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 & related services to Cardiff Community Housing Association

  • First published: 14 March 2017
  • Last modified: 14 March 2017

Contents

Summary

OCID:
ocds-kuma6s-064036
Published by:
Gibbs Laidler Consulting LLP
Authority ID:
AA44665
Publication date:
14 March 2017
Deadline date:
11 April 2017
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

General Insurance (non-life) risks, as required by Cardiff Community Housing Association for a period of three years (or periods of insurance) commencing 30th June 2017, with the option to extend by up to two further years (or periods of insurance). The Contract will also include Engineering Inspection Services. CPV: 66510000, 66510000, 66512100, 66513100, 66513200, 66515000, 66515200, 66515410, 66515411, 66516000, 66516500, 66517300, 66518000, 66518100, 66519200, 66516400, 71631100, 71631000, 71630000, 66514110, 66516100.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Community Housing Association

Tolven Court, Dowlais Road

Cardiff

CF24 5LQ

UK

Contact person: Either the person named below, or our Consultant for this procurement: Gibbs Laidler Consulting

E-mail: allan.brinkley@ccha.org.uk

NUTS: UKL22

Internet address(es)

Main address: http://www.ccha.org.uk

Address of the buyer profile: http://www.sell2wales.gov.wales

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sell2wales.gov.wales


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 & related services to Cardiff Community Housing Association

II.1.2) Main CPV code

66510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

General Insurance (non-life) risks, as required by Cardiff Community Housing Association for a period of three years (or periods of insurance) commencing 30th June 2017, with the option to extend by up to two further years (or periods of insurance).

The Contract will also include Engineering Inspection Services.

II.1.5) Estimated total value

Value excluding VAT: 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

66510000

66512100

66513100

66513200

66515000

66515200

66515410

66515411

66516000

66516500

66517300

66518000

66518100

66519200

66516400

71631100

71631000

71630000

66514110

66516100

II.2.3) Place of performance

NUTS code:

UKL

UKL22


Main site or place of performance:

Focussed around the head office and properties in Cardiff, Wales, plus other areas necessary to fulfil the contract.

II.2.4) Description of the procurement

A programme of General Insurance and related services for Cardiff Community Housing Association. The insurance classes may include but not be limited to: Material Damage, Works in Progress, Business Interruption, All Risks, Money, Public, Property Owners & Products Liability, Employers Liability, Libel & Slander, Professional Negligence, Engineering Inspection & Insurance, Fidelity Guarantee / Crime, Group Personal Accident, Terrorism, Employment Practices Liability, Commercial Legal Expenses, Cyber, Directors & Officers Liability and Motor.

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: 600 000.00  GBP

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

Start: 30/06/2017

End: 29/06/2020

This contract is subject to renewal: Yes

Description of renewals:

The initial contract is for a period of three years (or periods of insurance) commencing 30th June 2017, with the option to extend by up to two further years (or periods of insurance).

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:

This will be a two stage Tender using the Competitive Procedure with Negotiation, including an SQ (Selection Questionnaire) stage.

For reasons of confidentiality, full ITN tender documentation will be made available only to potential bidders that meet minimum requirements at the SQ stage. Sufficient detail will be included in the SQ documentation and in this Contract Notice for Bidders to consider their participation in this process.

Bidders failing to meet 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 at the ITN stage.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Cardiff Community Housing Association 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 further years (or periods of insurance) subject to service, performance and cost.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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 the social housing, public sector or other relevant property owners over the past five years and details of at least two clients currently receiving similar services.

Potential suppliers will be required to provide evidence of regulation by the FCA

or other appropriate insurance regulatory authority indicating the types of insurance the proposed insurer is authorised to arrange or provide.

Otherwise, as stated in Tender Documents.

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 required:

A minimum financial rating of A- from Standard & Poor's, or an equivalent rating Agency will be required of all Insurance risk carriers.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

As stated in Tender Documents


Minimum level(s) of standards required:

The tender documents will require providers to detail their professional experience, resource, skills, qualifications and quality control practices, through completion of a scored Selection questionnaire which also includes some Pass/Fail Questions.

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:

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, the 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

As stated in Tender Documents

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

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 11/04/2017

Local time: 17:00

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

Date: 14/04/2017

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: 30/06/2017

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 and 5 years from the date of Contract Award.

VI.3) Additional information

All Bidders will be required to detail your proposed insurance wordings during the ITN stage.

The Contract will be let in a single Lot. The single Lot will not be divided further into sub-Lots.

Where the respondent is an insurance Broker, it may choose to place the insurance(s) required with different insurers at its discretion, but full details of the risk carrier(s) will be required, for evaluation purposes.

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=64036.

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:64036)

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

London

UK

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 (as amended) (The Regulations) 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 review procedure may be obtained

The Cabinet Office

London

UK

VI.5) Date of dispatch of this notice

13/03/2017

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
66516400 General liability insurance services Liability insurance services
66518000 Insurance brokerage and agency services 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
71631100 Machinery-inspection services Technical inspection 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
66517300 Risk management insurance services Credit and surety insurance services
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71631000 Technical inspection services Technical inspection and testing services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

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:
14 March 2017
Deadline date:
11 April 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Gibbs Laidler Consulting LLP
Publication date:
03 May 2017
Deadline date:
02 June 2017 00:00
Notice type:
Stage 2
Authority name:
Gibbs Laidler Consulting LLP
Publication date:
06 July 2017
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Gibbs Laidler Consulting LLP

About the buyer

Main contact:
allan.brinkley@ccha.org.uk
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
docx116.23 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.