Sign up now to have the right to view
50 tenders for free.
Title |
Provision of Insurance and Related Services to Broadacres Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres ... A programme of General (non-life) insurance and related services for Broadacres. The programme will require Insurance and related services for risks that may ... |
|||
---|---|---|---|---|
You can sign up and unlock it for freeAccess to Public and Private Sector Business Opportunities for 200+ Countries |
||||
Country | ||||
Language | English | |||
Organization | ||||
Published Date | 18.10.2024 | |||
Deadline Date | 18.11.2024 | |||
Overview |
Provision of Insurance and Related Services to Broadacres Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres ... A programme of General (non-life) insurance and related services for Broadacres. The programme will require Insurance and related services for risks that may ... Broadacres Housing Association Provision of Insurance and Related Services to Broadacres - Opportunity Provision of Insurance and Related Services to Broadacres Broadacres Housing Association F02: Contract notice Notice reference: 2024/S 000-033772 Published 18 October 2024, 2:05pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (7 lots)II. Object (7 lots) Scope of the procurement Lot 1. Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres Lot 2. Insurance and related services for Motor vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use) Lot 3. Insurance and related services associated with items of Engineering plant and a programme of Engineering inspections Lot 4. Insurance and related services associated with Cyber risks for Broadacres Lot 5. Insurance and related services associated with Terrorism Risks (Pool Re Basis) for Broadacres Lot 6. Insurance and related services associated with Terrorism (Non Pool Re Basis) Risks for Broadacres Lot 7. Insurance and related services associated with Directors and Officers' Liability three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Broadacres Housing Association Mount View, Standard Way Business Park Northallerton DL6 2YD Contact Our Consultant for this Project is Gibbs Laidler Consulting LLP Email jenny.aley@gibbslaidler.co.uk Telephone +44 1959562242 Country United Kingdom NUTS code UK - United Kingdom Internet address(es) Main address https://www.broadacres.org.uk/ one.3) CommunicationI.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-Northallerton:-Insurance-services./B88FGFE78G Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G Tenders or requests to participate must be submitted to the above-mentioned address one.4) Type of the contracting authorityI.4) Type of the contracting authority Body governed by public law one.5) Main activityI.5) Main activity Housing and community amenities Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Provision of Insurance and Related Services to Broadacres two.1.2) Main CPV codeII.1.2) Main CPV code 66510000 - Insurance services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £1,800,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for maximum number of lots 7 Maximum number of lots that may be awarded to one tenderer: 6 The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lots 1 - 7 will be individually evaluated and multiple awards may result. Where the respondee is an insurance Broker, it may choose to place the insurance(s) required within each Lot with different insurers at it's discretion, but full details of the risk carrier(s) will be required. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 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 66515410 - Financial loss insurance services 66515411 - Pecuniary loss insurance services 66516000 - Liability insurance services 66516400 - General liability insurance services 66516500 - Professional liability insurance services 66517300 - Risk management insurance services 66518000 - Insurance brokerage and agency services 66518300 - Insurance claims adjustment services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement A programme of General (non-life) insurance and related services for Broadacres. 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 and employment practices liability. This list is to be decided at the sole discretion of Broadacres. This Lot excludes: Motor (See Lot 2), Engineering (See Lot 3), Cyber (See Lot 4), Terrorism Pool Re (See Lot 5), Terrorism Non Pool Re (See Lot 6), Directors and Officers Liability (See Lot 7) two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £1,600,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 27 April 2025 End date 28 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services for Motor vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use) Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66514110 - Motor vehicle insurance services 66516100 - Motor vehicle liability insurance services 66517300 - Risk management insurance services 66518000 - Insurance brokerage and agency services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services for motor vehicle risks (possibly including Motor legal expenses and Occasional business use extensions). two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £375,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information As stated in the Tender documentation. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with items of Engineering plant and a programme of Engineering inspections Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66000000 - Financial and insurance services 66510000 - Insurance services 66517300 - Risk management insurance services 66518300 - Insurance claims adjustment services 66519200 - Engineering insurance services 71631100 - Machinery-inspection services 71631000 - Technical inspection services 71632200 - Non-destructive testing services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement 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. