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.

Contract Notice

Insurance and related services to Rhondda Housing Association.

  • First published: 09 November 2015
  • Last modified: 09 November 2015
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-036676
Published by:
Gibbs Laidler Consulting LLP
Authority ID:
AA44665
Publication date:
09 November 2015
Deadline date:
07 December 2015
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Insurance, related advice, claims management and loss control services for Property, Legal Liability andother General insurance (non-life) risks, as required by Rhondda Housing Association for a period of 3 years (or periods of insurance) commencing 04.04.2016, with the option to extend by up to 2 further years (or periods of insurance). The Contract may also include Engineering Inspection services. The Tender procedure will be conducted using the Competitive Process with Negotiation. The Contracting Authority reserves the right to award the Contract on the basis of the initial Tenders without conducting negotiations. CPV: 66510000, 66519200, 66516400, 66515411, 66513200, 66512100, 66513100, 66515000, 66516500, 66515200, 66515100, 66515410, 66517300, 66518000, 66519500, 71631000, 71630000, 66514110, 66516100.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Rhondda Housing Association

9 Compton Road,

Tonypandy

CF40 1BE

UK

Andrea Phillips, or our Consultant: Jeremy Flint of NHF Insurance Services

+44 1433424200



http://www.rhondda.org



www.sell2wales.gov.uk

www.sell2wales.gov.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Insurance and related services to Rhondda Housing Association.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

6

II.1.2)

Main site or location of works, place of delivery or performance

Focussed around the offices and properties in Tonypandy, Wales plus other areas that are necessary to fulfil the Contract.



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Insurance, related advice, claims management and loss control services for Property, Legal Liability andother General insurance (non-life) risks, as required by Rhondda Housing Association for a period of 3 years (or periods of insurance) commencing 04.04.2016, with the option to extend by up to 2 further years (or periods of insurance).

The Contract may also include Engineering Inspection services.

The Tender procedure will be conducted using the Competitive Process with Negotiation.

The Contracting Authority reserves the right to award the Contract on the basis of the initial Tenders without conducting negotiations.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=36676.

II.1.6)

Common Procurement Vocabulary (CPV)

66510000
66519200
66516400
66515411
66513200
66512100
66513100
66515000
66516500
66515200
66515100
66515410
66517300
66518000
66519500
71631000
71630000
66514110
66516100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Non-Life insurance and related services.

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 all risk carrier(s) will be required for Lots 1 and 2, for evaluation purposes.

Rhondda Housing Association will consider entering into Long Term Agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with an option to extend the award period by up to 2 further years (or periods of insurance), subject to satisfactory service, performance and cost.

300000450000
GBP

II.2.2)

Options

Rhondda Housing Association will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk Carriers for 3 years (or 3 periods of insurance), with an option to extend the award period by up to 2 further years (or periods of insurance) subject to service, performance and cost.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

36

II.3)

Duration of the contract or limit for completion

 04-04-2016 03-04-2019

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As stated in the Tender Documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint and several liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

As stated in Tender documents.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

Candidates will be required to provide an overview of similar services provided to property owners, public sector organisations, social landlords or other relevant organisations over the past 5 years, including details of three clients that received similar services.

Candidates will be required to evidence regulation by the FCA or other appropriate regulatory authority indicating the types of insurance/service the bidder is authorised to arrange or provide.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(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.

The tender PQQ documents will require candidates to produce financial information in relation to the type of services offered, including but not limited to a Dun & Bradstreet, Experian or similar report, or 3 years Reports and Accounts.

A minimum financial rating of A- from Standard & Poor (or equivalent from another recognised Rating Agency) will be required of all Risk carriers.




III.2.3)

Technical capacity


(1) 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) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

The tender will require candidates to detail their relevant professional experience, resource, skills, qualifications and quality control practices.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

Yes

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 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, or equivalent in another member state of the European Economic Area.

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Checked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

36

Objective criteria for choosing the limited number of candidates

This will be a two stage Tender using the Competitive Procedure with Negotiation, including a PQQ (Pre Qualification Questionnaire) stage.

