loading
  • GB-NW1 1BS London
  • 09.06.2017
  • Ausschreibung
  • (ID 2-263016)

Provision of Insurance and related Services to Origin Housing Ltd and all Subsidiary Companies


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 09.06.2017, 17:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 6
    Gebäudetyp Wohnungsbau
    Art der Leistung Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    Insurance and related services for Property, Legal Liability and other general non-life insurable risks, as required by Origin Housing Ltd.
    Leistungsumfang
    Engineering Inspection contract for items of lifting plant, pressure plant, playgrounds and the like, all owned or managed by Origin Housing Ltd.
    Adresse des Bauherren UK-NW1 1BS London
    TED Dokumenten-Nr. 150732-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Insurance services

      2017/S 078-150732

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Origin Housing Ltd
      110 Eversholt Street
      London
      NW1 1BS
      United Kingdom
      Contact person: Either the person named below, or our Consultant for this project (MjEyXlVhWWciWmNmWWFVYjRbXVZWZ2BVXVhgWWYiV2MiaV8=)
      E-mail: MjE5WFJjVlsbWmJVTlpaTlEtXF9WVFZbVVxiYFZbVBtcX1QbYlg=
      NUTS code: UKI

      Internet address(es):

      Main address: http://www.originhousing.org.uk

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: www.gibbslaidler.co.uk
      Additional information can be obtained from another address:
      Gibbs Laidler Consulting LLP
      Falcon House, Black Eagle Square
      Westerham
      United Kingdom
      Contact person: James Foreman
      E-mail: MTRmXWlhbypia25haV1qPGNlXl5vaF1lYGhhbipfaypxZw==
      NUTS code: UK

      Internet address(es):

      Main address: www.gibbslaidler.co.uk

      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 Origin Housing Ltd and all Subsidiary Companies.

       

      II.1.2)Main CPV code
      66510000
      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 Origin Housing Ltd.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      The contracting authority ideally seeks a single provider for all Lots. Lots 1-3 will however be individually evaluated and therefore multiple awards may result. Where the respondent is an insurance Broker, it may choose to place the insurance(s) required within Lot 1 with different insurers at its discretion, but full details of the risk carrier(s) will be required, for evaluation purposes.

       

      II.2)Description
      II.2.1)Title:

       

      A programme of General Insurance and related services for Origin Housing Ltd

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      66513100
      66513200
      66515000
      66515100
      66515200
      66515410
      66516000
      66516400
      66516500
      66517300
      66518000
      66519500
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      Focused around the Head Office and Housing Stock in London, plus other areas that are necessary to fulfil the Contract.

       

      II.2.4)Description of the procurement:

       

      A programme of General Insurance and related services for Origin Housing Ltd, excluding Motor Fleet risks and Engineering Insurance/Inspection contract. 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, Fidelity Guarantee/Crime, Employment Practices Liability, Cyber and Terrorism.

       

      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: 1 500 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/10/2017
      End: 30/09/2020
      This contract is subject to renewal: yes
      Description of renewals:

       

      Origin Housing Ltd 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 an option to extend the award period by up to 2 further years, 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: 6
      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 will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITN stage. Selection Criteria for the SQ stage will be 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:

       

      Origin Housing Ltd 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 an option to extend the award period subject to service, performance and cost.

       

      II.2.12)Information about electronic catalogues
      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 Tender documents.

       

      II.2)Description
      II.2.1)Title:

       

      Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use)

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      66514110
      66516100
      66518000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      Focused around the Head Office and Housing Stock in London, plus other areas that are necessary to fulfil the Contract.

       

      II.2.4)Description of the procurement:

       

      Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business use extensions).

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/10/2017
      End: 30/09/2020
      This contract is subject to renewal: yes
      Description of renewals:

       

      Origin Housing Ltd 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 an option to extend the award period by up to 2 further years, 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: 6
      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 will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITN stage. Selection Criteria for the SQ stage will be 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:

       

      Origin Housing Ltd 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 an option to extend the award period subject to service, performance and cost.

       

      II.2.12)Information about electronic catalogues
      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 Tender documents.

       

      II.2)Description
      II.2.1)Title:

       

      Engineering Insurance and an associated Inspection Contract

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71630000
      71631000
      71631100
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      Focused around the Head Office and Housing Stock in London, plus other areas that are necessary to fulfil the Contract.

       

      II.2.4)Description of the procurement:

       

      Engineering Inspection contract for items of lifting plant, pressure plant, playgrounds and the like, all owned or managed by Origin Housing Ltd.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/10/2017
      End: 30/09/2020
      This contract is subject to renewal: yes
      Description of renewals:

       

      Origin Housing Ltd 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 an option to extend the award period by up to 2 further years, 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: 6
      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 will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITN stage. Selection Criteria for the SQ stage will be 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:

       

      Origin Housing Ltd 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 an option to extend the award period subject to service, performance and cost.

       

      II.2.12)Information about electronic catalogues
      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 Tender documents.

       

      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 permission 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 three years reports and accounts.

       

      Minimum level(s) of standards possibly required:

       

      A minimum financial rating of A- from Standard & Poor's, or an equivalent rating Agency will be required of all risk carriers.

       

      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.1.5)Information about reserved contracts
      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.2.2)Contract performance conditions:
      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.1.3)Information about a framework agreement or a dynamic purchasing system
      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.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 09/06/2017
      Local time: 17:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 19/06/2017
      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: 01/10/2017
      IV.2.7)Conditions for opening of tenders

      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
      VI.3)Additional information:

       

      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 ITN Stage. Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process. 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 at the ITN stage.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court of England and Wales
      London
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      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
      United Kingdom
      VI.5)Date of dispatch of this notice:
      19/04/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 21.04.2017
Zuletzt aktualisiert 21.04.2017
Wettbewerbs-ID 2-263016 Status Kostenpflichtig
Seitenaufrufe 38