Procurement has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Cyber and Terrorism / Political Violence Insurance Services |
Notice type: | Contract Notice |
Authority: | Procurement |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Insurance and related services associated with Cyber & Terrorism risks for Stonewater Limited. |
Published: | 15/11/2022 12:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stonewater Limited
Suite C Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 1202319119, Email: Procurement@stonewater.org
Contact: Loretta George
Main Address: https://www.stonewater.org/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Cyber and Terrorism / Political Violence Insurance Services
Reference Number: 732588718
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 associated with Cyber & Terrorism risks for Stonewater Limited.
II.1.5) Estimated total value:
Value excluding VAT: 285,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1: Insurance and related services associated with Cyber risks for Stonewater Limited.
Lot 2: Insurance and related services associated with Terrorism risks for Stonewater
Limited
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Cyber and Terrorism / Political Violence Insurance Services
Lot No: 1
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
66510000 - Insurance services.
66515000 - Damage or loss insurance services.
66517300 - Risk management insurance services.
66518000 - Insurance brokerage and agency services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Insurance and related services associated with Cyber risks for Stonewater Limited.
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: 135,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 05/04/2023 / End: 06/04/2026
This contract is subject to renewal: Yes
Description of renewals: Stonewater 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.
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: Stonewater 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.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/4X4AF86733
II.2) Description Lot No. 2
II.2.1) Title: Insurance and related services associated with Terrorism Risks for Stonewater Limited
Lot No: 2
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
66510000 - Insurance services.
66515410 - Financial loss insurance services.
66517300 - Risk management insurance services.
66518000 - Insurance brokerage and agency services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Insurance and related services associated with Terrorism risks for Stonewater Limited
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: 150,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 05/04/2023 / End: 06/04/2026
This contract is subject to renewal: Yes
Description of renewals: Stonewater 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.
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: Stonewater 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.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/64CV9B7H2P
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, public sector organisations, social landlords or other similar 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 services offered, including but not limited to 3 years reports and accounts.
Minimum level(s) of standards possibly required (if applicable) :
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.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
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.2.2) Contract performance conditions
Not Provided
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: Yes
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.5) Information about negotiation: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/12/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=732591183
VI.4) Procedures for review
VI.4.1) Review body:
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 1202319119, Email: Procurement@stonewater.org
Internet address: https://www.stonewater.org/
VI.4.2) Body responsible for mediation procedures:
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 1202319119, Email: procurement@stonewater.org
Internet address: https://www.stonewater.org/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 1202319119, Email: procurement@stonewater.org
Internet address: https://www.stonewater.org/
VI.5) Date Of Dispatch Of This Notice: 15/11/2022
Annex A