CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 201-456975/EN)
Nature of contract: Service contract
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Worthing Homes Ltd
Postal address: Davison House, North Street
Town: Worthing
Postal code: BN11 1ER
Country: United Kingdom
Telephone: +44 1903703135
Email: jeremy.flint@gibbslaidler.co.uk
Fax: +44 1903703111
Internet address(es):
Main address: www.worthing-homes.org.uk
Address of the buyer profile:

I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:www.mytenders.co.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:www.mytenders.co.uk
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 Worthing Homes Ltd
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 Worthing Homes Ltd.
II.1.5) Estimated total value:
Value excluding VAT: 1500000 Currency: GBPII.1.6) Information about lots:
The 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:Lots 1-3 will 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 Worthing Homes Ltd

Lot No:1
II.2.2) Additional CPV code(s)
66510000, 66513100, 66513200, 66515000, 66515100, 66515200, 66515410, 66516000, 66516400, 66516500, 66517300, 66518000, 66519500

II.2.3) Place of performance
Nuts code: UKJ27
Main site or place of performance:Focused around the Head Office and Housing Stock in Worthing, West Sussex, 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 Worthing Homes Ltd, excluding Motor Fleet risks (see Lot 2) and engineering insurance/inspection contract (see Lot 3). 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

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-04-01End: 2022-03-31
This contract is subject to renewalyes Description of renewals:Worthing Homes 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 (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 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 ITT stage. Selection Criteria for the SQ stage are 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: Worthing Homes 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.2.13) 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 per tender documentation.

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: UKJ27
Main site or place of performance:Focused around the Head Office and Housing Stock in Worthing, West Sussex 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

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-04-01End: 2022-03-31
This contract is subject to renewalyes Description of renewals:Worthing Homes Ltd will consider entering into long term agreements with the bidder and/or the risk carrier 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: 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 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 ITT stage. Selection criteria for the SQ stage are 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: Worthing Homes 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.2.13) 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 per tender documentation.

II.2.1) Title: Engineering Insurance and an Associated Inspection Contract.

Lot No:3
II.2.2) Additional CPV code(s)
71631100, 71632200, 71631000

II.2.3) Place of performance
Nuts code: UKJ27
Main site or place of performance:Focused around the Head Office and Housing Stock in Worthing, West Sussex 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 Worthing Homes Ltd.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2019-04-01End: 2022-03-31
This contract is subject to renewalyes Description of renewals:Worthing Homes 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: 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 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 ITT stage. Selection Criteria for the SQ stage are 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: Worthing Homes Ltd will consider entering into long term agreements with the bidder and/or the bidder’s proposed risk carrier for 3 years (or 3 periods of insurance), with an option to extend the award period subject to 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: As per 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 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 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 Agency and approved by the bidder’s Market Security Committee.
In the case of any Rating less than A-, Worthing Homes 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(only for service contracts)
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 the 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: 2018-11-23 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2018-12-04
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)

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 invoicing will be accepted
Electronic payment will be used
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 ITT Stage. Sufficient detail is provided within the SQ and via the Authority’s eProcurement 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.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders website at
The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:213570)
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court of England and Wales
Town: London
Country: United Kingdom
Internet address: www.worthing-homes.org.uk

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 days 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
Official name: The Cabinet Office
Town: London
Country: United Kingdom
VI.5) Date of dispatch of this notice:2018-10-15

Post written by: Andrew Perry

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking