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 Cover Careers Wales

  • First published: 17 February 2022
  • Last modified: 17 February 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-118811
Published by:
Careers Wales
Authority ID:
AA0504
Publication date:
17 February 2022
Deadline date:
11 March 2022
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Our current insurance coverage is due to expire on 31st March 2022 and we are seeking to tender these services for a period of two years. This tender is below threshold with an estimated two year budget of £140,000.

Full notice text

CONTRACT NOTICE – NATIONAL

SERVICES

1 Authority Details

1.1

Authority Name and Address


Careers Wales

unit 4 churchill house, 17 Churchill Way,

CARDIFF

CF10 2hh

UK

Mr Paul Powell

+44 3001323833


http://www.careerswales.gov.wales
www.sell2wales.gov.wales
www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained


Careers Wales

unit 4 churchill house, 17 Churchill Way,

CARDIFF

CF10 2hh

UK


+44 3001323833


http://www.careerswales.gov.wales

1.3

Completed documents must be returned to:


Careers Wales

unit 4 churchill house, 17 Churchill Way,

CARDIFF

CF10 2hh

UK


+44 3001323833


http://www.careerswales.gov.wales

2 Contract Details

2.1

Title

Insurance Cover Careers Wales

2.2

Description of the goods or services required

Our current insurance coverage is due to expire on 31st March 2022 and we are seeking to tender these services for a period of two years. This tender is below threshold with an estimated two year budget of £140,000.

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=118811.

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.

2.3

Notice Coding and Classification

66000000 Financial and insurance services
66500000 Insurance and pension services
66510000 Insurance services
66518000 Insurance brokerage and agency services
66518100 Insurance brokerage services
66518200 Insurance agency services
66700000 Reinsurance services
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Total quantity or scope of tender

Insurance Cover Required

We require the following insurance coverage:

Cover Required

£

Property Damage Cover - All Risks Including Full Theft, Subsidence and Terrorism

General Contents Floating over all locations 5,366,750

Computers and Ancillary Equipment floating over all locations 1,946,700

Fixtures and Fittings/Tenants Improvements 952,710

Buildings at Llys Gwynedd Ffordd Gwynedd, Bangor, Gwynedd, LL57 1DT 1,100,000

Buildings at Egerton House, Rhosddu Road, Wrexham, LL11 1EQ 1,500,000

Buildings at 5 Llys Castan, Parc Menai, Bangor, LL57 4FH 1,100,000

Buildings at St Ina house, Field way, Llanishen, Cardiff CF14 4HY 1,200,000

Buildings at 2 The Barn Centre, Alexander Rd, Aberystwyth, Ceredigion, SY23 1LN 830,000

Buildings at 49 Holton Road, Barry, CF63 4HF 670,000

Building at Heol Nantyreos, Crosshands,Camarthenshire, SA14 6RJ 1,550,000

Buildings at 2a Meyrick Street, Pembroke dock, SA72 6UT 762,000

Portable Electronic Equipment Anywhere in UK away and in transit 380,000

Equipment Breakdown 25,000

Increased Cost of Working 24 month IP 500,000

Money in Locked safe 5,000

Money in employees home 1,000

Money in Transit 2,500

Any Other Loss 1,000

Contract Works 25,000

Cyber and Data Loss Cover including Business Interruption 1,000,000

In Aggregate

Directors and Officers Liability 5,000,000

Any One Claim

Terrorism 5,000,000

Each and every claim or loss including defence costs

Criminal proceedings cost 100,000

In aggregate

Corporate Legal Liability 5,000,000

Any One Claim

Employment Practice Liability 2,000,000

Any One Claim

Professional Indemnity 10,000,000

Any One Claim

Employee Dishonesty 500,000

In Aggregate

Crisis Containment 25,000

Public/Products Liability Limit of Indemnity 10,000,000

Tunrover 32,000,000

Abuse Limit of Indemnity 5,000,000

In the Aggregate

Employers Liability Limit of Indemnity 10,000,000

Number of Employees 665

Wageroll 25,000,000

Travel Cover

Personal Accident 5 X Annual Salary Death and Caps Benefits

Excesses £

Property Damage Excess 1,000

Cyber and Data 1,500

Employment Practice Liability 2,500

Professional Indemnity 1,500

Abuse 2,500

Employee Dishonesty 2,500

Based on our risk profile and our previous claims record brokers are invited to provide an insurance proposal based on the above criteria which they consider meets our requirements.

