Contract notice

Information

Published

Expire date: 10/10/2023

External Reference: 2023-573718

FTS Reference: 2023-026711

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Hyde Housing Association Ltd
IP18195R
30 Park Street
London
SE1 9EQ
UK
Contact person: James Foreman
Telephone: +44 7841632922
NUTS code:  UK -  UNITED KINGDOM
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=72712&B=HYDE-HOUSING
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

Provision of Insurance and related services to Hyde Housing Association and Subsidiaries
II.1.2)

Main CPV code

66510000  -  Insurance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Hyde Housing Association and Subsidiaries
II.1.5)

Estimated total value

Value excluding VAT: 6500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

66513100  -  Legal expenses insurance services
66513200  -  Contractor's all-risk insurance services
66515000  -  Damage or loss insurance services
66515100  -  Fire insurance services
66515200  -  Property insurance services
66515410  -  Financial loss insurance services
66515411  -  Pecuniary 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
66518300  -  Insurance claims adjustment services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

A programme of General (non-life) insurance and related services for Hyde Housing Association and subsidiaries. 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, professional indemnity, employment practices liability, Motor, Engineering Insurance and Inspection, Cyber, Terrorism, Directors & Officers, Fidelity Guarantee/ Crime. This list is to be decided at the sole discretion of Hyde Housing Association and subsidiaries
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 6500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2024  /  End: 31/03/2027
This contract is subject to renewal: yes
Description of renewals:  
Hyde Housing Association and subsidiaries 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.
II.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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Hyde Housing Association and subsidiaries 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.
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

For more information about this opportunity, please visit https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=72712&B=HYDE-HOUSING

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 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.
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 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.
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 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.
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.1.8)

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:  10/10/2023
Local time:  17:00
IV.2.3)

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

Date: 23/10/2023
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:  01/04/2027

Section VI: Complementary information

VI.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
VI.2)

Information about electronic workflows

Electronic ordering will be used
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 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
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
London
UK
Telephone: +44 1959562242

VI.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.
VI.4.4)

Service from which information about the review procedure may be obtained

The Cabinet Office
London
UK
Telephone: +44 1959562242