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £45,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2024 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with Cyber risks for Broadacres Lot No 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66000000 - Financial and insurance services 66510000 - Insurance services 66517300 - Risk management insurance services 66515000 - Damage or loss insurance services 66518000 - Insurance brokerage and agency services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services associated with Cyber risks for Broadacres two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £75,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with Terrorism Risks (Pool Re Basis) for Broadacres Lot No 5 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66000000 - Financial and insurance services 66510000 - Insurance services 66517300 - Risk management insurance services 66516000 - Liability insurance services 66518000 - Insurance brokerage and agency services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services associated with Terrorism risks (Pool Re Basis) for Broadacres two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £55,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with Terrorism (Non Pool Re Basis) Risks for Broadacres Lot No 6 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66510000 - Insurance services 66517300 - Risk management insurance services 66518300 - Insurance claims adjustment services 66516000 - Liability insurance services 66516500 - Professional liability insurance services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services associated with Terrorism (Non Pool Re Basis) Risks for Broadacres two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £50,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with Directors and Officers' Liability Lot No 7 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66510000 - Insurance services 66517300 - Risk management insurance services 66518300 - Insurance claims adjustment services 66516000 - Liability insurance services 66516500 - Professional liability insurance services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services associated with Directors and Officers' Liability risks for Broadacres two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £90,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information To respond to this opportunity please click here: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions Potential suppliers will be required to provide an overview of relevant services provided to property owners, property developers, public sector organisations, social landlords or other similar organisations over the past 5 years, plus details of three 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. three.1.2) Economic and financial standingIII.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 The financial ability to deliver the programme, including Insurers with a minimum rating of ‘BBB’ from standard and poor, ‘B++’ from A M best, or an equivalent rating by an independent and reputable credit rating agency and approved by the bidder’s market security committee. In the case of any rating less than A-, the contracting authority will evaluate and accept the nominated insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the ITT bid deadline of the bidder’s market security committee’s latest report, including written recommendation from the bidder’s market security committee. three.1.3) Technical and professional abilityIII.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. three.2) Conditions related to the contractIII.2) Conditions related to the contract three.2.1) Information about a particular professionIII.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. three.2.3) Information about staff responsible for the performance of the contractIII.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 Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Competitive procedure with negotiation four.1.5) Information about negotiationIV.1.5) Information about negotiation The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: No four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 18 November 2024 Local time 5:00pm four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidatesIV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 25 November 2024 four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 27 April 2028 Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.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 six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.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. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B88FGFE78G GO Reference: GO-20241018-PRO-28194852 six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body The High Court of England and Wales London Telephone +44 1959562242 Country United Kingdom six.4.3) Review procedureVI.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 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. six.4.4) Service from which information about the review procedure may be obtainedVI.4.4) Service from which information about the review procedure may be obtained The Cabinet Office London Telephone +44 1959562242 Country United Kingdom Back to top 1729683246 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Provision of Insurance and Related Services to BroadacresBroadacres Housing Association Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres ... A programme of General (non-life) insurance and related services for Broadacres. The programme will require Insurance and related services for risks that may ... Notice typeF02: Contract noticeClosing18 November 2024, 5:00pmContract locationUK - United KingdomTotal value £1,800,000 Lot values £1,600,000; £375,000; £45,000; £75,000; £55,000; £50,000; £90,000 Publication date18 October 2024, 2:05pm
