Section one: Contracting authority
one.1) Name and addresses
Stonewater Limited
Suite C Lancaster House, Grange Business Park, Enderby Road
Leicester
LE8 6EP
Contact
Loretta George
Telephone
+44 1202319119
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
https://www.delta-esourcing.com/
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
Cyber and Terrorism / Political Violence Insurance Services
Reference number
732588718
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 associated with Cyber & Terrorism risks for Stonewater Limited.
two.1.5) Estimated total value
Value excluding VAT: £285,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1: Insurance and related services associated with Cyber risks for Stonewater Limited.
Lot 2: Insurance and related services associated with Terrorism risks for Stonewater
Limited
two.2) Description
two.2.1) Title
Cyber and Terrorism / Political Violence Insurance Services
Lot No
1
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
- 66510000 - Insurance services
- 66515000 - Damage or loss insurance services
- 66517300 - Risk management insurance services
- 66518000 - Insurance brokerage and agency 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
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: £135,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 April 2023
End date
6 April 2026
This contract is subject to renewal
Yes
Description of renewals
Stonewater Limited will consider entering into Long term agreements with the 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 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: Yes
Description of options
Stonewater Limited will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers 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.2.13) 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/4X4AF86733
two.2) Description
two.2.1) Title
Insurance and related services associated with Terrorism Risks for Stonewater Limited
Lot No
2
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
- 66510000 - Insurance services
- 66515410 - Financial loss insurance services
- 66517300 - Risk management insurance services
- 66518000 - Insurance brokerage and agency 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
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: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 April 2023
End date
6 April 2026
This contract is subject to renewal
Yes
Description of renewals
Stonewater Limited will consider entering into Long term agreements with the 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 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: Yes
Description of options
Stonewater Limited will consider entering into Long term agreements with the 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.2.13) 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/64CV9B7H2P
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 relevant services provided to property owners, public sector organisations, social landlords or other similar 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-, the contracting authority 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.
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.2.3) 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
16 December 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=732591183
GO Reference: GO-20221115-PRO-21435437
six.4) Procedures for review
six.4.1) Review body
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road
Leicester
LE8 6EP
Telephone
+44 1202319119
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road
Leicester
LE8 6EP
Telephone
+44 1202319119
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road
Leicester
LE8 6EP
Telephone
+44 1202319119
Country
United Kingdom