- Scope of the procurement
- Lot 1. Main Programme. Insurance and related services for Property, legal liability and other general (non-life) insurable risks
- 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 Guinness Partnership
- Lot 4. Insurance and related services associated with Terrorism Risks for The Guinness Partnership
Section one: Contracting authority
one.1) Name and addresses
The Guinness Partnership Ltd
Bower House, 1 Stable Street
Oldham
OL9 7LH
Contact
Callie Barry
Telephone
+44 2038190094
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
http://www.guinnesspartnership.com/
Buyer's address
http://www.guinnesspartnership.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
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 and Related Services for The Guinness Partnership
Reference number
DN635048
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Guinness Partnership require insurance related services for the following areas:
Lot 1 - Main Programme. Insurance and related services for Property, legal liability and other general (non-life) insurable risks
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
Lot 4 - Insurance and related services associated with Terrorism Risks
Potential suppliers must make costed proposals for insurance arrangements which meet our insurance, risk management and servicing needs in the most appropriate and cost-effective way.
Minimum Requirements
Bidders must be able to meet the following minimum requirements:
• the financial ability to deliver the programme, including insurers with a minimum rating of “B++” from Standard & Poor, or an equivalent rating by an independent and reputable credit rating agency and approved by the bidder’s market security committee.
• the ability to provide the Contracting Authority with a choice of suitable insurers and/or suitable cover options
• a skilled and competent service team, which includes client relationship management, insurance claims management, insurance broking / underwriting and insurable risk managers
• the delivery of quality service to the Contracting Authority and our clients, including that provided to us by any third-party contractor employed by you or by the Insurer(s) you propose
Full Service Specification for all Lots can be found in Section 4 Specification of the 'Draft ITT Main Body' Document available with this Contract Notice
Estimated annual value for all LOTs is £8.675m per annum.
two.1.5) Estimated total value
Value excluding VAT: £43,375,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lots 1 - 4.
Lots 1- 4 will be individually evaluated, and multiple awards may result. Where the Tenderer is an Insurance Broker, it may choose to place the insurance(s) required within each Lot with different insurers at its discretion, but full details of the risk carrier(s) will be required.
two.2) Description
two.2.1) Title
Main Programme. Insurance and related services for Property, legal liability and other general (non-life) insurable risks
Lot No
1
two.2.2) Additional CPV code(s)
- 66513100 - Legal expenses insurance services
- 66513200 - Contractor's all-risk insurance services
- 66515100 - Fire insurance services
- 66515200 - Property insurance services
- 66515410 - Financial loss insurance services
- 66515411 - Pecuniary loss insurance services
- 66516400 - General liability insurance services
- 66516500 - Professional 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
A programme of General (non-life) insurance and related services for The
Guinness Partnership. 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 Guinness Partnership.
This Lot excludes: Motor (See Lot 2), Cyber (See Lot 3), Terrorism (See Lot 4)
two.2.5) Award criteria
Quality criterion - Name: Quality - Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2023
End date
31 May 2026
This contract is subject to renewal
Yes
Description of renewals
The Guinness Partnership will consider entering into long term agreements with the successful 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 number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates:
The Guinness Partnership has a preference to invite a minimum of 5 Organisations for each of the relevant lots. However, in circumstances where the final evaluation scores are sufficiently close to one another, The Guinness Partnership may, at its discretion, invite further Organisations to tender where:
a) If any Organisation’s total score out of 100 for the SQ is within 3 points or less of the lowest-ranked Organisation to be invited to tender (i.e.the 5th-ranked), The Guinness Partnership may invite those Organisation(s) to tender as additional Organisations; and/or
b) If any further Organisation’s score is within 1 point of the lowest-ranked additional Organisation invited (as per point a), Guinness may also invite those Organisation(s) to tender as further additional Organisations; but
c) Neither of points a nor b shall apply to any Organisation who’s overall final SQ score is less than exactly 55 out of the 100 available total marks.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority may also consider additional cover or excess options that are recommended in potential suppliers' bids.
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
The Guinness Partnership is looking to award to one supplier for this LOT to deliver the required services to The Guinness Partnership and its Subsidiaries.