|
|||
NAICS |
Soil Preparation
Business
All Other Professional
Jewelry
Computing Infrastructure Providers
Professional
Justice
Bolt
Specialized Freight (except Used Goods) Trucking
Electric Power Transmission
Regulation
Religious
Executive and Legislative Offices
Financial Transactions Processing
Securities
Justice
Other Professional
Cookie
Architectural
Turned Product and Screw
Other Justice
Machinery
Regulation
Jewelry
Courts
Courts
Financial Transactions Processing
Research and Development in the Physical
Other Similar Organizations (except Business
All Other Professional
General Freight Trucking
Executive and Legislative Offices
Management
Other Justice
Other Similar Organizations (except Business
Machine Shops; Turned Product; and Screw
Agencies
Research and Development in the Physical
Professional
Process
Other Accounting Services
Funds
|
|||
CPVS |
Earthmoving and excavating machinery, and associated parts
System, storage and content management software package
Plants
Mains
Control, safety, signalling and light equipment
Nuts
Calendars
Sections
Lavatory seats, covers, bowls and cisterns
Engineering, auxiliary, average, loss, actuarial and salvage insurance services
Publications
Control, safety or signalling equipment for inland waterways
Frames
Parts of computers
Office, school and office equipment cleaning services
Records
Other community, social and personal services
Control, safety or signalling equipment for parking facilities
Command, control, communication systems
Supports
Control, safety or signalling equipment for port installations
Command, control, communication and computer systems
System, storage and content management software development services
Cabinets
Watches
Motors
Lifting, handling, loading or unloading machinery
Vats
Pressure-reducing, control, check or safety valves
Parts of other vehicles
Other services
Seats, chairs and related products, and associated parts
Keys
Control, safety or signalling equipment for roads
Sole
Security, fire-fighting, police and defence equipment
Radio, television, communication, telecommunication and related equipment
Electronic, electromechanical and electrotechnical supplies
Control, safety or signalling equipment for airports
Soles
Dates
Tools, locks, keys, hinges, fasteners, chain and springs
|
|||
UNSPSC |
Motor vehicles
Nuts
Computers
Calendars
Awards
Business cases
Watches
Inspection
Well engineering
Quality control
Employment
Equipment cases
Liability insurance
Single room
Case making services
Fire insurance
Financial Instruments, Products, Contracts and Agreements
Securities
Power Supply, Computer
Tent, for office use
|
|||
Regions | ||||
Sectors |
Building
Environment and Pollution-Recycling
Automobiles and Auto Parts
Non-Renewable Energy
Supply
Security Services
Bridges and Tunnels
Engineering
Banking-Finance-Insurance
Postal and Courier Services
Roads and Highways-Bridge
Infrastructure
Law and Legal
Printing and Publishing
Services
Railways-Rail-Railroad
Machinery and Equipments-M&E
Defence and Security
Electricity
Construction
Consultancy
Energy-Power and Electrical
Computer Hardwares and Consumables
Aviation
Petroleum Products
Electronics
Building Material
Marine
|
|||
URL | ||||
Share |
Title |
---|
Provision of Insurance and Related Services to Broadacres Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres ... A programme of General (non-life) insurance and related services for Broadacres. The programme will require Insurance and related services for risks that may ... |
Country |
Language |
English |
Organization |
Published Date |
18.10.2024 |
Deadline Date |
18.11.2024 |
Overview |
Provision of Insurance and Related Services to Broadacres Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres ... A programme of General (non-life) insurance and related services for Broadacres. The programme will require Insurance and related services for risks that may ... Broadacres Housing Association Provision of Insurance and Related Services to Broadacres - Opportunity Provision of Insurance and Related Services to Broadacres Broadacres Housing Association F02: Contract notice Notice reference: 2024/S 000-033772 Published 18 October 2024, 2:05pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (7 lots)II. Object (7 lots) Scope of the procurement Lot 1. Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres Lot 2. Insurance and related services for Motor vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use) Lot 3. Insurance and related services associated with items of Engineering plant and a programme of Engineering inspections Lot 4. Insurance and related services associated with Cyber risks for Broadacres Lot 5. Insurance and related services associated with Terrorism Risks (Pool Re Basis) for Broadacres Lot 6. Insurance and related services associated with Terrorism (Non Pool Re Basis) Risks for Broadacres Lot 7. Insurance and related services associated with Directors and Officers' Liability three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Broadacres Housing Association Mount View, Standard Way Business Park Northallerton DL6 2YD Contact Our Consultant for this Project is Gibbs Laidler Consulting LLP Email jenny.aley@gibbslaidler.co.uk Telephone +44 1959562242 Country United Kingdom NUTS code UK - United Kingdom Internet address(es) Main address https://www.broadacres.org.uk/ one.3) CommunicationI.