Metropolitan Housing Trust Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 2023-2024-010 : Group Insurance Renewal |
Notice type: | Contract Notice |
Authority: | Metropolitan Housing Trust Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | MTVH is seeking to obtain an insurer for third party risk transfer that meets the needs of MTVH at a competitive and fair price, to demonstrate to leaseholders and the business that we are exploring the market and obtaining insurance cover at the contemporary market rates. |
Published: | 12/10/2023 17:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
METROPOLITAN THAMES VALLEY HOUSING
The Grange, 100 High Street, Southgate, London, N14 6PW, United Kingdom
Tel. +44 7701388562, Email: adam.bevan@mtvh.co.uk
Contact: Adam Bevan
Main Address: https://www.mtvh.co.uk/, Address of the buyer profile: https://www.mtvh.co.uk/
NUTS Code: UKI
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-London:-Insurance-services./MM4X87D9A8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: 2023-2024-010 : Group Insurance Renewal
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: MTVH is seeking to obtain an insurer for third party risk transfer that meets the needs of MTVH at a competitive and fair price, to demonstrate to leaseholders and the business that we are exploring the market and obtaining insurance cover at the contemporary market rates.
II.1.5) Estimated total value:
Value excluding VAT: 11,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
66514110 - Motor vehicle insurance services.
66515000 - Damage or loss insurance services.
66515200 - Property insurance services.
66515300 - Weather and financial loss insurance services.
66515400 - Weather-related insurance services.
66516100 - Motor vehicle liability insurance services.
66518100 - Insurance brokerage services.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
UKF EAST MIDLANDS (ENGLAND)
UKH EAST OF ENGLAND
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The Requirement
MTVH is seeking to obtain an insurer for third party risk transfer that meets the needs of MTVH at a competitive and fair price, to demonstrate to leaseholders and the business that we are exploring the market and obtaining insurance cover at the contemporary market rates.
MTVH will enter into a Long-Term Agreement for 3 years (+1+1).
Account Management (essential services)
•Contact from a senior claims manager from the bidder, in the event of a large loss notification or an update on ongoing large losses, within 24 to 48 hours.
•A senior Customer manager from the bidder to request advice on policy coverage
•A senior underwriter from the bidder to request advice on policy coverage and be the main point of contact throughout the insurance year (1 April – 31 March)
•Availability of support from 9 am – 5 pm Monday to Friday from service providers on the underwriting or claims handling process
•The bidder to have full scope of suppliers including repair contractors, adjusters and panel solicitors
•Out of Hours support available in the event of a major incident
•Proactive investigation of Public Liability claims on behalf of MTVH with the help of the MTVH insurance team obtaining documentation
•Engage loss adjuster and other appropriate stakeholders when a major loss arises
•Process invoices for Public Liability excess payments
•Process invoices for other lines of business during the renewal process
•Produce high profile detailed quarterly claim reports for audit purposes
•Produce and send quarterly claim spreadsheets with the cause of loss, reserve amount and address with a claim number
•An online claim hub to review live updates on ongoing claims including settlement costs
•The bidder should have a dedicated claim portal where residents and leaseholders can lodge claims directly
•The bidder to offer Risk Management training and advise to MTVH staff in order to help us mitigate potential claims
Service Level Agreements
•Claim service – We would expect responses from the central claims team as well as other stakeholders (adjusters, claim inspectors) the bidder would appoint when a property claim is notified within 24-48 hours
•When proceedings are issued in respect of Public Liability claims, the bidder should respond to third party solicitors within 2 working days
•The bidder should respond to claimants in respect of ongoing Public Liability claims within 5 working days when they raise a query directly
•The bidder should close Public Liability claims within 6 months of a liability decision being made
•Send high profile detailed claim reports for audit purposes and other insurance claim related queries quarterly
•Acknowledge new Public Liability claims within 48 hours
•Acknowledge ongoing correspondence from claimants and MTVH in respect of Public Liability claim within a week
•Ensure renewal documentation, i.e., Summary of cover for Leaseholders, shared owners and our commercial customers are received within 30 days of cover after 1 April
KPI’s
•Quarterly update on claims performance to be received from the bidder as well as MTVH to the insurer in order the stop loss can be updated accordingly
•Quarterly meetings with claims manager and customer manager in order to assess how the account is running
•Receive policy documentation within 30 days of cover commencement
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Methodology & Approach / Weighting: 42.5
Quality criterion - Name: Resources, Organisational Capability & Experience / Weighting: 22.5
Quality criterion - Name: Value for Money / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 0
Cost criterion - Name: Price / Weighting: 25
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: 3 year initial term, with two extensions (+1 year, + 1 year)
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: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
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
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
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
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
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: 16/11/2023 Time: 13:00
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
IV.2.7) Conditions for opening of tenders:
Date: 16/11/2023
Time: 13:00
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./MM4X87D9A8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MM4X87D9A8
VI.4) Procedures for review
VI.4.1) Review body:
Metropolitan
Cambridge House, 109 Mayes Road, London, N22 6UR, United Kingdom
Tel. +44 2035354369
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 12/10/2023
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
METROPOLITAN THAMES VALLEY HOUSING
The Grange, 100 High Street, Southgate, London, N14 6PW, United Kingdom
Tel. +44 7701388562, Email: adam.bevan@mtvh.co.uk
Contact: Adam Bevan
Main Address: https://www.mtvh.co.uk/, Address of the buyer profile: https://www.mtvh.co.uk/
NUTS Code: UKI
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.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: 2023-2024-010 : Group Insurance Renewal
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: MTVH is seeking to obtain an insurer for third party risk transfer that meets the needs of MTVH at a competitive and fair price, to demonstrate to leaseholders and the business that we are exploring the market and obtaining insurance cover at the contemporary market rates.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 62,169,800
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
66514110 - Motor vehicle insurance services.
