Contract notice

Information

Published

Date of dispatch of this notice: 11/06/2019

Expire date: 15/07/2019

External Reference: 2019-527452

TED Reference: 2019/S 112-275096

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

One Housing Group
NA
100 Chalk Farm Road
London
NW1 8EH
UK
Contact person: Adrian Yearwood
Telephone: +44 2074285374
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=28839&B=ONEHOUSING
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

One Housing Corporate Insurance Services
Reference number:  1044
II.1.2)

Main CPV code

66510000  -  Insurance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

One Housing Group are seeking proposals from companies in the Insurance Sector to provide an insurance coverage programme for three years with the option to extend for a further two years.
A programme of general insurance and related services for One Housing Group and subsidiary organisations, excluding motor fleet risks (see Lot 2) and engineering insurance/inspection (see Lot 3).
It is a legal statutory requirement that the Group holds certain types of insurance such as property (buildings) insurance, motor insurance, public and employers liability insurance and various optional insurances.
II.1.5)

Estimated total value

Value excluding VAT: 2200000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 5
Maximum number of lots that may be awarded to one tenderer:  3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lots 1-5 will be individually evaluated and therefore multiple awards may result.
Lot 4 may be awarded instead of Lots 1-3.
Lot 5 may be awarded instead of Lot 1.
Where the respondent is an insurance broker, it may choose to place the insurance(s) required within each Lotwith different insurers and full details of the risk carriers will be required for evaluation purposes.
II.2)

Description

II.2.1)

Title

General Insurance and related services for One Housing Group and subsidiary organisations
Lot No:  1
II.2.2)

Additional CPV code(s)

66000000  -  Financial and insurance services
66513000  -  Legal insurance and all-risk insurance services
66513100  -  Legal expenses insurance services
66513200  -  Contractor's all-risk insurance services
66515200  -  Property insurance services
66515410  -  Financial loss insurance services
66516000  -  Liability insurance services
66516400  -  General liability insurance services
66516500  -  Professional liability insurance services
66518000  -  Insurance brokerage and agency services
66518100  -  Insurance brokerage services
66518200  -  Insurance agency services
66510000  -  Insurance services
II.2.3)

Place of performance

Main site or place of performance:  
United Kingdom
II.2.4)

Description of the procurement

A programme of general insurance and related services for One Housing Group and subsidiary organisations, excluding Motor Fleet Insurance (see Lot 2) and Engineering items, including a programme of Inspections for plant owned or the responsibility of One Housing Group and subsidiary organisations (see Lot 3).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/12/2019  /  End: 01/12/2022
This contract is subject to renewal: yes
Description of renewals:  
Initial contract term is 3 years (or periods of insurance) with an option to extend by up to two years (or periods of insurance), subject to satisfactory performance. The estimated contract value is based upon the five year potential term.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 7
Objective criteria for choosing the limited number of candidates:
This will be a 2 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 at SQ stage for each lot 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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
One Housing Group and subsidiary organisations
will consider entering into long term agreements with the bidder and/or the bidder's proposed risk carriers for 3 years (or periods of insurance),with an option to extend the award period by up to 2 years (or periods of insurance) subject to satisfactory performance.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

As stated in the tender documentation.
II.2)

Description

II.2.1)

Title

Motor Fleet Insurance and related services for One Housing Group and subsidiary organisations
Lot No:  2
II.2.2)

Additional CPV code(s)

66510000  -  Insurance services
66514100  -  Insurance related to Transport
66514110  -  Motor vehicle insurance services
66516100  -  Motor vehicle liability insurance services
66517300  -  Risk management insurance services
II.2.3)

Place of performance

Main site or place of performance:  
United Kingdom
II.2.4)

Description of the procurement

Insurance and related services for motor fleet risks (including Motor legal expenses).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/12/2019  /  End: 01/12/2022
This contract is subject to renewal: yes
Description of renewals:  
Initial contract term is 3 years (or periods of insurance) with an option to extend by up to 2 years (or periods of insurance), subject to satisfactory performance. The estimated contract value is based upon the 5 year potential term.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 7
Objective criteria for choosing the limited number of candidates:
This will be a 2 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 at SQ stage for each lot 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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
One Housing Group and subsidiary organisations will consider entering into long term agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance),with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

As stated in the tender documentation.
II.2)

Description

II.2.1)

Title

Insurance and related services for Engineering items, including a programme of Inspections for plant owned or the responsibility of One Housing Group and subsidiary organisations
Lot No:  3
II.2.2)

Additional CPV code(s)

66518000  -  Insurance brokerage and agency services
66519200  -  Engineering insurance services
71631000  -  Technical inspection services
71632200  -  Non-destructive testing services
66510000  -  Insurance services
II.2.3)

Place of performance

Main site or place of performance:  
United Kingdom
II.2.4)

