Section one: Contracting authority
one.1) Name and addresses
South Lakes Housing
Bridge Mills Business Centre,, Stramongate,
Kendal
LA9 4BD
Contact
John Mansergh Director of Business Improvement
j.mansergh@southlakeshousing.co.uk
Telephone
+44 1539717706
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Kendal:-Insurance-services./9F7Y9754RC
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/UK-title/9F7Y9754RC
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
Provision of Insurance and related services to South Lakes Housing
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
Property Owners Combined including Property Stock, Office and Depot Buildings, Business Interruption, Money, Employers Liability, Public/Products Liability, Property Owners Liability and terrorism excluding broker services
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66513100 - Legal expenses insurance services
- 66513200 - Contractor's all-risk insurance services
- 66514110 - Motor vehicle insurance services
- 66515000 - Damage or loss insurance services
- 66515200 - Property insurance services
- 66515410 - Financial loss insurance services
- 66515411 - Pecuniary loss insurance services
- 66516000 - Liability insurance services
- 66516100 - Motor vehicle liability insurance services
- 66516400 - General liability insurance services
- 66516500 - Professional liability insurance services
- 66517300 - Risk management insurance services
- 66519200 - Engineering insurance 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
A programme of General (non-life) insurance and related services for South Lakes Housing. The programme will require Insurance and related services for risks for Property Owners Combined only including property damage and business interruption, employers liability, public/products liability, property owners liability, business combined/office, money, all risks and terrorism excluding broker services. Responses are required for all covers and contract will be awarded as one (not individual classes) to the winning bidder.
two.2.5) Award criteria
Quality criterion - Name: Quality as more fully defined in the ITT / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
South Lakes Housing will consider entering into Long term agreements with the risk carriers, for an initial period of 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 years and further 2 years subject to satisfactory service, performance and cost.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This will be Open Procedure and bidders will be required to submit satisfactorily completed selection questionnaire with their tender response. Bidders failing to meet certain required standards set out in the selection questionnaire will be rejected.
South Lakes Housing will consider entering into Long term agreements with the risk carriers, for an initial period of 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 years and further 2 years 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
For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Arundel:-Insurance-services./9F7Y9754RC
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, property developers, public sector organisations, social landlords or other similar organisations over the past 5 years, plus details of three 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 insurance programme, including 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 Marsh'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 Marsh's market security committee’s latest report, including written recommendation from Marsh's market security committee.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The tender documents will require Insurers 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.
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
Open procedure
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
23 January 2023
Local time
5:00pm
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: 31 March 2023
four.2.7) Conditions for opening of tenders
Date
24 January 2023
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Between 3 or 5 years from the date of this Notice
six.2) Information about electronic workflows
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.All tender documents and any additional information will be available to access and download at https://www.delta-esourcing.com/tenders/UK-UK-Kendal:-Insurance-services./9F7Y9754RC.
To be managed and administered by Marsh as the contracting Association’s appointed insurance broker and advisor.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=734689327" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=734689327
GO Reference: GO-20221214-PRO-21736329
six.4) Procedures for review
six.4.1) Review body
The 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 enter into this contract following a 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
six.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
London
Country
United Kingdom