66515000 - Damage or loss insurance services.
66515200 - Property insurance services.
66515300 - Weather and financial loss insurance services.
66515400 - Weather-related insurance services.
66516100 - Motor vehicle liability insurance services.
66518100 - Insurance brokerage services.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
UKF - EAST MIDLANDS (ENGLAND)
UKH - EAST OF ENGLAND
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
EAST MIDLANDS (ENGLAND)
EAST OF ENGLAND
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: The Requirement MTVH is seeking to obtain an insurer for third party risk transfer that meets the needs of MTVH at a competitive and fair price, to demonstrate to leaseholders and the business that we are exploring the market and obtaining insurance cover at the contemporary market rates. MTVH will enter into a Long-Term Agreement for 3 years (+1+1). Account Management (essential services) •Contact from a senior claims manager from the bidder, in the event of a large loss notification or an update on ongoing large losses, within 24 to 48 hours. •A senior Customer manager from the bidder to request advice on policy coverage •A senior underwriter from the bidder to request advice on policy coverage and be the main point of contact throughout the insurance year (1 April – 31 March) •Availability of support from 9 am – 5 pm Monday to Friday from service providers on the underwriting or claims handling process •The bidder to have full scope of suppliers including repair contractors, adjusters and panel solicitors •Out of Hours support available in the event of a major incident •Proactive investigation of Public Liability claims on behalf of MTVH with the help of the MTVH insurance team obtaining documentation •Engage loss adjuster and other appropriate stakeholders when a major loss arises •Process invoices for Public Liability excess payments •Process invoices for other lines of business during the renewal process •Produce high profile detailed quarterly claim reports for audit purposes •Produce and send quarterly claim spreadsheets with the cause of loss, reserve amount and address with a claim number •An online claim hub to review live updates on ongoing claims including settlement costs •The bidder should have a dedicated claim portal where residents and leaseholders can lodge claims directly •The bidder to offer Risk Management training and advise to MTVH staff in order to help us mitigate potential claims Service Level Agreements •Claim service – We would expect responses from the central claims team as well as other stakeholders (adjusters, claim inspectors) the bidder would appoint when a property claim is notified within 24-48 hours •When proceedings are issued in respect of Public Liability claims, the bidder should respond to third party solicitors within 2 working days •The bidder should respond to claimants in respect of ongoing Public Liability claims within 5 working days when they raise a query directly •The bidder should close Public Liability claims within 6 months of a liability decision being made •Send high profile detailed claim reports for audit purposes and other insurance claim related queries quarterly •Acknowledge new Public Liability claims within 48 hours •Acknowledge ongoing correspondence from claimants and MTVH in respect of Public Liability claim within a week •Ensure renewal documentation, i.e., Summary of cover for Leaseholders, shared owners and our commercial customers are received within 30 days of cover after 1 April KPI’s •Quarterly update on claims performance to be received from the bidder as well as MTVH to the insurer in order the stop loss can be updated accordingly •Quarterly meetings with claims manager and customer manager in order to assess how the account is running •Receive policy documentation within 30 days of cover commencement
II.2.5) Award criteria:
Quality criterion - Name: Methodology & Approach / Weighting: 42.5
Quality criterion - Name: Resources, Organisational Capability & Experience / Weighting: 22.5
Quality criterion - Name: Value for Money / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 0
Cost criterion - Name: Price / Weighting: 25
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: 2023/S 000-030178
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: 2023-2024-010 : Group Insurance Renewal
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/04/2024
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, BR019038
The Walbrook Building, 25 Walbrook, London, EC4N 8AW, United Kingdom
NUTS Code: UKJ
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: 65,000,000
Total value of the contract/lot: 62,169,800
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=854025215
VI.4) Procedures for review
VI.4.1) Review body
Metropolitan Housing Trust Limited
The Grange, 100 High Street, London, N14 6PW, United Kingdom
Tel. +44 7701388562
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: 08/04/2024