3 Conditions for Participation

3.1

Minimum standards and qualification required

In your submission please state the following:

Full details of cover provided for each policy including

• the extent that the cover matches the requirements of the specification

• Principle exclusions

The tender will be scored based on the following criteria:

Price: The premium fee 50% of the overall score. All premiums to be quoted exclusive of IPT / VAT. Please state individual costs for

1. Commercial combined

2. Combined business travel/sickness

3. Terrorism

4. Cyber security

Quality 50% (split as follows)

• Measurement customer satisfaction 10 marks

• Added Value 10 marks

• Claims handling Methodology 10 marks

• Cyber insurance 10 marks

• Environment 5 marks

• Ethical employment 5 marks

Quality Section

How do you ensure customer Satisfaction – 10%

Demonstrate strategies and techniques that measure and maintain customer satisfaction.

Added Value max 300 words

Describe how you can provide support and advice on risk management.

Claims handling Methodology 10% – 300 words

Please describe your claims handling process from first notification through to final settlement. Details of claims case load per handler ,

Cyber Insurance 10% - max 300 words

There has been significant changes over the last two years – cyber risk and security is a key area that we are focusing our insurance needs on. Which insurance would you recommend purchasing highlighting the pitfalls associated with cyber insurance and how your policy proposal mitigates these pitfalls.

Environment 5% - max 300 words

Careers Wales Embrace Sustainable Development principles in all aspects of procurement to ensure that environmental, social and economic factors are considered within the framework of value for money’ Suppliers are required to include a paragraph on how they incorporate carbon reducing emission practices within their organisation to achieve net zero.

Ethical Employment 5% - max 300 words

CCDG has adopted the Welsh Government‘s code of practice on ethical procurement in supply chains and in order to ensure high standards of service quality in this contract we expect contractors to take a similar approach in relation to ethical working practices. Please describe how you will commit to fair working practices within your company

Submission Details

It should be noted that:

1. Careers Wales will not be liable for or pay expenses or losses whatsoever which

may be incurred by any tenderer in the preparation of a submission.

2.. The contract will be awarded based on the following criteria:

Overview of Scoring

Price 50%

The lowest price for the total of the 4 cost elements required will be awarded the maximum score of 50 for price alone, with tenderers thereafter being allocated a relative score which will be 50 marks less the percentage difference from the lowest price.

For example lowest price is £40,000 the next lowest is £50,000 the second lowest tender would score 50 – (10,000/40,000x100) = -12 score of 38.

Quality 50%

The following marks are allocated to each section:

• Measurement customer satisfaction 10 marks

• Added Value10 marks

• Claims handling Methodology 10 marks

• Cyber insurance 10 marks

• Environment 5 marks

• Ethical employment 5 marks

The scoring methodology

1. Very Good or Fully Compliant Submission -which meets all requirements and is fully explained in comprehensive detail – between 90 to 100% of the marks available

2. Good or Fully Compliant Submission -which meets all the requirements and is explained in reasonable detail between 70% and 80% of the marks available

3. Satisfactory or Compliant Submission -which meets the essential requirements and is explained in adequate detail 50% to 60% of the marks available

4. Weak or Partially Compliant (Minor issues) Submission where some areas falls short of requirements and is poorly explained 30% to 40% of the marks available

5. Unacceptable or Non Compliant (Major issues) Submission which fails to meet requirements and is not explained 10% to 20% of the marks available

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    11-03-2022  Time  12:00

Estimated award date
 28-03-2022

4.5

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

EN  CY 

4.6

Tender Submission Postbox

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

5 Other Information

5.1

Additional Information

Additional Information

• Approximate income 2021/22 is circa £31m

• Approximately 650 Staff – Approximately 60 staff are in Management and 39 Admin roles Approximate, 300 FTE Careers Advisers, who could either be based at school or outreach.

• Over 80% of the company expenditure is on staff costs.

• We operate from 31 premises across Wales, of which 23 are leasehold and 8 are owned outright – brief construction description included in a separate document.

• Data – We hold both personal and sensitive data, for all pupils in schools and our Working Wales Project, we hold data for adults who are seeking employment. We also hold some Article 10 Data, access to this data is restricted. We regularly undertake Pen Testing of our databases and hold IASME Accreditation.

The Risk Register is available if required. A copy will be sent by email if requested.

