Opportunity

Insurance

  • Stonewater Ltd

F02: Contract notice

Notice reference: 2021/S 000-011472

Published 24 May 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Stonewater Ltd

Suite C, Lancaster House, Grange Business Park,

Leicester

LE8 6EP

Contact

Sarah Newton

Email

sarah.newton@stonewater.org

Telephone

+44 7464656520

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.stonewater.org/

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-Leicester:-Insurance-services./U7W2GW9W7T

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 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

Insurance

Reference number

00238-CS

two.1.2) Main CPV code

  • 66510000 - Insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Stonewater Limited.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Stonewater Limited

Lot No

1

two.2.2) Additional CPV code(s)

  • 66513100 - Legal expenses 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

A competitive negotiation process which will ensure the programme will provide 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.

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

Duration in months

36

This contract is subject to renewal

No

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: No

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/JYVKGE3759

Access Code : 4965A2C735

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

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

Competitive negotiation process which will allow the procurement of 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

Duration in months

36

This contract is subject to renewal

No

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

Envisaged minimum number: 3

Maximum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/U7W2GW9W7T

Access Code : JYVKGE3759

two.2) Description

two.2.1) Title

nsurance and related services associated with items of Engineering plant and a programme of Engineering inspections

Lot No

3

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and 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

A competitive negotiation for the provision of Engineering Insurance and an associated programme of inspections for statutory and other items of engineering plant and equipment. The Contracting Authority may require that LOLER Certification is planned 5 monthly, which will allow the Association one month to re-book 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

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

Duration in months

36

This contract is subject to renewal

No

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

Envisaged minimum number: 3

Maximum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/8W722ZJFG9

Access Code: U7W2GW9W7T

two.2) Description

two.2.1) Title

Insurance and related services associated with Cyber risks for Stonewater Limited

Lot No

4

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and 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

A competitive negotiation process for the provision of Insurance and related services associated with Cyber risks for Stonewater 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: £6,000,000

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

Duration in months

36

This contract is subject to renewal

No

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

Envisaged minimum number: 3

Maximum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/27Q5KR9756

Access Code: 8W722ZJFG9

two.2) Description

two.2.1) Title

Insurance and related services associated with Terrorism Risks for Stonewater Limited

Lot No

5

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and 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

A competitive negotiation process for the provision of Insurance and related services associated with Terrorism risks for Stonewater 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: £6,000,000

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

Duration in months

36

This contract is subject to renewal

No

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: No

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/52384ENBH9

Access Code: 27Q5KR9756

two.2) Description

two.2.1) Title

Insurance and related services associated with Directors and Officers' Liability

Lot No

6

two.2.2) Additional CPV code(s)

  • 66510000 - 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

A competitive negotiation process for the provision of Insurance and related services associated with Excess Directors and Officers'

Liability risks for Stonewater 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: £6,000,000

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

Duration in months

36

This contract is subject to renewal

No

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: No

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/CX35D42N38

Access Code: 52384ENBH9

two.2) Description

two.2.1) Title

Insurance and related services associated with Stonewater Limited

Lot No

7

two.2.2) Additional CPV code(s)

  • 66510000 - 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

A competitive negotiation to provide for the provision of a programme of General insurance and related services for Stonewater Limited. Including Motor fleet risks, Engineering insurance/inspection, Cyber, Terrorism, Directors and Officers Liability. 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.

This lot is a combination of lots 1,2,3,4,5 and 6

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

Duration in months

36

This contract is subject to renewal

No

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 for each Lot 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: No

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

Access Code CX35D42N38


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 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-, Stonewater Limited 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

22 June 2021

Local time

2:00pm

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 March 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=594845741

GO Reference: GO-2021524-PRO-18288467

six.4) Procedures for review

six.4.1) Review body

Stonewater

Suite C Lancaster House, Grange Business Park, Enderby Road

Sarah Newton-Waggott

LE8 6EP

Email

sarah.newton@stonewater.org

Telephone

+44 7464656520

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Stonewater

Suite C Lancaster House, Grange Business Park, Enderby Road

Leicester

LE8 6EP

Email

sarah.newton@stonewater.org

Telephone

+44 7464656520

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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

Stonewater

Suite C Lancaster House, Grange Business Park, Enderby Road

Leicester

LE8 6EP

Email

sarah.newton@stonewater.org

Telephone

+44 7464656520

Country

United Kingdom