Tender

Cyber and Terrorism / Political Violence Insurance Services

  • Stonewater Limited

F02: Contract notice

Notice identifier: 2022/S 000-032378

Procurement identifier (OCID): ocds-h6vhtk-03849c

Published 15 November 2022, 2:05pm



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

Email

Procurement@stonewater.org

Telephone

+44 1202319119

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.stonewater.org/

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

Email

Procurement@stonewater.org

Telephone

+44 1202319119

Country

United Kingdom

Internet address

https://www.stonewater.org/

six.4.2) Body responsible for mediation procedures

Stonewater Limited

Suite C, Lancaster House, Grange Business Park, Enderby Road

Leicester

LE8 6EP

Email

procurement@stonewater.org

Telephone

+44 1202319119

Country

United Kingdom

Internet address

https://www.stonewater.org/

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

Email

procurement@stonewater.org

Telephone

+44 1202319119

Country

United Kingdom

Internet address

https://www.stonewater.org/