UK-Birmingham: Insurance services.

UK-Birmingham: Insurance services.
Section I: Contracting Authority
I.1) Name and addresses
The Pioneer Group
11 High Street, Castle Vale, Birmingham, B35 7PR, United Kingdom
Tel. +44 7841632923, Email: jeremy.flint@gibbslaidler.co.uk
Contact: Our Consultant for this project (jeremy.flint@gibbslaidler.co.uk)
Main Address: www.gibbslaidler.co.uk, Address of the buyer profile: www.pioneergroup.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Insurance-services./2N9W6RC4FB
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of General (non-life) Insurance and related services to The Pioneer Group.
Reference Number: Not provided
II.1.2) Main CPV Code:
66510000 - Insurance services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Insurance and related services for property, legal liability and other general (non-life) insurable risks, as required by The Pioneer Group.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lots 1-2 will be individually evaluated and therefore multiple awards may result. Where the respondent is an insurance Broker, it may choose to place the insurance(s) required within Lot 1 with different insurers at its discretion, but full details of the risk carrier(s) will be required, for evaluation purposes.

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: A programme of General Insurance and related services for The Pioneer Group
Lot No: 1
II.2.2) Additional CPV codes:
66510000 - Insurance services.
66513100 - Legal expenses insurance services.
66513200 - Contractor's all-risk insurance services.
66514110 - Motor vehicle insurance services.
66515000 - Damage or loss insurance services.
66515200 - Property insurance services.
66515410 - Financial loss insurance services.
66515411 - Pecuniary 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.
66518000 - Insurance brokerage and agency services.
66519500 - Loss adjustment services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: A programme of General Insurance and related services for The Pioneer Group, Engineering insurance/inspection contract (see Lot 2). The programme will require insurance and related services for risks that may include but not be limited to: property damage and business interruption, employers, public, products and property owners liability, business combined/office, money, all risks, computer, contract works, group personal accident, professional indemnity, fidelity guarantee/crime, employment practices liability, cyber and terrorism.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Quality in terms of price certainty / sustainability over the duration of the Award period / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 950,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/12/2019 / End: 30/11/2022
This contract is subject to renewal: Yes
Description of renewals: The Pioneer Group 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 an option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.
II.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 2 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 at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage are stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Pioneer Group 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 an option to extend the award period subject to service, performance and cost.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: 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 the SQ and via the Authority's eProcurement portal to enable the bidder to decide whether to participate in this process.
II.2) Description Lot No. 2

II.2.1) Title: Engineering Insurance and an associated Inspection Contract
Lot No: 2
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
71631100 - Machinery-inspection services.
71632200 - Non-destructive testing services.
66518000 - Insurance brokerage and agency services.
66519200 - Engineering insurance services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Engineering inspection contract for items of lifting plant, pressure plant, playgrounds and the like, all owned or managed by The Pioneer Group.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Quality in terms of Cost Certainty/Sustainability over the duration of the Award period / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 50,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/12/2019 / End: 30/11/2022
This contract is subject to renewal: Yes
Description of renewals: The Pioneer Group 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 an option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.
II.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 2 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 at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage are stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Pioneer Group will consider entering into long term agreements with the bidder and/or the bidder's proposed risk carrier for 3 years (or 3 periods of insurance), with an option to extend the award period subject to service, performance and cost.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: 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 the SQ and via the Authority's eProcurement portal to enable the bidder to decide whether to participate in this process.


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Potential suppliers will be required to provide an overview of services provided to property owners, public sector organisations, social landlords or other relevant organisations over the past 5 years, plus details of 3 clients currently receiving similar services. Potential suppliers will be asked to evidence permission by the FCA, PRA or other appropriate regulatory Authority indicating the types of insurance/service the bidder is authorised to arrange or provide.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The tender documents will require providers to produce financial information in relation to the type of services offered, including but not limited to 2 years reports and accounts.
Minimum level(s) of standards possibly required (if applicable) :
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 Pioneer Group will evaluate and accept the nominated Insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the Bid deadline of the Bidder’s Market Security Committee’s latest report, including written recommendation from the bidder’s Market Security Committee.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
The tender documents will require providers to detail their relevant professional experience, resource, skills, qualifications and quality control practices.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
For insurance services, insurers authorised under the Financial Services and Markets Act 2000, Insurance Companies Act 1982 (and any other statutory modifications thereof) and regulated by the Prudential Regulation Authority, UK Financial Conduct Authority, or equivalent in another member state of the European Economic Area. Insurance brokers registered with and regulated by the Financial Conduct Authority.
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes

Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/06/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/06/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 01/12/2019



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Between 3 or 5 years from the date of this notice.
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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://gibbslaidler.delta-esourcing.com/tenders/UK-UK-Birmingham:-Insurance-services./2N9W6RC4FB

To respond to this opportunity, please click here:
https://gibbslaidler.delta-esourcing.com/respond/2N9W6RC4FB
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will enter into this contract following a 10 calendar days 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.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 29/04/2019

Annex A