Tendering Terms

o CCDG reserves the right to reject or disqualify a Tenderer where:

 the tender is submitted late, is completed incorrectly, is incomplete or fails to meet the CCDG's submission requirements.

 the Tenderer is guilty of serious misrepresentation in relation to its application and / or the process; and / or

 the Tenderer contravenes any of the terms and conditions of this tender; and/or

 there is a change in identity (including where applicable the make up of consortia), control, financial standing or other factor impacting on the evaluation process affecting the Tenderer; and/or

o The disqualification of a Tenderer will not prejudice any other civil remedies available to CCDG and will not prejudice any criminal liabilities that such conduct by a Tenderer may attract.

o CCDG further reserves the right to:

 cancel the tender process at any stage for any reason;

 require a Tenderer to clarify their submission in writing or by means of a clarification meeting and / or provide additional information. (Failure to respond adequately may result in the disqualification of a Tenderer);

 amend the terms and conditions of the tender process; and/or

 award only part of the contract.

o CCDG reserves the right to withdraw from the tendering process at any stage or to vary the scope of the Products required and CCDG shall not be liable to any Tenderer as a result of this action. In the event that the tender process is cancelled no part of the tender submitted shall be returned to the Tenderer.

o Tenderers acknowledge and agree by their submission that their tender remains open for acceptance by CCDG for six months from the closing date for receipt of tenders.

o Communication

o All correspondence must be made through the sell2wales portal question section

o Tenderers must not in any way canvass or solicit information from any other employee of CCDG or its agents and / or advisers.

o Clarification

o Should any Tenderer wish to raise any questions or obtain any further information not contained in the tender or not otherwise publicly available all questions / requests must be submitted to the sell2wales port by 12pm 22nd February 2022

o If a question or request for clarification or further information is not made by the date referred to above reserves the right not to respond but may, at its own discretion, endeavour to respond to the Tenderer and provide the Tenderer with any additional information to which CCDG has access, but CCDG shall not be obliged to comply with any such request and does not accept any liability or responsibility for failure to provide any such information.

o CCDG will endeavour to respond to queries within seven working days and will advise Tenderers if a longer response time is required due to the nature of the query.

o Tenderers are encouraged to identify issues on which they would like clarification as early as possible in the tendering process and must raise a clarification if any aspect of this tender is not clear to the Tenderer.

o Right to Amend

o CCDG reserves the right to issue supplementary documentation at any time during the process in order to clarify any issue or amend any aspect of the tender. All such further documentation issued by CCDG during the tendering process shall be deemed to form part of the tender and shall supersede any part of the tender to the extent indicated. CCDG may exercise the option to extend the tender period and postpone the tender return date, in the event that subsequent documentation is issued or for any other reason.

o Confidentiality

o Save as specified below, CCDG and its advisors will keep confidential the tenders and any other information supplied by Tenderers during the tendering process and will use best endeavours to prevent any disclosures by their officers and employees.

o Tenderers must be aware that at key stages in the project CCDG may be obliged to disclose detailed information relating to Tenders to relevant monitoring authorities and to make the key project documents available for private inspection by such authorities.

o Whilst CCDG will be reasonable as regards the protection of commercially sensitive information, it can only do so in the light of the latest published guidance on this area.

o Freedom of Information and Environmental Information Statement

o CCDG is subject to The Freedom of Information Act 2000 (“Act”) and The Environmental Information Regulations 2004 (“EIR”).

o As part of CCDG’s duties under the Act or EIR, it may be required to disclose information concerning the procurement process or the Contract to anyone who makes a request.

o If the Tenderer considers that any of the information provided in their tender is commercially sensitive (meaning it could reasonably cause prejudice to the Tenderer if disclosed to a third party) then it should be clearly marked as "Not for disclosure to third parties” together with valid reasons in support of the information as being exempt from disclosure under the Act and the EIR.

o CCDG will endeavour to consult with the Tenderer and have regard to comments and any objections before it releases any information to a third party under the Act or the EIR. However CCDG shall be entitled to determine in its absolute discretion whether any information is exempt from the Act and/or the EIR, or is to be disclosed in response to a request of information. CCDG must make its decision on disclosure in accordance with the provisions of the Act or the EIR and can only withhold information if it is covered by an exemption from disclosure under the Act or the EIR.

o No re-submissions

o Tenderers are reminded of the requirement that their submissions represent the views of all members of the Tenderer consortium (if any) and their subcontractors and Tenderers will not be allowed to resubmit key areas of their proposals at later stages of the tender process.

