Sovini Ltd: Insurance and related Services to the Sovini Group

  Sovini Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Insurance and related Services to the Sovini Group
Notice type: Contract Notice
Authority: Sovini Ltd
Nature of contract: Services
Procedure: Open
Short Description: Insurance and related services for Property, Legal Liability and other general non life insurable risks as required by the Sovini Group.
Published: 04/06/2018 16:24
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-Bootle: Insurance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Sovini Group
             Atlantic House, Dunnings Bridge Road, Bootle, L30 4TH, United Kingdom
             Tel. +44 1515305552, Email: procurement@sovini.co.uk
             Contact: Paul Foster
             Main Address: www.sovini.co.uk
             NUTS Code: UKD72
      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
      Access to the procurement documents is restricted. Further information can be obtained at: www.delta-esourcing.com
      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: Insurance and related Services to the Sovini Group       
      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 related services for Property, Legal Liability and other general non life insurable risks as required by the Sovini Group.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 3
      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: The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The Contracting authority ideally seeks a single provider for all Lots. Lots 1-3 will however be individuallyevaluated and therefore multiple awards may result.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: A programme of general Insurance to the Registered Provider part of the Group       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      66510000 - Insurance services.
      66513000 - Legal insurance and all-risk insurance services.
      66513100 - Legal expenses insurance services.
      66513200 - Contractor's all-risk insurance services.
      66515000 - Damage or loss insurance services.
      66515100 - Fire insurance services.
      66515200 - Property insurance services.
      66515411 - Pecuniary loss insurance services.
      66516000 - Liability insurance services.
      66516400 - General liability insurance services.
      66516500 - Professional liability insurance services.
      66517000 - Credit and surety insurance services.
      66518100 - Insurance brokerage services.
      66518200 - Insurance agency services.
      66517300 - Risk management insurance services.
      66519200 - Engineering insurance services.
      66519500 - Loss adjustment services.
      66512000 - Accident and health insurance services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: A programme of General Insurance and related services for the Registered Provider part of The Sovini Group.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, BusinessCombined / Office, Money, All Risks, Computer, Contract Works, Group Personal Accident, ProfessionalIndemnity, Fidelity Guarantee / Crime, Employment Practices Liability, Engineering Insurance and Inspection,Cyber and Terrorism.
      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: 3,000,000       
      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: Yes       
      Description of renewals: Between 3 and 5 years from the date of this Notice
      
      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       
II.2) Description Lot No. 2
      
      II.2.1) Title: A programme of general Insurance to the Commercial part of the Group       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      66510000 - Insurance services.
      66513000 - Legal insurance and all-risk insurance services.
      66513100 - Legal expenses insurance services.
      66513200 - Contractor's all-risk insurance services.
      66515000 - Damage or loss insurance services.
      66515100 - Fire insurance services.
      66515200 - Property insurance services.
      66515411 - Pecuniary loss insurance services.
      66516000 - Liability insurance services.
      66516400 - General liability insurance services.
      66516500 - Professional liability insurance services.
      66517000 - Credit and surety insurance services.
      66518100 - Insurance brokerage services.
      66518200 - Insurance agency services.
      66517300 - Risk management insurance services.
      66519200 - Engineering insurance services.
      66519500 - Loss adjustment services.
      66512000 - Accident and health insurance services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: A programme of General Insurance and related services for the Commercial parts of The Sovini Group. 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, Engineering Insurance and Inspection, Cyber and Terrorism.
      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: 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: Between 3 and 5 years from the date of this Notice
      
      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       
II.2) Description Lot No. 3
      
