Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Insurance and Related Services 2017

  • First published: 26 June 2017
  • Last modified: 26 June 2017

Contents

Summary

OCID:
ocds-kuma6s-068231
Published by:
Grwp Cynefin
Authority ID:
AA29780
Publication date:
26 June 2017
Deadline date:
21 July 2017
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Contract is for the provision of general insurance and related services, including claims handling, loss control services and general programme maintenance and advice as required by Grwp Cynefin. Bidders are requested to bid for the entire scope of services. The procurement will follow the two-stage Restricted Procedure, with bidders pre-qualified on the basis of capability, capacity and experience using the attached SQuID questionnaire. CPV: 66510000, 66512100, 66513100, 66516400, 66515411, 66515410, 66513200, 66515000, 66516500, 66515200, 66515100, 66516000, 66518100, 66514110, 66516100, 66519200.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Grwp Cynefin

Ty Silyn, Y Sgwar, Penygroes

Caernarfon

LL54 6LY

UK

Contact person: Our Consultant - Maureen Batten

Telephone: +44 7920131507

E-mail: maureenmbatten@btinternet.com

Fax: +44 1286881141

NUTS: UKL13

Internet address(es)

Main address: http://www.grwpcynefin.org

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA29780

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.sell2wales.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sell2wales.gov.uk


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:

https://www.sell2wales.gov.uk


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

Insurance and Related Services 2017

II.1.2) Main CPV code

66510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Contract is for the provision of general insurance and related services, including claims handling, loss control services and general programme maintenance and advice as required by Grwp Cynefin. Bidders are requested to bid for the entire scope of services. The procurement will follow the two-stage Restricted Procedure, with

bidders pre-qualified on the basis of capability, capacity and experience using the attached SQuID questionnaire.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

66512100

66513100

66516400

66515411

66515410

66513200

66515000

66516500

66515200

66515100

66516000

66518100

66514110

66516100

66519200

II.2.3) Place of performance

NUTS code:

UKL13


Main site or place of performance:

All six North Wales Counties plus north Powys

II.2.4) Description of the procurement

Insurance cover, related advice, claims management and loss control services for property, legal liabilities, engineering insurance and inspection and other general(non-life) insurances as required by Grwp Cynefin for a period of 3 (years (or periods of insurance)commencing 1 November 2017, with the option to extend by up to a further 2 years at Grwp Cynefin's sole discretion. The contract is NOT

divided into lots so bidders are required to bid for the entire scope of services. Bids are invited from suitably qualified and experienced insurance brokers or direct insurers.

The Contract will follow the Restricted Procedure with a pre-qualifying stage based on the SQuID and bidders will be selected on the basis of their capability, capacity and experience to perform the contract. Those selected will be invited to submit a Tender. The Contract will be

awarded on the basis of Most Economically Advantageous Tender, with specific evaluation criteria detailed within the ITT and contract documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Contract may be extended for a further 2 years beyond the initial 3 year period, subject to satisfactory performance, at Grwp Cynefin's sole discretion

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

Availability of suitably qualified, competent and experienced candidates

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Bids should be based on the current levels of cover as shown in the attached Schedules of Cover. However, Grwp Cynefin will also consider alternative bases of cover such as different excess levels, provided these are accompanied by a cost-benefit analysis. Further detail will be provided to in the ITT to those bidders invited to submit a Tender at Stage 2.

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:

AS a minimum, you are required to demonstrate:

- you are an insurance broker registered with and regulated by the UK Financial Conduct Authority or an insurer authorised /and or regulated by the UK Financial Conduct Authority or Prudential Regulation Authority or equivalent in another member state of the European Economic Area indicating the types of insurance/service the bidder is authorised to arrange or provide

- the financial ability and strength to deliver the programme

- use of insurers with a Standard and Poors (or equivalent) rating of A- or above(see details in SQuID)

- the ability to provide social landlords with a choice of insurers and/or options

- a record of successful provision of relevant services to property owners, social housing organisations or other organisations that are similar in profile to the contracting authority

- a skilled and competent service team, being client relationship management, technical staff, broking/underwriting expertise, claims managers and risk managers

- your commitment to delivering quality service to Grwp Cynefin, including that provided to us by any third party contractor employed by you or by the insurers you propose

-your ability to demonstrate client satisfaction on at least 3 similar contracts

- CII chartered form status and/or commitment to its Code of Ethics, commitment to corporate and individual professional development defined by the CII or similar professional organisation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

See relevant questions within the SQuID. Specific descriptions and weightings will be specified within the ITT


Minimum level(s) of standards required:

(1) All candidates will be required to provide evidence of relevant insurances as detailed in the SQuID.

(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business. A minimum financial rating of A- from Standard & Poor (or equivalent from another recognised Rating Agency)will be required of all Risk

carriers (see SQuID)

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Specific descriptions and weightings will be specified within the ITT, including mandatory regulation by UK Financial Conduct Authority or Prudential Regulation Authority or equivalent


Minimum level(s) of standards required:

A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years

(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible

for providing the services or carrying out the work or works under the contract;

(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Execution of the service is reserved to suitably qualified, registered and experienced insurance providers, brokers and direct insurers

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/07/2017

Local time: 15:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 24/07/2017

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31/10/2017

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

3 years from 1 November 2017 unless two-year extension is instructed.

VI.3) Additional information

Selection of bidders -Questions in SQuID should be considered in alignment with financial, economic and technical requirements stated in Contract Notice.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=68231.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:68231)

VI.4) Procedures for review

VI.4.1) Review body

Grwp Cynefin

Ty Silyn, Y Sgwar, Penygroes

Caernarfon

LL54 6LY

UK

Telephone: +44 3001112122

E-mail: Bryn.Ellis@grwpcynefin.org

Fax: +44 1286881141

Internet address(es)

URL: http://www.grwpcynefin.org

VI.5) Date of dispatch of this notice

22/06/2017

Coding

Commodity categories

ID Title Parent category
66512100 Accident insurance services Accident and health insurance services
66513200 Contractors all-risk insurance services Legal insurance and all-risk insurance services
66515000 Damage or loss insurance services Insurance services
66519200 Engineering insurance services Engineering, auxiliary, average, loss, actuarial and salvage insurance services
66515410 Financial loss insurance services Damage or loss insurance services
66515100 Fire insurance services Damage or loss insurance services
66516400 General liability insurance services Liability insurance services
66518100 Insurance brokerage services Insurance brokerage and agency services
66510000 Insurance services Insurance and pension services
66513100 Legal expenses insurance services Legal insurance and all-risk insurance services
66516000 Liability insurance services Insurance services
66514110 Motor vehicle insurance services Freight insurance and Insurance services relating to transport
66516100 Motor vehicle liability insurance services Liability insurance services
66515411 Pecuniary loss insurance services Damage or loss insurance services
66516500 Professional liability insurance services Liability insurance services
66515200 Property insurance services Damage or loss insurance services

Delivery locations

ID Description
1012 Gwynedd
1024 Powys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
26 June 2017
Deadline date:
21 July 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Grwp Cynefin
Publication date:
28 July 2017
Deadline date:
08 September 2017 00:00
Notice type:
Stage 2
Authority name:
Grwp Cynefin
Publication date:
26 October 2017
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Grwp Cynefin

About the buyer

Main contact:
maureenmbatten@btinternet.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx1.85 MB
This file may not be accessible.
pdf
pdf270.58 KB
This file may not be accessible.
doc
doc47.66 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.