Insurance Services Contract 2015
Property, business interruption, liability, motor vehicle, engineering, personal accident, fidelity guarantee, professional indemnity, construction related.
United Kingdom-London: Insurance services
2014/S 192-339308
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
One Housing Group
100 Chalk Farm Road
Contact point(s): Financial Controller
For the attention of: Tushar Shah
NW1 8EH London
UNITED KINGDOM
Telephone: +44 2074284289
E-mail: tshah@onehousinggroup.co.uk
Internet address(es):
General address of the contracting authority: www.onehousinggroup.co.uk
Further information can be obtained from: Gibbs Laidler Consulting LLP
Hantesa, Pilgrims Way
For the attention of: Grant Russell
ME17 1UT Hollingbourne
UNITED KINGDOM
Telephone: +44 7841079061
E-mail: grant.russell@gibbslaidlerconsulting.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Gibbs Laidler Consulting LLP
Hantesa, Pilgrims Way
For the attention of: Grant Russell
ME17 1UT Hollingbourne
UNITED KINGDOM
Telephone: +44 7841079061
E-mail: grant.russell@gibbslaidlerconsulting.co.uk
Tenders or requests to participate must be sent to: Gibbs Laidler Consulting LLP
Hantesa, Pilgrims Way
For the attention of: Grant Russell
ME17 1UT Hollingbourne
UNITED KINGDOM
Telephone: +44 7841079061
E-mail: grant.russell@gibbslaidlerconsulting.co.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 6: Financial services a) Insurances services b) Banking and investment services
Main site or location of works, place of delivery or of performance: Primarily in London but also other locations as required to protect the assets earnings and liabilities of the awarding authority.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
66510000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: One Housing Group will consider entering into a Long Term Agreement or similar undertaking for 3 years with an option to extend the contract for a further 2 years, all subject to satisfactory service, cost and performance and no breach of LTA / LTU. This is an option — not a binding commitment.
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As stated in tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As stated in tender documents.
III.2.3)Technical capacity
As stated in tender documents.
Minimum level(s) of standards possibly required:
Insurers must be licensed to transact business in the categories mentioned above either in UK or EC Member State of domicile.
III.3.1)Information about a particular profession
Reference to the 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
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As stated in tender documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 2017
VI.2)Information about European Union funds
VI.3)Additional information
The review is to be a multi-stage procedure. Responses to this notice in the form of a completed PQQ are required by 11.11.2014. Candidates to enter the negotiated stage of the process will be selected from those responses. The final costed tenders from those candidates selected as tenderers will be submitted on 27.1.2015 in accordance with the timetable which will be set out in the contract documents.
VI.5)Date of dispatch of this notice: