Hyde Housing Association: Provision of Insurance and Advisory Services

  Hyde Housing Association is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Insurance and Advisory Services
Notice type: Contract Notice
Authority: Hyde Housing Association
Nature of contract: Services
Procedure: Open
Short Description: The Hyde Group are looking for bidders for the provision of Insurance and Advisory Services. Bidders will also provide additional support services relating to the provision of insurance. Insurance and risk management falls under the remit of Hyde’s Risk and Compliance Director who oversees a range of functions, including improved health and safety processes, incident investigation and insurance strategy. Hyde are seeking tenders for the provision of buildings insurance and associated services for the whole of Hyde’s stock including the leasehold, shared ownership, tenanted, supported & sheltered and commercial portfolio to include cover for material damage to landlords contents, buildings fabric, structure and common parts to include use of alternative accommodation and property owners liability. The duration of the contract will be for three years with an option to extend for a further 12 months at Hyde’s discretion. Hyde will disclose to the bidders (where applicable) all material facts together with such additional information as requested by the bidders prior to submission of tenders. The bidder must provide the most appropriate and value for money available policy terms and the class of insurance required by Hyde. This should be based on information provided to the bidders by Hyde in order to submit a compliant bid. All information submitted should comply with current legislation. The core services that are required from this procurement exercise are listed below. The bidders are required to provide all the insurance services required by Hyde in respect of the full range of activities and functions, including but not limited to: •Property Insurance •Financial Loss Insurance •Public Liability Insurance •Employers Liability Insurance •Professional Liability Insurance •Terrorism •Professional Indemnity Insurance •Employment Practice Liability •Motor Vehicle Insurance •Insurance Claims and loss adjustment •Advisory Services •Works in progress •Contractors all risks •Business interruption •Computer insurance •Directors and officers •Pensions trustee liability •Fidelity guarantee /Crime •Money •Personal Accident •Insurance programme placement and servicing •Claims management
Published: 11/11/2015 17:24
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Insurance services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Hyde Housing Association (The Hyde Group
      30 Park Street, London, SE19EQ, United Kingdom
      Email: nasreen.tayab@hyde-housing.co.uk, URL: www.delta-esourcing.com
      Contact: Nasreen Tayab
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of Insurance and Advisory Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 6

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      

            Framework agreement with a single operator
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 3,000,000 and 50,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Insurance services. Accident insurance services. Legal insurance and all-risk insurance services. Contractor's all-risk insurance services. Insurance related to Transport. Motor vehicle insurance services. Fire insurance services. Property insurance services. Financial loss insurance services. Liability insurance services. Motor vehicle liability insurance services. General liability insurance services. Professional liability insurance services. Risk management insurance services. Insurance claims adjustment services. Insurance consultancy services. The Hyde Group are looking for bidders for the provision of Insurance and Advisory Services. Bidders will also provide additional support services relating to the provision of insurance.

Insurance and risk management falls under the remit of Hyde’s Risk and Compliance Director who oversees a range of functions, including improved health and safety processes, incident investigation and insurance strategy.

Hyde are seeking tenders for the provision of buildings insurance and associated services for the whole of Hyde’s stock including the leasehold, shared ownership, tenanted, supported & sheltered and commercial portfolio to include cover for material damage to landlords contents, buildings fabric, structure and common parts to include use of alternative accommodation and property owners liability.
The duration of the contract will be for three years with an option to extend for a further 12 months at Hyde’s discretion.

Hyde will disclose to the bidders (where applicable) all material facts together with such additional information as requested by the bidders prior to submission of tenders.


The bidder must provide the most appropriate and value for money available policy terms and the class of insurance required by Hyde. This should be based on information provided to the bidders by Hyde in order to submit a compliant bid. All information submitted should comply with current legislation.
The core services that are required from this procurement exercise are listed below. The bidders are required to provide all the insurance services required by Hyde in respect of the full range of activities and functions, including but not limited to:
•Property Insurance
•Financial Loss Insurance
•Public Liability Insurance
•Employers Liability Insurance
•Professional Liability Insurance
•Terrorism
•Professional Indemnity Insurance
•Employment Practice Liability
•Motor Vehicle Insurance
•Insurance Claims and loss adjustment
•Advisory Services
•Works in progress
•Contractors all risks
•Business interruption
•Computer insurance
•Directors and officers
•Pensions trustee liability
•Fidelity guarantee /Crime
•Money
•Personal Accident
•Insurance programme placement and servicing
•Claims management
         
      II.1.6)Common Procurement Vocabulary:
         66510000 - Insurance services.
         
         66512100 - Accident insurance services.
         
         66513000 - Legal insurance and all-risk insurance services.
         
         66513200 - Contractor's all-risk insurance services.
         
         66514100 - Insurance related to Transport.
         
