UK-London: Insurance services.

UK-London: Insurance services.

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

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above

I.2)Type of the contracting authority:
Body governed by public law

I.3) Main activity:
Housing and community amenities

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

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

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

II.1.4)Information on framework agreement:

Framework agreement with a single operator
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:

Range between: 3,000,000 and 50,000,000
Currency: GBP

II.1.5)Short description of the contract or purchase:
Insurance services. Accident insurance services. Legal insurance and all-risk insurance services. Contractor's all-risk insurance services. Insurance related to Transport. Motor vehicle insurance services. Fire insurance services. Property insurance services. Financial loss insurance services. Liability insurance services. Motor vehicle liability insurance services. General liability insurance services. Professional liability insurance services. Risk management insurance services. Insurance claims adjustment services. Insurance consultancy services. The Hyde Group are looking for bidders for the provision of Insurance and Advisory Services. Bidders will also provide additional support services relating to the provision of insurance.

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

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

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


The bidder must provide the most appropriate and value for money available policy terms and the class of insurance required by Hyde. This should be based on information provided to the bidders by Hyde in order to submit a compliant bid. All information submitted should comply with current legislation.
The core services that are required from this procurement exercise are listed below. The bidders are required to provide all the insurance services required by Hyde in respect of the full range of activities and functions, including but not limited to:
•Property Insurance
•Financial Loss Insurance
•Public Liability Insurance
•Employers Liability Insurance
•Professional Liability Insurance
•Terrorism
•Professional Indemnity Insurance
•Employment Practice Liability
•Motor Vehicle Insurance
•Insurance Claims and loss adjustment
•Advisory Services
•Works in progress
•Contractors all risks
•Business interruption
•Computer insurance
•Directors and officers
•Pensions trustee liability
•Fidelity guarantee /Crime
•Money
•Personal Accident
•Insurance programme placement and servicing
•Claims management

II.1.6)Common Procurement Vocabulary:
66510000 - Insurance services.

66512100 - Accident insurance services.

66513000 - Legal insurance and all-risk insurance services.

66513200 - Contractor's all-risk insurance services.

66514100 - Insurance related to Transport.

66514110 - Motor vehicle insurance services.

66515100 - Fire insurance services.

66515200 - Property insurance services.

66515410 - Financial loss insurance services.

66516000 - Liability insurance services.

66516100 - Motor vehicle liability insurance services.

66516400 - General liability insurance services.

66516500 - Professional liability insurance services.

66517300 - Risk management insurance services.

66518300 - Insurance claims adjustment services.

66519310 - Insurance consultancy services.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Economic operators should note that this estimated value is based on Hyde's current anticipated requirements. This value may increase in the event that the Group acquires additional new properties during the term of the Framework Agreement, whether obtained through a merger or acquisition or as part of a joint venture arrangement, and requires the services covered by the Framework to be performed. In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may come in to existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. "Social Housing Provider" for this purpose means any provider of social housing and includes Registered Providers (as listed on the Tenant Services Authority note that, under the Framework Agreement, no organisation that is entitled to call-off shall be automatic right to do so without permission from The Hyde Group.
Estimated value excluding VAT:
Range between: 3,000,000 and 50,000,000
Currency: GBP


II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:

Information and formalities necessary for evaluating if requirements are met:
as stated in the Tender Documents and company registration will be required

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
As stated in the Tender Documents
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Yes
If yes, reference to relevant law, regulation or administrative provision:
This service will be regulated by the provisions of the Financial Services and Markets Act 2000 and any other
modifications thereof. Providers of insurance services will be required to be authorised by the Financial Conduct
Authority
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open

IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

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

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

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


Not Provided

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 24/12/2015
Time: 13:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Date: 24/12/2015
Time: 13:05


Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 4 years
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./5K2PZY768C

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5K2PZY768C
GO-20151111-PRO-7310718 TKR-20151111-PRO-7310717

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A2LL, United Kingdom

VI.4.2)Lodging of appeals: Not Provided

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

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

ANNEX A

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