Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Wales & West Housing Association Ltd
Head Office: 3 Alexandra Gate, Ffordd Pengam, Tremorfa
Cardiff
CF24 2UD
UK
Contact person: Our Consultant for this procurement: NHF Insurance Services
E-mail: j.flint@nhfinsurance.co.uk
NUTS: UKL22
Internet address(es)
Main address: http://www.wwha.co.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA44665
I.1) Name and addresses
Cymdeithas Tai Cantref
Llys Cantref, Church Lane
Newcastle Emlyn
SA38 9AB
UK
E-mail: j.flint@nhfinsurance.co.uk
NUTS: UKL14
Internet address(es)
Main address: http://www.cantref.co.uk
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
Cymdeithas Tai Cantref Cyf
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 Wales & West Housing
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 Wales & West Housing Association Ltd for a period of three years (or periods of insurance) commencing 1st January 2017, with the option to extend by up to two further years (or periods of insurance).
The Contract will also include Engineering Inspection Services.
The Contract may also include Insurance and related services to Cymdeithas Tai Cantref Cyf.
II.1.5) Estimated total value
Value excluding VAT:
1 450 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
A programme of General Insurance and related services for Wales & West Housing Association Ltd, excluding Motor Fleet risks
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
II.2.3) Place of performance
NUTS code:
UKL14
Main site or place of performance:
Focussed around the head office and properties in Cardiff, South and West 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 Wales & West Housing Association Ltd. Excluding Motor Insurance.
The insurance classes within Lot 1 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 and Directors & Officers Liability.
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:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/01/2017
End:
31/12/2019
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 1st January 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 Restricted procedure, including a PQQ (Pre Qualification Questionnaire) stage. For reasons of confidentiality, full ITT tender documentation will be made available only to potential bidders that meet minimum requirements at the PQQ stage. Sufficient detail will be included in the PQQ documentation for Bidders to consider their participation in this process.
Bidders failing to meet required minimum standards at selection (PQQ) stage will be rejected. Bidders meeting the required standards at PQQ 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 ITT stage.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Wales & West Housing 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
Lot No: 2
II.2.1) Title
Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use)
II.2.2) Additional CPV code(s)
66514110
66516100
66518100
66517300
II.2.3) Place of performance
NUTS code:
UKL14
Main site or place of performance:
Focussed around the head office and properties in Cardiff, South and West Wales, plus other areas necessary to fulfil the Contract.
II.2.4) Description of the procurement
Insurance services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business
use extensions)
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:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/01/2017
End:
31/12/2019
This contract is subject to renewal: Yes
Description of renewals:
The initial contract period is expected to be three years (or periods of insurance) commencing 1st January 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 Restricted Procedure, including a PQQ (Pre Qualification Questionnaire) stage.
For reasons of confidentiality, full ITT documentation will be made available only to potential bidders that meet minimum requirements at the PQQ stage. Sufficient detail will be included in the PQQ documentation for Bidders to consider their participation in this process.
Bidders failing to meet required minimum standards at selection (PQQ) stage will be rejected. Bidders meeting the required standards at PQQ 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 ITT stage.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Wales & West Housing 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 &
Poors, 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 Pass/Fail type Selection Questionnaire.
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 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
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/09/2016
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
19/09/2016
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:
30/12/2016
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
All Bidders at the ITT stage will be required to detail your proposed insurance wordings.
The Contract is divided into 2 Lots. Bidders may bid for one or both Lots. Individual lots will not be divided further into sub-Lots.
Where the respondent is an insurance Broker, it may choose to place the insurance(s) required within Lot 1 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=51169.
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:51169)
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.5) Date of dispatch of this notice
11/08/2016