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-Northallerton:-Insurance-services./B88FGFE78G Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G Tenders or requests to participate must be submitted to the above-mentioned address one.4) Type of the contracting authorityI.4) Type of the contracting authority Body governed by public law one.5) Main activityI.5) Main activity Housing and community amenities Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Provision of Insurance and Related Services to Broadacres two.1.2) Main CPV codeII.1.2) Main CPV code 66510000 - Insurance services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £1,800,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for maximum number of lots 7 Maximum number of lots that may be awarded to one tenderer: 6 The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lots 1 - 7 will be individually evaluated and multiple awards may result. Where the respondee is an insurance Broker, it may choose to place the insurance(s) required within each Lot with different insurers at it's discretion, but full details of the risk carrier(s) will be required. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 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 66515410 - Financial loss insurance services 66515411 - Pecuniary loss insurance services 66516000 - Liability insurance services 66516400 - General liability insurance services 66516500 - Professional liability insurance services 66517300 - Risk management insurance services 66518000 - Insurance brokerage and agency services 66518300 - Insurance claims adjustment services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement A programme of General (non-life) insurance and related services for Broadacres. 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 and employment practices liability. This list is to be decided at the sole discretion of Broadacres. This Lot excludes: Motor (See Lot 2), Engineering (See Lot 3), Cyber (See Lot 4), Terrorism Pool Re (See Lot 5), Terrorism Non Pool Re (See Lot 6), Directors and Officers Liability (See Lot 7) two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £1,600,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 27 April 2025 End date 28 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services for Motor vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use) Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66514110 - Motor vehicle insurance services 66516100 - Motor vehicle liability insurance services 66517300 - Risk management insurance services 66518000 - Insurance brokerage and agency services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services for motor vehicle risks (possibly including Motor legal expenses and Occasional business use extensions). two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £375,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information As stated in the Tender documentation. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with items of Engineering plant and a programme of Engineering inspections Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66000000 - Financial and insurance services 66510000 - Insurance services 66517300 - Risk management insurance services 66518300 - Insurance claims adjustment services 66519200 - Engineering insurance services 71631100 - Machinery-inspection services 71631000 - Technical inspection services 71632200 - Non-destructive testing services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement 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. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £45,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2024 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with Cyber risks for Broadacres Lot No 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66000000 - Financial and insurance services 66510000 - Insurance services 66517300 - Risk management insurance services 66515000 - Damage or loss insurance services 66518000 - Insurance brokerage and agency services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services associated with Cyber risks for Broadacres two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £75,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with Terrorism Risks (Pool Re Basis) for Broadacres Lot No 5 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66000000 - Financial and insurance services 66510000 - Insurance services 66517300 - Risk management insurance services 66516000 - Liability insurance services 66518000 - Insurance brokerage and agency services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services associated with Terrorism risks (Pool Re Basis) for Broadacres two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £55,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with Terrorism (Non Pool Re Basis) Risks for Broadacres Lot No 6 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66510000 - Insurance services 66517300 - Risk management insurance services 66518300 - Insurance claims adjustment services 66516000 - Liability insurance services 66516500 - Professional liability insurance services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services associated with Terrorism (Non Pool Re Basis) Risks for Broadacres two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £50,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Insurance and related services associated with Directors and Officers' Liability Lot No 7 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 66510000 - Insurance services 66517300 - Risk management insurance services 66518300 - Insurance claims adjustment services 66516000 - Liability insurance services 66516500 - Professional liability insurance services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance UNITED KINGDOM two.2.4) Description of the procurementII.2.4) Description of the procurement Insurance and related services associated with Directors and Officers' Liability risks for Broadacres two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £90,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 28 April 2025 End date 27 April 2028 This contract is subject to renewal Yes Description of renewals Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.9) Information about the limits on the number of candidates to be invitedII.