Description of the procurement

Engineering Insurance and an associated programme of inspections for statutory and other items of engineering plant and equipment including Lifts.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/12/2019  /  End: 01/12/2022
This contract is subject to renewal: yes
Description of renewals:  
Initial contract term is 3 years (or periods of insurance) with an option to extend by up to two years (or periods of insurance), subject to satisfactory performance. The estimated Contract value is based upon the five year potential term.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  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 at SQ stage for each Lot 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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
One Housing Group and subsidiary organisations will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance),with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

As stated in the Tender documentation.
II.2)

Description

II.2.1)

Title

An optional Lot enabling One Housing Group to consider a combined Award of all insurance and related services required under Lots 1-3
Lot No:  4
II.2.2)

Additional CPV code(s)

66000000  -  Financial and insurance services
66500000  -  Insurance and pension services
66510000  -  Insurance services
66513000  -  Legal insurance and all-risk insurance services
66513100  -  Legal expenses insurance services
66513200  -  Contractor's all-risk insurance services
66514100  -  Insurance related to Transport
66514110  -  Motor vehicle insurance services
66515100  -  Fire insurance services
66515200  -  Property insurance services
66515410  -  Financial loss insurance services
66516000  -  Liability insurance services
66516100  -  Motor vehicle liability insurance services
66516400  -  General liability insurance services
66516500  -  Professional liability insurance services
66518000  -  Insurance brokerage and agency services
66518100  -  Insurance brokerage services
66518200  -  Insurance agency services
66518300  -  Insurance claims adjustment services
66519200  -  Engineering insurance services
71631000  -  Technical inspection services
71631100  -  Machinery-inspection services
71632200  -  Non-destructive testing services
II.2.3)

Place of performance

Main site or place of performance:  
United Kingdom
II.2.4)

Description of the procurement

An optional Lot enabling One Housing Group and subsidiary organisations to consider a combined Award of all insurance and related services required under Lots 1-3. One Housing reserves its right to award Lot 1, Lot 4, or Lot 5 at its sole discretion. Each Lot will be fairly and individually evaluated.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/12/2019  /  End: 01/12/2022
This contract is subject to renewal: yes
Description of renewals:  
Initial contract term is 3 years (or periods of insurance) with an option to extend by up to two years (or periods of insurance), subject to satisfactory performance. The estimated Contract value is based upon the five year potential term.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  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 at SQ stage for each Lot 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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
One Housing Group subsidiary organisations will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance),with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

As stated in the Tender documentation.
II.2)

Description

II.2.1)

Title

Optional Lot for Insurance and/or Alternative Risk Financing associated with the Insurable Risks of One Housing Group and Subsidiary Organisations, excluding Motor Fleet and Engineering
Lot No:  5
II.2.2)

Additional CPV code(s)

66510000  -  Insurance services
66513100  -  Legal expenses insurance services
66513200  -  Contractor's all-risk insurance services
66515000  -  Damage or loss insurance services
66515200  -  Property insurance services
66515410  -  Financial loss insurance services
66516000  -  Liability insurance services
66516400  -  General liability insurance services
66516500  -  Professional liability insurance services
66517300  -  Risk management insurance services
66518000  -  Insurance brokerage and agency services
66519500  -  Loss adjustment services
II.2.3)

Place of performance

Main site or place of performance:  
United Kingdom
II.2.4)

Description of the procurement

An optional Lot to enable One Housing Group to consider its options for alternative risk financing including a Captive or Protected Cell Company for its core insurable risks including property and third party liability risks. We anticipate this Lot will require a mixture of traditional and ARF. One Housing Group therefore reserves its right to award Lot 1, Lot 4,or Lot 5 at its sole discretion. Each Lot will be fairly and individually evaluated.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/12/2019  /  End: 01/12/2022
This contract is subject to renewal: yes
Description of renewals:  
Initial contract term is 3 years (or periods of insurance) with an option to extend by up to two years (or periods of insurance), subject to satisfactory performance. The estimated Contract value is based upon the five year potential term.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  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 at SQ stage for each Lot will be ranked according to the highest score achieved for the specific Lot and may be 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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
One Housing Group and subsidiary organisations will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or periods of insurance),with an option to extend the Award period by up to 2 years (or periods of insurance) subject to satisfactory performance.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

As stated in the Tender documentation.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.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 services provided to property owners, public sector organisations, social landlords or other relevant 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.
III.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 servicesoffered, including but not limited to 2 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 Agencyand approved by the bidder’s Market Security Committee. In the case of any Rating less than A-, One Housing will evaluate and accept the nominated Insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the Bid deadline of the Bidder’s Market Security Committee’s latest report, including written recommendation from the bidder’s Market Security Committee.
III.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.
III.2)

Conditions related to the contract

III.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 thereof) 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.
III.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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.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
IV.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
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/07/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/07/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  03/02/2020

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out forthe 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 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.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
London
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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.