      II.2.1) Title: Combined award of Lots 1 and 2       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      66510000 - Insurance services.
      66512000 - Accident and health insurance services.
      66513000 - Legal insurance and all-risk insurance services.
      66513100 - Legal expenses insurance services.
      66513200 - Contractor's all-risk insurance services.
      66515000 - Damage or loss insurance services.
      66515100 - Fire insurance services.
      66515200 - Property insurance services.
      66515411 - Pecuniary loss insurance services.
      66516000 - Liability insurance services.
      66516400 - General liability insurance services.
      66516500 - Professional liability insurance services.
      66517000 - Credit and surety insurance services.
      66518100 - Insurance brokerage services.
      66518200 - Insurance agency services.
      66517300 - Risk management insurance services.
      66519200 - Engineering insurance services.
      66519500 - Loss adjustment services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: The Contracting Authority reserves the right to Award Lot 3 to a single successful provider (instead of AwardingLot 1 and 2) where there is an economically advantageous reason for doing so.
      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: 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: Between 3 and 5 years from the date of this Notice
      
      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:          
      Potential suppliers will be required to complete a Mandatory Information Questionnaire which will enable you to demonstrate the type of services provided to property owners, public sector organisations, social landlords or relevant organisations over the past 5 years, plus details of 3 clients 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 to 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 :
For all risk carriers/insurers, the bidder will be required to demonstrate the financial ability to deliver the programme, including Insurers that are at least 'B++ rated by Standard and Poor's (or equivalent Rating Agency) and /or approved by the bidders Market Security Committee. In the case of the latter, Sovini Group will evaluate and accept the Risk Carriers /Insurer(s) at its sole discretion, subject to disclosure prior to the bid deadline of the Market Security Committee's latest report, including written opinion from the bidder's Committee that the Insurer would achieve a Standard and Poor's (or equivalent Rating Agency) rating of B++ or above if/when seeking such rating.    
      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:       
      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 thereof) and regulated by the Prudential Regulation Authority, UK Financial Conduct, 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 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: 01/08/2018 Time: 12:00
            
      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:
         Until: 01/11/2018
      
      IV.2.7) Conditions for opening of tenders:
         Date: 02/08/2018
         Time: 12:00
         Place:
         Bootle, Liverpool
      

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 ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: Bidders should note that a mandatory Standard Questionnaire is provided with the ITT Document. The bidder will be required to demonstrate, through satisfactory completion of the SQ, that it meets the minimum standards required for the delivery of the Tendered Services. A Satisfactorily completed SQ will be required in order for the bidders to proceed full evaluation.

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bootle:-Insurance-services./84446W82B6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/84446W82B6
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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 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 regulations to bring proceedings to 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:
          The Cabinet Office
       London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 04/06/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Bootle: Insurance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Sovini Group
       Atlantic House, Dunnings Bridge Road, Bootle, L30 4TH, United Kingdom
       Tel. +44 1515305552, Email: procurement@sovini.co.uk
       Contact: Paul Foster
       Main Address: www.sovini.co.uk
       NUTS Code: UKD72

   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.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: Insurance and related Services to the Sovini Group            
      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 related services for Property, Legal Liability and other general non life insurable risks as required by the Sovini Group.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,070,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:A programme of general Insurance to the Registered Provider part of the Group   
      Lot No:1

      II.2.2) Additional CPV code(s):
            66510000 - Insurance services.
            66513000 - Legal insurance and all-risk insurance services.
            66513100 - Legal expenses insurance services.
            66513200 - Contractor's all-risk insurance services.
            66515000 - Damage or loss insurance services.
            66515100 - Fire insurance services.
            66515200 - Property insurance services.
            66515411 - Pecuniary loss insurance services.
            66516000 - Liability insurance services.
            66516400 - General liability insurance services.
            66516500 - Professional liability insurance services.
            66517000 - Credit and surety insurance services.
            66518100 - Insurance brokerage services.
            66518200 - Insurance agency services.
            66517300 - Risk management insurance services.
            66519200 - Engineering insurance services.
            66519500 - Loss adjustment services.
            66512000 - Accident and health insurance services.


