Stonewater Limited : Insurance

  Stonewater Limited has published this notice through Delta eSourcing

Notice Summary
Title: Insurance
Notice type: Contract Notice
Authority: Stonewater Limited
Nature of contract: Services
Procedure: Negotiated
Short Description: Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Stonewater Limited.
Published: 24/05/2021 09:40

View Full Notice

UK-Leicester: Insurance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Stonewater Ltd
             Suite C, Lancaster House, Grange Business Park,, Leicester, LE8 6EP, United Kingdom
             Tel. +44 7464656520, Email: sarah.newton@stonewater.org
             Contact: Sarah Newton
             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: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Insurance-services./U7W2GW9W7T
      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: Insurance       
      Reference Number: 00238-CS
      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 Stonewater Limited.       
      II.1.5) Estimated total value:
      Value excluding VAT: 6,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Stonewater Limited       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      66513100 - Legal expenses insurance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A competitive negotiation process which will ensure the programme will provide 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 and employment practices liability.
      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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      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:       No             
      Description of options: Not provided
      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/JYVKGE3759
Access Code : 4965A2C735       
II.2) Description Lot No. 2
      
      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 codes:
      66514110 - Motor vehicle insurance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Competitive negotiation process which will allow the procurement of 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:
      Value excluding VAT: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      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: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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/U7W2GW9W7T
Access Code : JYVKGE3759       
II.2) Description Lot No. 3
      
      II.2.1) Title: nsurance and related services associated with items of Engineering plant and a programme of Engineering inspections       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      66000000 - Financial and insurance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A competitive negotiation for the provision of Engineering Insurance and an associated programme of inspections for statutory and other items of engineering plant and equipment. The Contracting Authority may require that LOLER Certification is planned 5 monthly, which will allow the Association one month to re-book appointments where access has not been gained. In addition, the Contracting Authority requires that the delivery of LOLER visits is done in line with its 'No
access process', this includes evidenced appointments and records of any appointment failures
      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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      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: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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/8W722ZJFG9
Access Code: U7W2GW9W7T       
II.2) Description Lot No. 4
      
      II.2.1) Title: Insurance and related services associated with Cyber risks for Stonewater Limited       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      66000000 - Financial and insurance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A competitive negotiation process for the provision of 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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      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: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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/27Q5KR9756
Access Code: 8W722ZJFG9       
II.2) Description Lot No. 5
      
      II.2.1) Title: Insurance and related services associated with Terrorism Risks for Stonewater Limited       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      66000000 - Financial and insurance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A competitive negotiation process for the provision of 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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      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:       No             
      Description of options: Not provided
      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/52384ENBH9
Access Code: 27Q5KR9756       
II.2) Description Lot No. 6
      
      II.2.1) Title: Insurance and related services associated with Directors and Officers' Liability       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      66510000 - Insurance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A competitive negotiation process for the provision of Insurance and related services associated with Excess Directors and Officers'
Liability 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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      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:       No             
      Description of options: Not provided
      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/CX35D42N38
Access Code: 52384ENBH9       
II.2) Description Lot No. 7
      
      II.2.1) Title: Insurance and related services associated with Stonewater Limited       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      66510000 - Insurance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A competitive negotiation to provide for the provision of a programme of General insurance and related services for Stonewater Limited. Including Motor fleet risks, Engineering insurance/inspection, Cyber, Terrorism, Directors and Officers Liability. 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.

This lot is a combination of lots 1,2,3,4,5 and 6
      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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      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 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:       No             
      Description of options: Not provided
      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: Access Code CX35D42N38       


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 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-, Stonewater Limited 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: 22/06/2021 Time: 14:00
      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:
         Until: 31/03/2022
      
      

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 Yes       
   Electronic payment will be used Yes       
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=594845741
   VI.4) Procedures for review
   VI.4.1) Review body:
             Stonewater
       Suite C Lancaster House, Grange Business Park, Enderby Road, Sarah Newton-Waggott, LE8 6EP, United Kingdom
       Tel. +44 7464656520, Email: sarah.newton@stonewater.org
   VI.4.2) Body responsible for mediation procedures:
             Stonewater
          Suite C Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
          Tel. +44 7464656520, Email: sarah.newton@stonewater.org
   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.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Stonewater
       Suite C Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
       Tel. +44 7464656520, Email: sarah.newton@stonewater.org
   VI.5) Date Of Dispatch Of This Notice: 24/05/2021

Annex A


View any Notice Addenda

View Award Notice