Tender

VIVID - Insurance and Related Services for VIVID Housing Limited

  • VIVID

F02: Contract notice

Notice identifier: 2022/S 000-035546

Procurement identifier (OCID): ocds-h6vhtk-038ddd

Published 15 December 2022, 3:42pm



Section one: Contracting authority

one.1) Name and addresses

VIVID

Peninsula House

Portsmouth

PO2 8HB

Contact

Mr Luke Stone

Email

luke.stone@vividhomes.co.uk

Telephone

+44 1256368722

Country

United Kingdom

Region code

UKJ3 - Hampshire and Isle of Wight

Internet address(es)

Main address

http://www.vividhomes.co.uk

Buyer's address

http://www.vividhomes.co.uk

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