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

Provision of Insurance and related services to CHP Ltd and all subsidiary companies.

  • First published: 23 March 2017
  • Last modified: 23 March 2017

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:
Published by:
CHP Chelmer Housing Partnership
Authority ID:
AA21322
Publication date:
23 March 2017
Deadline date:
24 April 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The nature of the contract is for the provision of Insurance and related services and claims handling services as required by CHP.

The contract will initially run for 3 years (or periods of insurance) commencing at midnight on 1.8.2017. CHP has the option to extend the contract at CHP's sole discretion for a further period of up to 2 years, the anticipated maximum contract award value being equivalent to 3, 4, or 5 times our annual insurance programme cost. The actual maximum contract spend is considered commercially sensitive at this stage.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


CHP

Myriad House, 33 Springfield Lyons Approach

Chelmsford

CM2 5LB

UK

Lucy Robinson

+44 1245613002

lucy.robinson@chp.org.uk


https://in-tendhost.co.uk/chp

https://in-tendhost.co.uk/chp
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

Provision of Insurance and related services to CHP Ltd and all subsidiary companies.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

6a

II.1.2)

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

Focused around the Head Office and Housing stock in Chelmsford, Essex, plus other areas that are necessary to fulfil the Contract.



UKH3

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)

The nature of the contract is for the provision of Insurance and related services and claims handling services as required by CHP.

The contract will initially run for 3 years (or periods of insurance) commencing at midnight on 1.8.2017. CHP has the option to extend the contract at CHP's sole discretion for a further period of up to 2 years, the anticipated maximum contract award value being equivalent to 3, 4, or 5 times our annual insurance programme cost. The actual maximum contract spend is considered commercially sensitive at this stage.

II.1.6)

Common Procurement Vocabulary (CPV)

66000000
66516000
66514110
66518100
66510000
66518000

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 services and related services — see individual lots stated in this Notice.

The contracting authority ideally seeks a single provider for all Lots. Lots 1-3 will however 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 Lot 1 with different insurers at its discretion, but full details of the risk carrier(s) will be required, for evaluation purposes. CHP Ltd 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 ah option to extend the award period by up to 2 further years, subject to satisfactory service, performance and cost.

900 0001 300 000
GBP

II.2.2)

Options

CHP Ltd 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 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

II.3)

Duration of the contract or limit for completion

36

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 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


Potential suppliers will be required to provide an overview of services provided to property owners, public sector organisations, social landlords or other relevant organisations over the past five years, plus details of 3 clients currently receiving similar services. Potential suppliers will be asked to evidence permission by the FCA, PRA 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


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.



A minimum financial rating of A- from Standard and Poor's, or an equivalent rating Agency will be required of all risk carriers.


III.2.3)

Technical capacity


The tender documents will require providers 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 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.3.2)

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

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked 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

36

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 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 ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.

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

CHP - 2017 - 0050

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

 24-04-2017

IV.3.5)

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

 26-4-2017

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


3 or 5 years from Contract Award.

VI.2)

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

No



VI.3)

Additional Information

Bidders should note that for reasons of Confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage.

Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.

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 at the ITT stage.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


The High Court of England and Wales




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 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 EN Standard form 02 — Contract notice 12 / 19 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




UK




VI.5)

Dispatch date of this Notice

 21-03-2017

ANNEX B

Information About Lots

1     A programme of General Insurance and related services for CHP Ltd

1)

Short Description

A programme of General Insurance and related services for CHP Ltd, excluding Motor Fleet risks and Engineering Insurance and Inspection contract. 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, Cyber and Terrorism.

2)

Common Procurement Vocabulary (CPV)

66510000
66515200
66518000
66517300
66519300
66514110
66513200
66518100
66516400
66516000
66515000
66519500
66512100
66513100
66516500
66515100
66519200

3)

Quantity or scope

A programme of General Insurance and related services for CHP Ltd, excluding Motor Fleet risks and Engineering Insurance and Inspection contract (see Lots 2 and 3).


4)

Indication about different contract dates

5)

Additional Information about lots

As stated in Tender Documents.

ANNEX B

Information About Lots

2     Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use)

1)

Short Description

Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business use extensions).

2)

Common Procurement Vocabulary (CPV)

66514110
66517300
66518100
66516100

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

As stated in Tender Documents.

ANNEX B

Information About Lots

3     Engineering Insurance and an associated Inspection Contract

1)

Short Description

Engineering Insurance and Inspection contract for items of lifting plant, pressure plant, playgrounds and the like, all owned or managed by CHP Ltd.

2)

Common Procurement Vocabulary (CPV)

71630000
71631000
71330000
71631100

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

As stated in Tender Documents.


Coding

Commodity categories

ID Title Parent category
66512100 Accident insurance services Accident and health insurance services
66519300 Auxiliary insurance services Engineering, auxiliary, average, loss, actuarial and salvage 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
66000000 Financial and insurance services Finance and Related 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
66518100 Insurance brokerage services Insurance brokerage and agency services
66510000 Insurance services Insurance and pension services
66513100 Legal expenses insurance services Legal insurance and all-risk insurance services
66516000 Liability insurance services Insurance services
66519500 Loss adjustment services Engineering, auxiliary, average, loss, actuarial and salvage insurance services
71631100 Machinery-inspection services Technical inspection services
71330000 Miscellaneous engineering services Engineering 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
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
100 UK - All

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.

About the buyer

Main contact:
lucy.robinson@chp.org.uk
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.