Section one: Contracting authority
one.1) Name and addresses
The Police and Crime Commissioner for Hampshire and The Chief Constable for Hampshire Constabulary
St Georges Chambers, St Georges Street
WINCHESTER
SO23 8AJ
procurement.support@hants.gov.uk
Country
United Kingdom
NUTS code
UKJ36 - Central Hampshire
Internet address(es)
Main address
https://www.hampshire-pcc.gov.uk/
Buyer's address
www.intendhost.co.uk/hampshire
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.intendhost.co.uk/hampshire
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.intendhost.co.uk/hampshire
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Property / Material Damage Insurance Services (excluding the provision of insurance broking services)
Reference number
HC18728
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police and Crime Commissioner for Hampshire invites applications from suitable organisations who wish to tender for Insurance for Property / Material Damage, Business Interruption, Contract Works, Money, Computers and Specified All Risks, but excluding Broker Services
The full requirements are set out within the procurement documents which are downloadable free of charge from In-Tend.
The contract will commence on 1st October 2022 for 12 months permits up to 6 annual renewals (total contract term 7 years).
Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/hampshire and complete and submit the tender return document together with any supporting information requested by 12.00 on 1st July 2022
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66513200 - Contractor's all-risk insurance services
- 66515100 - Fire insurance services
- 66515200 - Property insurance services
- 66515300 - Weather and financial loss insurance services
- 66515400 - Weather-related insurance services
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
Hampshire
two.2.4) Description of the procurement
To apply, please register at https://in-tendhost.co.uk/hampshire/
We recommend that you refer to the e-tendering guidance for suppliers which can be found by clicking on
'Information for Suppliers' at the top of the In-Tend home page.
If your organisation is not registered on the Hampshire In-tend portal, please go to the website stated above and
click on the 'Register' tab - registration is free.
Logging into In-Tend (once registered)
- To view this opportunity please click on 'Tenders' then 'Current' and then scroll down to the project - 'Provision of Property / Material Damage Insurance Services (excluding the provision of insurance broking services)' or search via the project reference 'HC18728'
- Selecting 'View Details' on the relevant opportunity
- Clicking the 'Express Interest' tab
- Following the on-screen instructions
Receiving Notification Emails
To ensure you receive email alerts and notifications from our system, please add the email domain '@intend.co.uk' to your Safe Senders list.
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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Annual insurance requirement with break clauses. Potential for up to 6 annual renewals dependant on continuance of long term agreement.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option 1 - Existing Deductibles, as outlined in each of the tabs of Appendix 1.1. in the procurement documents.
Option 2 - £100,000 deductible, applying to General Properties - Buildings & Contents, (Not to apply to Seized Property), Lease Buildings and Contents within lease buildings - Housing Properties and Business Interruption sections. All other sections deductibles are to remain as outlined in each of the tabs of Appendix 1.1. in the procurement documents.
two.2.14) Additional information
Additional Insured Interests:
The Association of Chief Police Officers Criminal Records Office (ACRO)
PO Box 481, Fareham, Hampshire, PO14 9FS
Website: www.acro.police.uk/home.aspx
NAVCIS (National Vehicle Crime Intelligence Service)
1 Leamington Road, Ryton-on-Dunsmore, Coventry, CV8 3EN
Website: https://navcis.police.uk
NWCU (National Wildlife Crime Unit)
Based in Scotland
Website: http://www.nwcu.police.uk
NPFDU (National Police Freedom of Information and Data Protection Unit)
1st Floor, 10 Victoria Street London SW1H 0NN
Website: http://www.npcc.police.uk/Home
More information is available within the procurement documents.
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
Insurers will be authorised to write the classes of
insurance listed within the EU Member States subject to
English/Welsh Law and jurisdiction of the English/Welsh
courts. Potential suppliers may be asked to produce a
certificate issued by the appropriate insurance
regulatory authority indicating the types of insurance the
insurer is authorised to provide and must comply with
Departments of Trade and Industry Regulations.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Potential suppliers may be asked to produce a copy of
their annual reports and accounts for the last 3 years,
name and address of bankers, details of last 3 years
of underwriting experience for the classes of business
referred to in this notice.
Minimum level(s) of standards possibly required
All Insurers must meet the Marsh minimum financial guidelines, being an interactive Standard and Poors rating of BBB or higher and the local currency equivalent of US$100 million in unencumbered policyholders' surplus and / or approved by the Marsh Market Information Group. In the absence of an interactive Standard and Poors rating, companies with an interactive A.M. Best rating of A- or higher and the local currency equivalent of US$100 million in unencumbered policyholders' surplus and / or approved by the Marsh Market Information Group. Otherwise their submission will be automatically rejected.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Details of membership of any professional body or
association and education/Professional qualifications/
experience of all staff providing the services, and
evidence of risk management capabilities. Please see
the invitation to tender (ITT) for more details.
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
Insurers will be insurance companies authorised to write classes of insurance listed within the EU Member
states subject to English/Welsh Law and the Jurisdiction of the English/Welsh courts. The service will be
regulated by the provisions of the Insurance Act 1982 and any modification thereof.
three.2.2) Contract performance conditions
In accordance with Articles 57 - 62 of Directive 2014/24/EC and Regulation 58 of the Public Contracts Regulations 2015, and set out in the Tender documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 July 2022
Local time
12:00pm
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: 1 October 2022
four.2.7) Conditions for opening of tenders
Date
1 July 2022
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Assuming all extension options are taken, approximately early to late spring of 2029.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
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 incorporate a minimum ten (10) calendar days standstill period at the point that information on the conclusion of the Contract is communicated to all tenderers. This period allows any unsuccessful tenderer(s) to seek further debriefing information from the Contracting Authority before the conclusion of the Contract. Such additional information should be requested from the address at I.1 of this notice. If an appeal regarding the conclusion of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting such proceedings had arisen. The Court may extend the time-limit for starting proceedings where the Court considers that there is good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been concluded, the Court may set aside the decision to award the Contract or order the Contracting Authority to amend any document and may award damages. If the Contract has been concluded, the Court may only award damages, or where the award procedures have not been followed correctly, declare the Contract to be ineffective.