Section one: Contracting authority
one.1) Name and addresses
HTS (Property and Environment) Limited
231 Baldwins Lane, Croxley Green
Rickmansworth
WD3 3LH
Contact
Neil Rowland
Neil.rowland@htsgroupltd.co.uk
Telephone
+44 1279446944
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42833
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Insurances Services including claims handling
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
It is the intention of HTS (Property & Environment) Limited to tender its insurance programme due for renewal on 1st February 2025.
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
Property
Lot No
1
two.2.2) Additional CPV code(s)
- 66515200 - Property insurance services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Property
* material damage "All Risk"
* Business Interruption
* Goods in Transit
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2025
End date
31 January 2027
This contract is subject to renewal
Yes
Description of renewals
The Contract will run for two years with an option to extend for a further three years, 1+1+1 making five years in total.
two.2.10) Information about variants
Variants will be accepted: Yes
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) Description
two.2.1) Title
Construction (Annual)
Lot No
2
two.2.2) Additional CPV code(s)
- 66513200 - Contractor's all-risk insurance services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Contractors All Risks
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2025
End date
31 January 2027
This contract is subject to renewal
Yes
Description of renewals
The Contract will run for two years with an option to extend for a further three years, 1+1+1 making five years in total
two.2.10) Information about variants
Variants will be accepted: Yes
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) Description
two.2.1) Title
Casualty
Lot No
3
two.2.2) Additional CPV code(s)
- 66516000 - Liability insurance services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Casualty
* Employers Liability
* Public/Products Liability
* Professional Indemnity
* Fidelity Guarantee
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2025
End date
31 January 2027
This contract is subject to renewal
Yes
Description of renewals
The Contract will run for two years with an option to extend for a further three years, 1+1+1 making five years in total.
two.2.10) Information about variants
Variants will be accepted: Yes
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) Description
two.2.1) Title
Computer
Lot No
4
two.2.2) Additional CPV code(s)
- 66515200 - Property insurance services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Computer
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2025
End date
31 January 2027
This contract is subject to renewal
Yes
Description of renewals
The Contract will run for two years with an option to extend for a further three years, 1+1+1 making five years in total.
two.2.10) Information about variants
Variants will be accepted: Yes
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) Description
two.2.1) Title
Motor Fleet
Lot No
5
two.2.2) Additional CPV code(s)
- 66514110 - Motor vehicle insurance services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Motor Fleet
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2025
End date
31 January 2027
This contract is subject to renewal
Yes
Description of renewals
The Contract will run for two years with an option to extend for a further three years, 1+1+1 making five years in total.
two.2.10) Information about variants
Variants will be accepted: Yes
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) Description
two.2.1) Title
Package
Lot No
6
two.2.2) Additional CPV code(s)
- 66513200 - Contractor's all-risk insurance services
- 66514110 - Motor vehicle insurance services
- 66515200 - Property insurance services
- 66516000 - Liability insurance services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Package
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2025
End date
31 January 2027
This contract is subject to renewal
Yes
Description of renewals
The Contract will run for two years with an option to extend for a further three years, 1+1+1 making five years in total.
two.2.10) Information about variants
Variants will be accepted: Yes
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
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
This tender is open only to insurance companies and Managing General Agents regulated by the Financial Conduct Authority and Market Act 2000, Insurance Companies Act 1982 and any other statutory modifications thereof. Insurance companies and MGA’s may provide terms through an intermediary/broker. For the avoidance of doubt this competition does not include a requirement for insurance broking services and placement of coverage will be by Gallagher with the bidding Insurers/MGA and not via the introducing intermediary. Evaluation will be undertaken as referred to within the ITT document
three.1.2) Economic and financial standing
List and brief description of selection criteria
Applicants are requested to provide with their letter of application details of their financial standing, including confirmation of company registration number and the company address. Applicants may be asked for further information if HTS feels it is necessary. The financial assessment will be based upon a credit check and review of the supplied accounts in relation to the value of business for the lot(s) applied for.
Minimum level(s) of standards possibly required
Bidders must hold an AM Best rating of BBB+ or equivalent. In addition they must be able to demonstrate a minimum turnover of 15 times the estimated contract value for this procurement and must be able evidence a positive net worth if requested to do so.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Refer to procurement documents
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
Originally published as:
Date
25 September 2024
Local time
12:00pm
Changed to:
Date
30 September 2024
Local time
12:00pm
See the change notice.
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: 24 December 2024
four.2.7) Conditions for opening of tenders
Date
26 September 2024
Local time
8:00am
Place
HTS Offices
Information about authorised persons and opening procedure
Neil Rowland
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
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID+217726. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guide.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (MT REF:217726)
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=217726.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232571.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:232571)
six.4) Procedures for review
six.4.1) Review body
HTS (Property and Environment) Limited
Mead Park Industrial Estate, River Way
Harlow
CM20 2SE
Neil.rowland@htsgroupltd.co.uk
Telephone
+44 1279446944
Country
United Kingdom