Skip to main content.

Gibbs Laidler Consulting LLP: Provision of General (non-life) Insurance and related services to RHP Ltd

  Gibbs Laidler Consulting LLP is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of General (non-life) Insurance and related services to RHP Ltd
Notice type: Contract Notice
Authority: Gibbs Laidler Consulting LLP
Nature of contract: Services
Procedure: Negotiated
Short Description: General (Non-Life) Insurance and related services to RHP Ltd and subsidiary organisations
Published: 20/01/2020 15:05
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Insurance services.
Section I: Contracting Authority
      I.1) Name and addresses
             RHP Ltd
             8 Waldegrave Road, Teddington, London, TW11 8GT, United Kingdom
             Tel. +44 7841632923, Email: jeremy.flint@gibbslaidler.co.uk
             Contact: Our Consultant for this project (jeremy.flint@gibbslaidler.co.uk)
             Main Address: https://gibbslaidler.delta-esourcing.com/, Address of the buyer profile: www.rhp.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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./466T572N93
      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 RHP Ltd       
      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: General (Non-Life) Insurance and related services to RHP Ltd and subsidiary organisations       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 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 & therefore multiple awards may result but individual Lots will not be divided further into sub-Lots. Where the respondent is an insurance Broker, it may choose to place the insurance(s) required within each Lot with different insurers and full details of the risk carriers will be required for evaluation purposes.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: General (non-life) Insurance and related services for RHP Ltd and subsidiary organisations.       
      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 RHP Ltd and subsidiary organisations, excluding Engineering insurance/inspection (see Lot 2).
      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: 15
                        
            Cost criterion - Name: Price on Day one of the Contract period / Weighting: 35
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,850,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 17/07/2020 / End: 16/07/2023       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial contract term is three years (or three periods of insurance) with an option to extend by up to two years (or two periods of insurance), subject to satisfactory performance. The estimated contract value is based upon the five year potential term.
      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 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 may be 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.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: RHP Ltd and subsidiary organisations will consider entering into long term agreements with the bidder and/or the bidder's proposed risk carriers for three years (or three periods of insurance), with an option to extend the award period by up to two years (or two periods of insurance) subject to satisfactory performance.
      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: As stated in the tender documentation.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Insurance and related services associated with Items of Engineering plant and a programme of Engineering Inspections       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      66510000 - Insurance services.
      66518000 - Insurance brokerage and agency services.
      66519200 - Engineering insurance services.
      71631000 - Technical inspection services.
      71631100 - Machinery-inspection services.
      71632200 - Non-destructive testing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Engineering Insurance and an associated programme of inspections for statutory and other items of engineering plant and equipment including Lifts. The Contracting Authority may require that (Lifting Operations and Lifting Equipment Regulations 1998 (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.
      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: 15
                        
            Cost criterion - Name: Price on day one of the Contract period / Weighting: 35
                              
      II.2.6) Estimated value:
      Value excluding VAT: 150,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 17/07/2020 / End: 16/07/2023       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial contract term is three years (or three periods of insurance) with an option to extend by up to two years (or two periods of insurance), subject to satisfactory performance. The estimated Contract value is based upon the five year potential term.
      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 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 may be 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.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: RHP Ltd and subsidiary organisations will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for three years (or three periods of insurance), with an option to extend the Award period by up to two years (or two periods of insurance) subject to satisfactory performance.
      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: As stated in the Tender documentation.       


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 permissions 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 two 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-, RHP Ltd 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: 21/02/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/02/2020       
      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: 16/07/2020
      
      

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 to 5 years from the date of this Contract 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.
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 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://gibbslaidler.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./466T572N93

To respond to this opportunity, please click here:
https://gibbslaidler.delta-esourcing.com/respond/466T572N93
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will enter into this contract following a 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of 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: 20/01/2020

Annex A


View any Notice Addenda

UK-London: Insurance services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       RHP Ltd
       8 Waldegrave Road, Teddington, London, TW11 8GT, United Kingdom
       Tel. +44 7841632923, Email: jeremy.flint@gibbslaidler.co.uk
       Contact: Our Consultant for this project (jeremy.flint@gibbslaidler.co.uk)
       Main Address: https://gibbslaidler.delta-esourcing.com/
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Provision of General (non-life) Insurance and related services to RHP Ltd      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: General (Non-Life) Insurance and related services to RHP Ltd and subsidiary organisations

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 06/04/2020

VI.6) Original notice reference:

   Notice Reference:    2020 - 233959   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 20/01/2020

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: VI.3          
         Lot No: Not provided          
         Place of text to be modified: VI.3          
         Instead of: 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 eProcurement portal to enable the bidder to decide whether 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://gibbslaidler.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./466T572N93          
         Read: This Tender process has been cancelled in light of the Covid-19 pandemic.
Based on the best available information, we anticipate that the Contract will be re-let ahead of the July 2021 Renewal date.
                                    
   
VII.2) Other additional information: This Tender process has been cancelled in light of the Covid-19 pandemic.
Based on the best available information, we anticipate that the Contract will be re-let ahead of the July 2021 Renewal date.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://gibbslaidler.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./466T572N93

To respond to this opportunity, please click here:
https://gibbslaidler.delta-esourcing.com/respond/466T572N93


View Award Notice