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
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
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
Quality criterion - Name: Quality - Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2023
End date
31 May 2026
This contract is subject to renewal
Yes
Description of renewals
The Guinness Partnership will consider entering into long term agreements with the successful 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 number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates:
The Guinness Partnership has a preference to invite a minimum of 5 Organisations for each of the relevant lots. However, in circumstances where the final evaluation scores are sufficiently close to one another, The Guinness Partnership may, at its discretion, invite further Organisations to tender where:
a) If any Organisation’s total score out of 100 for the SQ is within 3 points or less of the lowest-ranked Organisation to be invited to tender (i.e.the 5th-ranked), The Guinness Partnership may invite those Organisation(s) to tender as additional Organisations; and/or
b) If any further Organisation’s score is within 1 point of the lowest-ranked additional Organisation invited (as per point a), Guinness may also invite those Organisation(s) to tender as further additional Organisations; but
c) Neither of points a nor b shall apply to any Organisation who’s overall final SQ score is less than exactly 55 out of the 100 available total marks.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority may also consider additional cover or excess options that are recommended in potential suppliers' bids.
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
The Guinness Partnership is looking to award to one supplier for this LOT to deliver the required services to The Guinness Partnership and its Subsidiaries.
two.2) Description
two.2.1) Title
Insurance and related services associated with Cyber risks for The Guinness Partnership
Lot No
3
two.2.2) Additional CPV code(s)
- 66515000 - Damage or loss insurance services
- 66515410 - Financial loss insurance services
- 66516000 - Liability insurance services
- 66517300 - Risk management insurance services
- 66518000 - Insurance brokerage and agency services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Insurance and related services associated with Cyber risks for The Guinness
Partnership.
two.2.5) Award criteria
Quality criterion - Name: Quality - Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2023
End date
31 May 2026
This contract is subject to renewal
Yes
Description of renewals
The Guinness Partnership will consider entering into long term agreements with the successful 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 number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates:
The Guinness Partnership has a preference to invite a minimum of 5 Organisations for each of the relevant lots. However, in circumstances where the final evaluation scores are sufficiently close to one another, The Guinness Partnership may, at its discretion, invite further Organisations to tender where:
a) If any Organisation’s total score out of 100 for the SQ is within 3 points or less of the lowest-ranked Organisation to be invited to tender (i.e.the 5th-ranked), The Guinness Partnership may invite those Organisation(s) to tender as additional Organisations; and/or
b) If any further Organisation’s score is within 1 point of the lowest-ranked additional Organisation invited (as per point a), Guinness may also invite those Organisation(s) to tender as further additional Organisations; but
c) Neither of points a nor b shall apply to any Organisation who’s overall final SQ score is less than exactly 55 out of the 100 available total marks.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority may also consider additional cover or excess options that are recommended in potential suppliers' bids.
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 Guinness Partnership
Lot No
4
two.2.2) Additional CPV code(s)
- 66000000 - Financial and 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
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Insurance and related services associated with Terrorism risks for The Guinness Partnership
two.2.5) Award criteria
Quality criterion - Name: Quality - Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2023
End date
31 May 2026
This contract is subject to renewal
Yes
Description of renewals
The Guinness Partnership will consider entering into long term agreements with the successful 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 number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates:
The Guinness Partnership has a preference to invite a minimum of 5 Organisations for each of the relevant lots. However, in circumstances where the final evaluation scores are sufficiently close to one another, The Guinness Partnership may, at its discretion, invite further Organisations to tender where:
a) If any Organisation’s total score out of 100 for the SQ is within 3 points or less of the lowest-ranked Organisation to be invited to tender (i.e.the 5th-ranked), The Guinness Partnership may invite those Organisation(s) to tender as additional Organisations; and/or
b) If any further Organisation’s score is within 1 point of the lowest-ranked additional Organisation invited (as per point a), Guinness may also invite those Organisation(s) to tender as further additional Organisations; but
c) Neither of points a nor b shall apply to any Organisation who’s overall final SQ score is less than exactly 55 out of the 100 available total marks.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority may also consider additional cover or excess options that are recommended in potential suppliers' bids.
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 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 November 2022
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 November 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: 31 May 2023
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
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 their 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
Public Procurement Review Service, Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit