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

Brokerage and Insurance Services

  • First published: 29 July 2015
  • Last modified: 29 July 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-029371
Published by:
Trivallis
Authority ID:
AA0787
Publication date:
29 July 2015
Deadline date:
10 September 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

RCT Homes (RCTH) are seeking to engage with the Insurance market either directly, or through a broker, in order to establish adequate and appropriate insurance cover for its wide portfolio of requirements. It is intended that the contract shall be awarded for a period of three years with the option to extend for a further year. The contract will be subject to annual performance reviews. The contract will be split into 11 lots which covers brokerage and the different types of insurance services: Lot 1 - Brokerage Lot 2 - Property Stock & Catastrophe Lot 3A - Employers Liability Insurance Lot 3B - Public Liability Lot 4 - Business Combined Lot 5 - Contract Works Lot 6 - Group Personal Accident Lot 7 - Employment Lot 8 - Engineering and Inspection Lot 9 - Fidelity Guarantee Lot 10 - Fleet Lot 11 - Professional Indemnity Please note that suppliers may bid for one, several, or all Lots. RCTH reserves the right to award all lots to one insurer without the use of a broker should that insurers tender be the most economically advantageous. Alternatively RCTH also reserves the right to award all insurance contracts to a sole brokerage company. CPV: 66512210, 66512220, 66513000, 66513100, 66513200, 66514110, 66518000, 66518100, 66515300, 66515410, 66000000, 66515200, 66516000, 66516400, 66516100, 66516500, 66720000, 66512000, 66512100, 66519200.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK

Procurement (Finance)

Leanne Edwards

+44 1443494609



www.rcthomes.co.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0787

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.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

Brokerage and Insurance Services

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

Rhondda Cynon Taff



UKL15

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)

RCT Homes (RCTH) are seeking to engage with the Insurance market either directly, or through a broker, in order to establish adequate and appropriate insurance cover for its wide portfolio of requirements. It is intended that the contract shall be awarded for a period of three years with the option to extend for a further year. The contract will be subject to annual performance reviews.

The contract will be split into 11 lots which covers brokerage and the different types of insurance services:

Lot 1 - Brokerage

Lot 2 - Property Stock & Catastrophe

Lot 3A - Employers Liability Insurance

Lot 3B - Public Liability

Lot 4 - Business Combined

Lot 5 - Contract Works

Lot 6 - Group Personal Accident

Lot 7 - Employment

Lot 8 - Engineering and Inspection

Lot 9 - Fidelity Guarantee

Lot 10 - Fleet

Lot 11 - Professional Indemnity

Please note that suppliers may bid for one, several, or all Lots.

RCTH reserves the right to award all lots to one insurer without the use of a broker should that insurers tender be the most economically advantageous. Alternatively RCTH also reserves the right to award all insurance contracts to a sole brokerage company.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=29371

II.1.6)

Common Procurement Vocabulary (CPV)

66512210
66512220
66513000
66513100
66513200
66514110
66518000
66518100
66515300
66515410
66000000
66515200
66516000
66516400
66516100
66516500
66720000
66512000
66512100
66519200

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

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

2964000.00
GBP

II.2.2)

Options

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

II.3)

Duration of the contract or limit for completion

 01-11-2015 31-10-2018

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

N/A

III.1.2)

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

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

III.1.4)

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

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 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

(8) 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.

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 statements of accounts or extracts from those accounts relating to their business.



The annual turnover of bidding suppliers must be at least twice that of the annual contract value which is XX


III.2.3)

Technical capacity


(1) 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;

(2) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided

(3) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;




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

RCTH wish to engage only with providers who are authorised to operate under the Financial Standards MA 2000 Regulations

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


Checked box Unchecked box
Unchecked box Unchecked 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

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked 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

RCTH 030

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

 10-09-2015  10:00

IV.3.5)

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


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


This contract will be reprocured every 3-4 years.

VI.2)

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

No



VI.3)

Additional Information

(WA Ref:29371)

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:

RCT HOMES LTD, in line with their strategic objectives seeks to achieve community benefits through their contracts for example: for unemployed people, apprentice / trainees, young people, local companies and suppliers, etc. RCT HOMES LTD envisages the achievement of their objectives to be largely through their partner contracts and that these objectives will be jointly managed.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 29-07-2015

ANNEX B

Information About Lots

1     Brokerage

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66518000
66518100

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

10     Fleet Insurance

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66514110
66516100

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

11     Professional Indemnity

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66516500

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Property Stock and Catastrophe Insurance

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66515200

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Employers Liability Insurance

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66516000
66516400

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Business Combined

1)

Short Description

Includes computers and business interruption

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66513000

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Contract Works

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66513200

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

6     Group Personal Accident

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66512100
66512000

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

7     Employment Practises Liability

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66000000

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

8     Engineering and Inspection

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66519200

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots

ANNEX B

Information About Lots

9     Fidelity Guarantee

1)

Short Description

Please see ITT document on e-tender wales.

2)

Common Procurement Vocabulary (CPV)

66000000
66515410

3)

Quantity or scope

Please see ITT document on e-tender wales.


4)

Indication about different contract dates

 01-11-2015 31-10-2018

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
66512000 Accident and health insurance services Insurance services
66720000 Accident and health reinsurance services Reinsurance services
66512100 Accident insurance services Accident and health insurance services
66513200 Contractors all-risk insurance services Legal insurance and all-risk insurance services
66519200 Engineering insurance services Engineering, auxiliary, average, loss, actuarial and salvage insurance services
66000000 Financial and insurance services Finance and Related 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
66518100 Insurance brokerage services Insurance brokerage and agency services
66513100 Legal expenses insurance services Legal insurance and all-risk insurance services
66513000 Legal insurance and all-risk insurance services Insurance services
66516000 Liability insurance services Insurance services
66512220 Medical insurance services Accident and health insurance services
66514110 Motor vehicle insurance services Freight insurance and Insurance services relating to transport
66516100 Motor vehicle liability insurance services Liability insurance services
66516500 Professional liability insurance services Liability insurance services
66515200 Property insurance services Damage or loss insurance services
66512210 Voluntary health insurance services Accident and health insurance services
66515300 Weather and financial loss insurance services Damage or loss insurance services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan
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:
29 July 2015
Deadline date:
10 September 2015 00:00
Notice type:
Contract Notice
Authority name:
Trivallis
Publication date:
29 October 2015
Notice type:
Contract Award Notice
Authority name:
Trivallis

About the buyer

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

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.