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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityProvision 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 contract6a |
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
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeNon 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)
|
OptionsCHP 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 completion36 |
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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 participate36 |
|
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
|
|
|
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
|
|
|
|
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
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
As stated in Tender Documents.
|
|