         66514110 - Motor vehicle insurance services.
         
         66515100 - Fire insurance services.
         
         66515200 - Property insurance services.
         
         66515410 - Financial loss insurance services.
         
         66516000 - Liability insurance services.
         
         66516100 - Motor vehicle liability insurance services.
         
         66516400 - General liability insurance services.
         
         66516500 - Professional liability insurance services.
         
         66517300 - Risk management insurance services.
         
         66518300 - Insurance claims adjustment services.
         
         66519310 - Insurance consultancy services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Economic operators should note that this estimated value is based on Hyde's current anticipated requirements. This value may increase in the event that the Group acquires additional new properties during the term of the Framework Agreement, whether obtained through a merger or acquisition or as part of a joint venture arrangement, and requires the services covered by the Framework to be performed. In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may come in to existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. "Social Housing Provider" for this purpose means any provider of social housing and includes Registered Providers (as listed on the Tenant Services Authority note that, under the Framework Agreement, no organisation that is entitled to call-off shall be automatic right to do so without permission from The Hyde Group.                  
         Estimated value excluding VAT:
         Range between: 3,000,000 and 50,000,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         as stated in the Tender Documents and company registration will be required
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As stated in the Tender Documents      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      This service will be regulated by the provisions of the Financial Services and Markets Act 2000 and any other
modifications thereof. Providers of insurance services will be required to be authorised by the Financial Conduct
Authority      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 24/12/2015
         Time: 13:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Date: 24/12/2015
         Time: 13:05


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: 4 years
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./5K2PZY768C

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5K2PZY768C
GO-20151111-PRO-7310718 TKR-20151111-PRO-7310717
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A2LL, United Kingdom

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 11/11/2015

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      See Section II.2.1 of the Notice
      See Section II.2.1 of the Notice, See Section II.2.1 of the Notice, II. 2.1, United Kingdom

View any Notice Addenda

View Award Notice

UK-London: Insurance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Hyde Housing Association (The Hyde Group
       30 Park Street, London, SE19EQ, United Kingdom
       Email: nasreen.tayab@hyde-housing.co.uk
       Contact: Nasreen Tayab
       Main Address: www.delta-esourcing.com, Address of the buyer profile: www.delta-esourcing.com
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Provision of Insurance and Advisory Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         66510000 - Insurance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Insurance and risk management falls under the remit of Hyde’s Risk and Compliance Director who oversees a range of functions, including improved health and safety processes, incident investigation and insurance strategy.

Hyde are seeking tenders for the provision of buildings insurance and associated services for the whole of Hyde’s stock including the leasehold, shared ownership, tenanted, supported & sheltered and commercial portfolio to include cover for material damage to landlords contents, buildings fabric, structure and common parts to include use of alternative accommodation and property owners liability.
The bidder must provide the most appropriate and value for money available policy terms and the class of insurance required by Hyde. This should be based on information provided to the bidders by Hyde in order to submit a compliant bid. All information submitted should comply with current legislation.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 1,500,000 / Highest offer:2,500,000         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            66510000 - Insurance services.
            66512100 - Accident insurance services.
            66513000 - Legal insurance and all-risk insurance services.
            66513200 - Contractor's all-risk insurance services.
            66514100 - Insurance related to Transport.
            66514110 - Motor vehicle insurance services.
            66515100 - Fire insurance services.
            66515200 - Property insurance services.
            66515410 - Financial loss insurance services.
            66516000 - Liability insurance services.
            66516100 - Motor vehicle liability insurance services.
            66516400 - General liability insurance services.
            66516500 - Professional liability insurance services.
            66517300 - Risk management insurance services.
            66518300 - Insurance claims adjustment services.
            66519310 - Insurance consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Provision of Insurance and Advisory services

      II.2.5) Award criteria:
      Quality criterion - Name: Account management / Weighting: 8
      Quality criterion - Name: Capability / Weighting: 2
      Quality criterion - Name: Service Delivery / Weighting: 20
      Quality criterion - Name: Policy Cover / Weighting: 11
      Quality criterion - Name: Risk Management / Weighting: 12
      Quality criterion - Name: Claims Management / Weighting: 3
      Quality criterion - Name: Innovation / Weighting: 3
      Quality criterion - Name: Social Value / Weighting: 1
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2015/S 221-402917
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/04/2016

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Arthur J Gallagher (UK) Ltd
             The Walbrook Building, 25 The Walbrook, London, EC4N 8AW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 2,164,008
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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=205403682

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 07/07/2016

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       See Section II.2.1 of the Notice
       See Section II.2.1 of the Notice, See Section II.2.1 of the Notice, II. 2.1, United Kingdom
       Email: nasreen.tayab@hyde-housing.co.uk
       Main Address: www.delta-esourcing.com
       NUTS Code: UKI