For reasons of confidentiality, full ITN 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 ITN stage.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 07-12-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 14-12-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


Between 3 years and 5 years from commencement of this Contract.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

All candidates will be required to provide your proposed insurance Policy wordings and to provide a Summary of the principle Terms, conditions and limitations of the same. Candidates will be required to provide details of relevant experience of all account servicing, claims handling and risk management staff.

(WA Ref:36676)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


The High Court of England and Wales

Strand

London

WC2A 2LL

UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

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 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.4.3)

Service from which information about the lodging of appeals may be obtained


The Cabinet Office

70 Whitehall

London

SW1A 2AS

UK




VI.5)

Dispatch date of this Notice

 09-11-2015

ANNEX B

Information About Lots

1     A programme of general insurance and related services.

1)

Short Description

The insurance classes within Lot 1 may include: Material Damage, Works in Progress, Business Interruption, All Risks, Money, Public/Property Owners and Products Liability, Employers Liability, Libel and Slander, Professional Negligence, Fidelity Guarantee/Crime, Group Personal Accident, Terrorism, Employment Practices Liability, Commercial Legal Expenses, Motor and Directors and Officers Liability.

2)

Common Procurement Vocabulary (CPV)

66510000
66516400
66515411
66513200
66512100
66513100
66515000
66516500
66515200
66516000
66515100
66515410
66517300
66518100
66518000
66519500

3)

Quantity or scope

The scope of the proposed Contract is the provision of insurance and related Services to Rhondda Housing Association. Bidders may bid for one or both Lots. Individual lots will not be divided further into sub-Lots. Lots 1 and 2 will be individually evaluated against the award criteria for the particular Lot, so different Providers may win different Lots.



300000450000  GBP.

4)

Indication about different contract dates

36

5)

Additional Information about lots

As stated in Tender documents

ANNEX B

Information About Lots

2     Engineering Insurance and related Inspection service

1)

Short Description

Engineering Insurance and an associated Inspection contract and related services for items of lifting plant, pressure plant, playgrounds and the like.

2)

Common Procurement Vocabulary (CPV)

71330000
71630000
71631000
71631100
66519200

3)

Quantity or scope

The scope of the proposed Contract is the provision of insurance and related Services to Melin Homes Ltd. Bidders may bid for one or both Lots. Individual lots will not be divided further into sub-Lots. Lots 1 and 2 will be individually evaluated against the award criteria for the particular Lot, so different Providers may win different Lots.



1500020000  GBP.

4)

Indication about different contract dates

36

5)

Additional Information about lots


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
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
66519500 Loss adjustment services Engineering, auxiliary, average, loss, actuarial and salvage 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
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
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

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:
09 November 2015
Deadline date:
07 December 2015 00:00
Notice type:
Contract Notice
Authority name:
Gibbs Laidler Consulting LLP
Publication date:
07 April 2016
Notice type:
Contract Award Notice
Authority name:
Gibbs Laidler Consulting LLP

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
27/11/2015 10:38
Submission of PQQ responses by e-mail
There is no Post Box facility within Sell2Wales for this Tender. 1.1. Bidders shall complete and submit their PQQs by e-mail to j.flint@nhfinsurance.co.uk and at the same time to Andrea@rhondda.org 1.2. To be considered, PQQs must be received by Rhondda no later than midday on 7th December 2015 (the Closing Date) or such later date as Rhondda notifies to Bidders. 1.3. Any PQQs, proposals or other supporting documents received after such time and date will not be considered for acceptance by Rhondda.
04/12/2015 15:33
Stage Two: Clarification Presentation date for your diary
Would potential Bidders please note that ITN Clarification Presentations will be held with successful applicants on Thursday 11th February 2016. Presentations will only be required from Bidders that are selected to proceed after the PQQ stage.

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

pdf
pdf4.03 MB
This file may not be accessible.
docx
docx77.67 KB
This file may not be accessible.
pdf
pdf1.73 MB
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.