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

Provision of Insurance and related services to United Welsh Group

  • First published: 08 October 2018
  • Last modified: 08 October 2018

Contents

Summary

OCID:
ocds-kuma6s-085997
Published by:
Gibbs Laidler Consulting LLP
Authority ID:
AA44665
Publication date:
08 October 2018
Deadline date:
08 November 2018
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Insurance and related services for Property, Legal Liability and other general (non-Life) insurable risks, as required by United Welsh Group. CPV: 66510000, 66510000, 66513100, 66513200, 66515000, 66515200, 66515410, 66516000, 66516400, 66516500, 66517300, 66518000, 66519500, 66519200, 71631000, 71631100.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

United Welsh Group

13 Beddau Way

Caerphilly

CF83 2AX

UK

Contact person: Our Consultant for this procurement: Gibbs Laidler Consulting

E-mail: jeremy.flint@gibbslaidler.co.uk

NUTS: UKL

Internet address(es)

Main address: http://www.unitedwelsh.com

I.3) Communication

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

Provision of Insurance and related services to United Welsh Group

II.1.2) Main CPV code

66510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Insurance and related services for Property, Legal Liability and other general (non-Life) insurable risks, as required by United Welsh Group.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

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:

The contracting authority ideally seeks a single provider for both Lots. Lots 1 & 2 will however be individually evaluated and therefore multiple awards may result. Where the respondent is an insurance Broker, it may choose to place the insurance(s) required within each Lot with different insurers at its discretion, but full details of the risk carrier(s) will be required, for evaluation purposes.

II.2) Description

Lot No: 1

II.2.1) Title

A programme of General Insurance and related services for United Welsh Group

II.2.2) Additional CPV code(s)

66510000

66513100

66513200

66515000

66515200

66515410

66516000

66516400

66516500

66517300

66518000

66519500

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Focused around the Offices and Housing Stock in Caerphilly, Wales plus other areas that are necessary to fulfil the Contract.

II.2.4) Description of the procurement

A programme of General Insurance and related services for United Welsh Group, excluding Motor Fleet risks and Engineering Insurance/Inspection. The programme will require Insurance and related services for risks that may include but not be limited to: property damage and business interruption, Employers, Public, Products and Property Owners liability, Business Combined/Office, Money, All Risks, Computer, Contract Works, Group Personal Accident, Professional Indemnity, Fidelity Guarantee/Crime, Employment Practices Liability, Cyber and Terrorism.

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: 1 500 000.00  GBP

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

Start: 01/04/2019

End: 31/03/2022

This contract is subject to renewal: Yes

Description of renewals:

United Welsh Group will consider entering into Long Term Agreements with the bidder and/or the risk carriers proposed by the bidder, for three years (or three periods of insurance), with the option to extend the award period by up to two further years, subject to satisfactory service, performance and cost.

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 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 at SQ stage for each Lot 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:

United Welsh Group 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 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

II.2.14) Additional information

As stated in the ITT documentation.

Lot No: 2

II.2.1) Title

Insurance and related services to United Welsh Group and associated with Engineering Insurance and a programme of Engineering Inspections for statutory and other items of plant and equipment.

II.2.2) Additional CPV code(s)

66519200

71631000

71631100

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Focused around the Head Office and Housing Stock of United Welsh Group in Caerphilly, Wales plus other areas that are necessary to fulfil the Contract.

II.2.4) Description of the procurement

Engineering Insurance and an associated programme of inspections for statutory and other items of engineering plant and equipment.

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

Start: 01/04/2019

End: 31/03/2022

This contract is subject to renewal: Yes

Description of renewals:

United Welsh Group will consider entering into Long Term Agreements with the bidder and/or the risk carrier proposed by the bidder, for three years (or three periods of insurance), with an option to extend the award period by up to two further years, subject to satisfactory service, performance and cost.

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 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 and may be rejected in reverse order to achieve our maximum number of operators for the specific Lot at ITT stage. Selection Criteria for the SQ stage are summarised in this Contract Notice and 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:

United Welsh Group 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 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 property owners, public sector organisations, social landlords or other relevant organisations over the past five years, plus details of three 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 three years reports and accounts.


Minimum level(s) of standards required:

The financial ability to deliver the programme, including Insurers with a minimum Rating of ‘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 a Rating less than A-, United Welsh Group 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.


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, 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.2.3) 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: 08/11/2018

Local time: 17:00

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

Date: 16/11/2018

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

Duration in months: 3 (from the date stated for receipt of tender)

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 or 5 years from the date of this Notice.

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=85997.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

As per the ITT Documentation.

(WA Ref:85997)

The buyer considers that this contract is suitable for consortia.

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 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

05/10/2018

Coding

Commodity categories

ID Title Parent category
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
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
66519500 Loss adjustment services Engineering, auxiliary, average, loss, actuarial and salvage insurance services
71631100 Machinery-inspection services Technical inspection 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
71631000 Technical inspection services Technical inspection and testing services

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

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:
08 October 2018
Deadline date:
08 November 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Gibbs Laidler Consulting LLP
Publication date:
26 November 2018
Deadline date:
09 January 2019 00:00
Notice type:
Stage 2
Authority name:
Gibbs Laidler Consulting LLP

About the buyer

Main contact:
jeremy.flint@gibbslaidler.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
12/10/2018 18:02
ADDED FILE: Schedule of Engineering items
For information purposes only.

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

xlsx
xlsx25.52 KB
This file may not be accessible.
pdf
pdf349.99 KB
This file may not be accessible.
docx
docx94.95 KB
This file may not be accessible.
xlsx
xlsx27.05 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.