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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Broadacres will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information To respond to this opportunity please click here: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions Potential suppliers will be required to provide an overview of relevant services provided to property owners, property developers, public sector organisations, social landlords or other similar organisations over the past 5 years, plus details of three 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. three.1.2) Economic and financial standingIII.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 The financial ability to deliver the programme, including Insurers with a minimum rating of ‘BBB’ from standard and poor, ‘B++’ from A M best, or an equivalent rating by an independent and reputable credit rating agency and approved by the bidder’s market security committee. In the case of any rating less than A-, the contracting authority will evaluate and accept the nominated insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the ITT bid deadline of the bidder’s market security committee’s latest report, including written recommendation from the bidder’s market security committee. three.1.3) Technical and professional abilityIII.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. three.2) Conditions related to the contractIII.2) Conditions related to the contract three.2.1) Information about a particular professionIII.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. three.2.3) Information about staff responsible for the performance of the contractIII.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 Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Competitive procedure with negotiation four.1.5) Information about negotiationIV.1.5) Information about negotiation The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: No four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 18 November 2024 Local time 5:00pm four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidatesIV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 25 November 2024 four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 27 April 2028 Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.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 six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.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. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Northallerton:-Insurance-services./B88FGFE78G To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B88FGFE78G GO Reference: GO-20241018-PRO-28194852 six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body The High Court of England and Wales London Telephone +44 1959562242 Country United Kingdom six.4.3) Review procedureVI.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 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. six.4.4) Service from which information about the review procedure may be obtainedVI.4.4) Service from which information about the review procedure may be obtained The Cabinet Office London Telephone +44 1959562242 Country United Kingdom Back to top 1729683246 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Provision of Insurance and Related Services to BroadacresBroadacres Housing Association Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Broadacres ... A programme of General (non-life) insurance and related services for Broadacres. The programme will require Insurance and related services for risks that may ... Notice typeF02: Contract noticeClosing18 November 2024, 5:00pmContract locationUK - United KingdomTotal value £1,800,000 Lot values £1,600,000; £375,000; £45,000; £75,000; £55,000; £50,000; £90,000 Publication date18 October 2024, 2:05pm |
NAICS |
Soil Preparation Business All Other Professional Jewelry Computing Infrastructure Providers Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Cookie Architectural Turned Product and Screw Other Justice Machinery Regulation Jewelry Courts Courts Financial Transactions Processing Research and Development in the Physical Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Agencies Research and Development in the Physical Professional Process Other Accounting Services Funds |
CPVS |
Earthmoving and excavating machinery, and associated parts System, storage and content management software package Plants Mains Control, safety, signalling and light equipment Nuts Calendars Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Frames Parts of computers Office, school and office equipment cleaning services Records Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Cabinets Watches Motors Lifting, handling, loading or unloading machinery Vats Pressure-reducing, control, check or safety valves Parts of other vehicles Other services Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Sole Security, fire-fighting, police and defence equipment Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Soles Dates Tools, locks, keys, hinges, fasteners, chain and springs |
UNSPSC |
Motor vehicles Nuts Computers Calendars Awards Business cases Watches Inspection Well engineering Quality control Employment Equipment cases Liability insurance Single room Case making services Fire insurance Financial Instruments, Products, Contracts and Agreements Securities Power Supply, Computer Tent, for office use |
Regions |
Europe Northern Europe |
Sectors |
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Security Services Bridges and Tunnels Engineering Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Machinery and Equipments-M&E Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Aviation Petroleum Products Electronics Building Material Marine |
URL |
Share |
To be notified
when a tender matching your filter is
published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert
Similar Tenders