- Scope of the procurement
- Lot 1. The Riverside Group / One Housing Group Insurance and Related Services
- Lot 2. Insurance and related services for Motor vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use)
- Lot 3. Insurance and related services associated with Cyber risks for The Riverside Group/One Housing Group
- Lot 4. Insurance and related services associated with Terrorism Risks for The Riverside Group/One Housing Group
- Lot 5. Insurance and related services associated with Alternative Risk Financing Insurance for The Riverside Group/One Housing Group
Section one: Contracting authority
one.1) Name and addresses
One Housing
Atelier House, 64 Pratt Street
London
NW1 0DL
Contact
Adrian Yearwood
Telephone
+44 2074285374
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
NA
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/67142
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=45762&B=ONEHOUSING
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=45762&B=ONEHOUSING
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
The Riverside Group / One Housing Group Insurance and Related Services
Reference number
1397
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Riverside Group / One Housing Group are seeking proposals from companies in the Insurance Sector to provide an insurance coverage programme for three years with the option to extend for a further two years.
Insurance and related services for property (buildings), insurable risks, motor insurance, public and employers liability, other general (non-life) insurance and various optional insurances as required by The Riverside Group /One Housing Group.
two.1.5) Estimated total value
Value excluding VAT: £41,420,368.50
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
5
Maximum number of lots that may be awarded to one tenderer: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1 - 5 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 it's discretion, but full details of the risk carrier(s) will be required.
two.2) Description
two.2.1) Title
The Riverside Group / One Housing Group Insurance and Related Services
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
two.2.4) Description of the procurement
programme of General (non-life) insurance and related services for
The Riverside Group /One Housing Group. 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 and employment practices liability. This list is to be decided at the sole discretion of The Riverside Group /One Housing Group.
This Lot excludes: Motor (See Lot 2), Cyber (See Lot 3), Terrorism (See Lot 4)
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: £38,126,752.90
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2022
End date
30 November 2025
This contract is subject to renewal
Yes
Description of renewals
The Riverside Group/One 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 (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 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 for each Lot at SQ stage 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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Riverside Group/One Housing Group 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) 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
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: £2,135,435.50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2022
End date
30 November 2025
This contract is subject to renewal
Yes
Description of renewals
The Riverside Group/One 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 (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 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 for each Lot at SQ stage 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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Riverside Group/One Housing Group 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) Description
two.2.1) Title
Insurance and related services associated with Cyber risks for The Riverside Group/One Housing Group
Lot No
3
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
- 66510000 - Insurance services
- 66515000 - Damage or loss insurance services
- 66517300 - Risk management insurance services
- 66518000 - Insurance brokerage and agency services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insurance and related services associated with Cyber risks for The Riverside Group/One
Housing Group.
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: £93,837.70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2022
End date
30 November 2025
This contract is subject to renewal
Yes
Description of renewals
The Riverside Group/One 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 (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 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 for each Lot at SQ stage 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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Riverside Group/One Housing Group 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) Description
two.2.1) Title
Insurance and related services associated with Terrorism Risks for The Riverside Group/One Housing Group
Lot No
4
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
- 66510000 - Insurance services
- 66516000 - Liability insurance services
- 66517300 - Risk management insurance services
- 66518100 - Insurance brokerage services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insurance and related services associated with Terrorism risks for The Riverside Group/One
Housing Group.
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: £1,064,342.35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2022
End date
30 November 2025
This contract is subject to renewal
Yes
Description of renewals
The Riverside Group/One 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 (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 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 for each Lot at SQ stage 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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Riverside Group/One 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 (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) Description
two.2.1) Title
Insurance and related services associated with Alternative Risk Financing Insurance for The Riverside Group/One Housing Group
Lot No
5
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66517300 - Risk management insurance services
- 66518300 - Insurance claims adjustment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insurance and related services associated with Alternative Risk Financing
Insurance for The Riverside Group/One Housing Group
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: £38,126,752.90
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2022
End date
30 November 2025
This contract is subject to renewal
Yes
Description of renewals
The Riverside Group /One 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 (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 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 for each Lot at SQ stage 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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Riverside Group /One 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 (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
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 provided to property owners, public sector organisations, social landlords or other similar 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.
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 (if applicable) :
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 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.
Minimum level(s) of standards possibly required
Not Provided
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 there of) 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.2.2) Contract performance conditions
Not Provided
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
23 May 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 May 2022
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: 1 January 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, 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 or not 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.
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Telephone
+44 1959562242
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Body responsible for mediation procedures
High Court of England and Wales
London
WC1A 2LL
Telephone
+44 1959562242
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a standstill period following the award of the contract and will conduct itself in accordance with the Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom