please click here:

https://gibbslaidler.delta-esourcing.com/respond/9TPJGY7B5J

GO Reference: GO-2021430-PRO-18177470

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

London

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 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.

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

The Cabinet Office

London

Country

United Kingdom