o Canvassing and non-collusion

o Except as specifically authorised by CCDG, Tenderers shall not approach any other Tenderer or member of CCDG’s staff with a view to seeking information in respect of any part of their submission or proposals or attempting to support or enhance their prospects of their tender being selected.

o Any collusion between Tenderers, combining of Tenderers or transfer of any equity partner, development manager, advisor or subcontractor from one Tenderer to another may lead to the exclusion of the Tenderers involved at the discretion of CCDG.

o Publicity

o No publicity regarding the project or the award of the contract will be permitted unless and until CCDG have given express written consent to the relevant communication. In particular, no statements should be made to the press or other similar organisations regarding the nature of any tender, its contents or any proposals relating thereto without prior written consent.

o Costs

o All Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their tender and the tendering process. Under no circumstances will CCDG, or any of its advisers, be liable for any costs or expenses borne by the Tenderer or any of its consortium members, subcontractors or advisers in this process or for any economic loss or other loss of profit incurred by any Tenderer in relation to the project.

o Compliance with Legislation

o Tenderers are deemed to understand fully the processes that CCDG is required to follow under relevant European and UK legislation, particularly in relation to The Public Contracts Regulations 2006 (as amended).

o Compliance with all relevant legislation is required both in the contract award procedure and during the term of any resultant contract

o Jurisdiction and governing laws

o All aspects of the tendering process shall be governed by and construed in accordance with the laws of England and Wales as applied in Wales and each Tenderer submits to the jurisdiction of the English and Welsh courts.

o Disclaimer

o None of CCDG, its advisors, or directors, officers, members, partners, employees, other staff, agents or advisers of any such person:

 makes any representation or warranty (express or implied) as to the accuracy, reasonableness or completeness of the information in the tender. Any persons considering making a decision to enter into contractual relationships with CCDG following receipt of the tender should make their own investigations and their own independent assessment of CCDG and its requirement for the Products and should seek their own professional financial and legal advice; or

 accepts any responsibility for the information in the tender or for its fairness, accuracy or completeness, nor shall any of them be liable for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of reliance on such information or any subsequent communication. Only the express terms of any written contract relating to the subject matter of this tender as and when it is executed shall have any contractual effect in connection with the matters to which it relates. Any such contract will be governed by English and Welsh law.

o Nothing in the tender or other contract documents is or should be relied upon as a promise or representation as to CCDG's ultimate decisions in relation to this project.

o No oral acceptance by CCDG of any offer or outline submissions within an offer shall be valid or binding on CCDG.

o In order to further ensure a fair and competitive process, CCDG requires that all actual or potential conflicts of interest are disclosed, identified and resolved to CCDG ’s satisfaction prior to the submission of Tenders or immediately notified to CCDG in the event that any actual or potential conflict of interest comes to the Tenderer’s attention following the submission of a Tender. In such circumstances CCDG may require further information from Tenderers but reserve the right to disqualify a Tenderer from further involvement.

o CCDG reserves the right to exclude Tenderers from the procurement process should actual or potential conflicts of interest be found by CCDG to confer an unfair competitive advantage on one or more Tenderers or to otherwise undermine a fair and competitive procurement process and, following consultation with the Tenderer, such actual or potential conflicts are not resolved to the satisfaction of CCDG. Some products listed are may not be purchased. If a decision is taken not to purchase a product then the tender costs will be reduced accordingly prior to marking.

(WA Ref:118811)

5.2

Additional Documentation

Copy of Premises List
Claim

5.3

Publication date of this notice

 17-02-2022

Coding

Commodity categories

ID Title Parent category
66000000 Financial and insurance services Finance and Related Services
66518200 Insurance agency services Insurance brokerage and agency services
66500000 Insurance and pension services Financial and 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
66700000 Reinsurance services Financial and insurance services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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:
17 February 2022
Deadline date:
11 March 2022 00:00
Notice type:
Contract Notice
Authority name:
Careers Wales
Publication date:
03 May 2022
Notice type:
Contract Award Notice
Authority name:
Careers Wales

About the buyer

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

Further information

Date Details
02/03/2022 11:56
ADDED FILE: Travelers Cyber proposal
Travelers Cyber proposal
02/03/2022 11:59
ADDED FILE: Ransomware Application
Ransomware Application

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

pdf
pdf757.04 KB
This file may not be accessible.
pdf
pdf146.56 KB
This file may not be accessible.
xlsx
xlsx21.17 KB
This file may not be accessible.
msg
msg3.33 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.