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