- Scope of the procurement
- Lot 1. Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by VIVID Housing Limited
- 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 items of Engineering Insurance for VIVID Housing Limited
- Lot 4. Insurance and related services associated with Cyber risks for VIVID Housing Limited
- Lot 5. Insurance and related services associated with Terrorism Risks (Pool Re Basis) for VIVID Housing Limited
- Lot 6. Insurance and related services associated with Terrorism (Non Pool Re Basis) Risks for VIVID Housing Limited
- Lot 7. Insurance and related services associated with Directors and Officers' Liability
- Lot 8. Insurance and related services associated with Professional Indemnity
- Lot 9. Insurance and related services associated with Crime / Fidelity Guarantee
Section one: Contracting authority
one.1) Name and addresses
VIVID
Peninsula House
Portsmouth
PO2 8HB
Contact
Mr Luke Stone
Telephone
+44 1256368722
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=bb5586e5-c47b-ed11-811c-005056b64545
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/Advert/Index?advertId=bb5586e5-c47b-ed11-811c-005056b64545
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
VIVID - Insurance and Related Services for VIVID Housing Limited
Reference number
DN647506
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 for Property, legal liability and other general (non-life)
insurable risks, as required by VIVID Housing Limited
two.1.5) Estimated total value
Value excluding VAT: £11,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
9
Maximum number of lots that may be awarded to one tenderer: 8
two.2) Description
two.2.1) Title
Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by VIVID Housing Limited
Lot No
1
two.2.2) Additional CPV code(s)
- 66513100 - Legal expenses insurance services
- 66513200 - Contractor's all-risk insurance services
- 66515000 - Damage or loss insurance services
- 66516400 - General liability insurance services
- 66516500 - Professional liability insurance services
- 66517300 - Risk management insurance services
- 66518300 - Insurance claims adjustment 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 VIVID
Housing Limited. 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 and employment
practices liability. This list is to be decided at the sole discretion of VIVID Housing 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: £8,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
VIVID Housing 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
Maximum number: 3
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
VIVID Housing 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) 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
- 66518000 - Insurance brokerage and agency services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
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
Price
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
VIVID Housing 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
VIVID Housing 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) Description
two.2.1) Title
Insurance and related services associated with items of Engineering Insurance for VIVID Housing Limited
Lot No
3
two.2.2) Additional CPV code(s)
- 66150000 - Financial markets administration services
- 66511000 - Life insurance services
- 66518300 - Insurance claims adjustment services
- 66519200 - Engineering insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insurance and related services associated with items of Engineering Insurance for
VIVID Housing 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: £30,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
VIVID Housing 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
VIVID Housing 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) Description
two.2.1) Title
Insurance and related services associated with Cyber risks for VIVID Housing Limited
Lot No
4
two.2.2) Additional CPV code(s)
- 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
two.2.4) Description of the procurement
Insurance and related services associated with Cyber risks for VIVID Housing 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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
VIVID Housing 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
VIVID Housing 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) Description
two.2.1) Title
Insurance and related services associated with Terrorism Risks (Pool Re Basis) for VIVID Housing Limited
Lot No
5
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insurance and related services associated with Terrorism (Pool Re Basis of Cover)
risks for VIVID Housing 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: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
VIVID Housing 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
VIVID Housing 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) Description
two.2.1) Title
Insurance and related services associated with Terrorism (Non Pool Re Basis) Risks for VIVID Housing Limited
Lot No
6
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66516000 - Liability insurance services
- 66516500 - Professional liability insurance services
- 66517300 - Risk management insurance services
- 66518300 - Insurance claims adjustment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insurance and related services associated with Terrorism (Non Pool Re Basis)
Risks for VIVID Housing 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: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
VIVID Housing 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
: VIVID Housing 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) Description
two.2.1) Title
Insurance and related services associated with Directors and Officers' Liability
Lot No
7
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66516000 - Liability insurance services
- 66516500 - Professional liability insurance services
- 66517300 - Risk management insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
VIVID Housing 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.2.5) 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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
VIVID Housing 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
VIVID Housing 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) Description
two.2.1) Title
Insurance and related services associated with Professional Indemnity
Lot No
8
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66516000 - Liability insurance services
- 66516500 - Professional liability insurance services
- 66517300 - Risk management insurance services
- 66518300 - Insurance claims adjustment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insurance and related services associated with Professional Indemnity risks for
VIVID Housing 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
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
VIVID Housing 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
VIVID Housing 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) Description
two.2.1) Title
Insurance and related services associated with Crime / Fidelity Guarantee
Lot No
9
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66516000 - Liability insurance services
- 66516500 - Professional liability insurance services
- 66517300 - Risk management insurance services
- 66518300 - Insurance claims adjustment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insurance and related services associated with Crime / 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.2.6) Estimated value
Value excluding VAT: £50,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
VIVID Housing 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
VIVID Housing 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 cos
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
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 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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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
19 January 2023
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 January 2023
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: 30 June 2023
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.
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 your proposed insurance wordings and provide details of
relevant experience of all account servicing, claims handling and risk management staff.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=734744457
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