- Scope of the procurement
- Lot 1. Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Stonewater Limited
- Lot 2. Insurance and related services for Motor vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use)
- Lot 3. nsurance and related services associated with items of Engineering plant and a programme of Engineering inspections
- Lot 4. Insurance and related services associated with Cyber risks for Stonewater Limited
- Lot 5. Insurance and related services associated with Terrorism Risks for Stonewater Limited
- Lot 6. Insurance and related services associated with Directors and Officers' Liability
- Lot 7. Insurance and related services associated with Stonewater Limited
Section one: Contracting authority
one.1) Name and addresses
Stonewater Ltd
Suite C, Lancaster House, Grange Business Park,
Leicester
LE8 6EP
Contact
Sarah Newton
Telephone
+44 7464656520
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
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
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
Telephone
+44 7464656520
Country
United Kingdom