      II.2.3) Place of performance
      Nuts code:
      UKD72 - Liverpool
   
      Main site or place of performance:
      Liverpool
             

      II.2.4) Description of the procurement: A programme of General Insurance and related services for the Registered Provider part of The Sovini Group.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, BusinessCombined / Office, Money, All Risks, Computer, Contract Works, Group Personal Accident, ProfessionalIndemnity, Fidelity Guarantee / Crime, Employment Practices Liability, Engineering Insurance and Inspection,Cyber and Terrorism.

      II.2.5) Award criteria:
       Not Provided

      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

   II.2) Description (lot no. 2)
   

      II.2.1) Title:A programme of general Insurance to the Commercial part of the Group   
      Lot No:2

      II.2.2) Additional CPV code(s):
            66510000 - Insurance services.
            66513000 - Legal insurance and all-risk insurance services.
            66513100 - Legal expenses insurance services.
            66513200 - Contractor's all-risk insurance services.
            66515000 - Damage or loss insurance services.
            66515100 - Fire insurance services.
            66515200 - Property insurance services.
            66515411 - Pecuniary loss insurance services.
            66516000 - Liability insurance services.
            66516400 - General liability insurance services.
            66516500 - Professional liability insurance services.
            66517000 - Credit and surety insurance services.
            66518100 - Insurance brokerage services.
            66518200 - Insurance agency services.
            66517300 - Risk management insurance services.
            66519200 - Engineering insurance services.
            66519500 - Loss adjustment services.
            66512000 - Accident and health insurance services.


      II.2.3) Place of performance
      Nuts code:
      UKD72 - Liverpool
   
      Main site or place of performance:
      Liverpool
             

      II.2.4) Description of the procurement: A programme of General Insurance and related services for the Commercial parts of The Sovini Group. 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, Engineering Insurance and Inspection, Cyber and Terrorism.

      II.2.5) Award criteria:
       Not Provided

      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

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Combined award of Lots 1 and 2   
      Lot No:3

      II.2.2) Additional CPV code(s):
            66510000 - Insurance services.
            66512000 - Accident and health insurance services.
            66513000 - Legal insurance and all-risk insurance services.
            66513100 - Legal expenses insurance services.
            66513200 - Contractor's all-risk insurance services.
            66515000 - Damage or loss insurance services.
            66515100 - Fire insurance services.
            66515200 - Property insurance services.
            66515411 - Pecuniary loss insurance services.
            66516000 - Liability insurance services.
            66516400 - General liability insurance services.
            66516500 - Professional liability insurance services.
            66517000 - Credit and surety insurance services.
            66518100 - Insurance brokerage services.
            66518200 - Insurance agency services.
            66517300 - Risk management insurance services.
            66519200 - Engineering insurance services.
            66519500 - Loss adjustment services.


      II.2.3) Place of performance
      Nuts code:
      UKD72 - Liverpool
   
      Main site or place of performance:
      Liverpool
             

      II.2.4) Description of the procurement: The Contracting Authority reserves the right to Award Lot 3 to a single successful provider (instead of AwardingLot 1 and 2) where there is an economically advantageous reason for doing so.

      II.2.5) Award criteria:
       Not Provided

      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
       Not Provided
   

   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: 3    
   Title: RP and Commercial - Both LOTS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/10/2018

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 2

      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 Insurance Brokers Ltd
             27-30 Railway Street, Chelmsford, Essex, CM1 1QS, United Kingdom
             NUTS Code: UKD72
            The contractor is an SME: Yes

      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: 2,070,000
         Currency: GBP

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

   VI.3) Additional information: Bidders should note that a mandatory Standard Questionnaire is provided with the ITT Document. The bidder will be required to demonstrate, through satisfactory completion of the SQ, that it meets the minimum standards required for the delivery of the Tendered Services. A Satisfactorily completed SQ will be required in order for the bidders to proceed full evaluation.

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=354909611

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of England and Wales
          London, United Kingdom

      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 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 regulations to bring proceedings to 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
          The Cabinet Office
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 30/10/2018