Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Merthyr Valleys Homes Ltd
Ty Brychan, 22 Lansbury Road, Gellideg
Merthyr Tydfil
CF48 1HA
UK
Contact person: Our Consultant for this procurement: Gibbs Laidler Consulting LLP
Telephone: +44 7841632923
E-mail: jeremy.flint@gibbslaidler.co.uk
NUTS: UKL
Internet address(es)
Main address: www.mvhomes.org.uk
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 General Insurance and related services to Merthyr Valleys Homes Ltd
II.1.2) Main CPV code
66510000
II.1.3) Type of contract
Services
II.1.4) Short description
General Insurance and related services for Property, Legal Liability and other (non-Life) insurable risks, as required by Merthyr Valleys Homes Ltd.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1-3 will 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 Merthyr Valleys Homes Ltd.
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:
UKL15
Main site or place of performance:
Merthyr Tydfil County Borough, Wales and any other areas that are necessary to fulfil the contract.
II.2.4) Description of the procurement
The provision of a programme of General Insurance and related services for Merthyr Valleys Homes Ltd, 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 and Terrorism.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
30/03/2020
End:
29/03/2023
This contract is subject to renewal: Yes
Description of renewals:
Merthyr Valleys Homes Ltd 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 (or two periods of insurance), 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:
Merthyr Valleys Homes Ltd 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
A programme of Motor Fleet Insurance and related services for Merthyr Valleys Homes Ltd
II.2.2) Additional CPV code(s)
66510000
66514110
66516100
66517300
66518000
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Merthyr Tydfil County Borough, Wales and any other areas that are necessary to fulfil the contract.
II.2.4) Description of the procurement
A programme of motor insurance and related services for a fleet of motor vehicles owned and or operated by Merthyr Valleys Homes Ltd.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
165 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
30/03/2020
End:
29/03/2023
This contract is subject to renewal: Yes
Description of renewals:
Merthyr Valleys Homes Ltd 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 (or two periods of insurance), 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:
Merthyr Valleys Homes Ltd 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 per ITT documentation
Lot No: 3
II.2.1) Title
Insurance and related services to Merthyr Valleys Homes Ltd 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
71630000
71632200
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Merthyr Tydfil County Borough, Wales and any 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
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
50 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
30/03/2020
End:
29/03/2023
This contract is subject to renewal: Yes
Description of renewals:
Merthyr Valleys Homes Ltd 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:
Merthyr Valleys Homes Ltd 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 per ITT documentation.
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:
Tendering organisations will be required to complete and pass a Selection Questionnaire which will require tendering organisations to demonstrate the type 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-, Merthyr Valleys Homes Ltd 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 ITT 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:
04/11/2019
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
12/11/2019
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:
27/03/2020
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 ITT 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 Selection Questionnaire 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 http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=95992.
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:95992)
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
01/10/2019