UK-Preston: Insurance services.

UK-Preston: Insurance services.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited
4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: Lisa.Gallacher@placesforpeople.co.uk
Contact: Lisa Gallacher
Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.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: Yes.
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-Preston:-Insurance-services./2TE3B6Y453
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: Places for People Insurance Services DPS
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: Places for People are seeking to appoint a number of suppliers to deliver Insurance Services and as such, wish to form a DPS which will be utilised and owned by Places for People. The principle of the Insurance Services DPS is to group services that Places for People require to ensure quality and value for money.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
66510000 - Insurance services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Places for People are seeking to appoint a number of suppliers to deliver Insurance Services and as such, wish to form a DPS which will be utilised and owned by Places for People. The principle of the Insurance Services DPS is to group services that Places for People require to ensure quality and value for money. The core DPS will be owned and managed by Places for People. This agreement will therefore provide an OJEU compliant platform which the Places for People can procure a range of services via the further competition process. Providers are asked to follow this link http://dpsapplication.procurementhub.co.uk?d=Insurance Services and provide details of the services that they can undertake. Suppliers can apply for as many services as they wish. A brief description of each of the available work streams is provided below:

1 Property Damage (includes Material Damage / Business Interruption / Money / All Risks / Works In Progress)
2 Combined Liability (Employers Liability & Public Liability)
3 Professional Indemnity
4 Medical Malpractice
5 Motor Fleet
6 Computers
7 Contractors Plant / Hired In Plant
8 Engineering Inspection / Engineering Insurance
9 Personal Accident and Travel
10 Crime
11 Cyber
12 Terrorism
13 Legal Expenses
14 Libel & Slander

Applicants will only be invited to compete in tender exercises for the work streams applied for and locations selected. It is the responsibility of the applicant to keep Places for People informed of any changes to the works streams applied for.

Insurers will be insurance companies authorised to write classes of insurance listed within EU Member states subject to English/Welsh Law and the jurisdiction of the English/Welsh Courts. The service will be regulated by the provisions of the Insurance Act 1982 and any modification thereof. Bids are permitted from insurance companies and managing general agents with specific insurers – and evidence of the specific agreement with these Insurers will be requested.

This DPS does not include Insurance Broking Services. Accordingly bids are not permitted from insurance brokers unless the bid is from a brokers facility or managing general agent that can only be accessed via a specific Insurance Broker. In this instance the Insurance Broker must provide documentary evidence from the relevant Insurer to evidence this arrangement.

All insurers should be licensed to transact business in the UK and registered with the FCA. All engineering inspection providers are not required to be registered with the FCA but should be UKAS accredited

Contract value range is £3,500,000 to £5,000,000


**Important Notice**

Places for People will be going out to tender in late July 2019 and are holding an Insurer Engagement Day on Tuesday 23rd July in Preston. For further information, please contact Purchasing@placesforpeople.co.uk
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Not provided


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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
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
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: No

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

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


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: Yes
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: 08/07/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 26/07/2019
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: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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://placesforpeople.delta-esourcing.com/tenders/UK-UK-Preston:-Insurance-services./2TE3B6Y453

To respond to this opportunity, please click here:
https://placesforpeople.delta-esourcing.com/respond/2TE3B6Y453
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, 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:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 07/06/2019

Annex A