CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

1. Title: INSURANCE & RELATED SERVICES – FRAMEWORK AGREEMENT
2. Awarding Authority: Tai Calon Community Housing Ltd, NHF Insurance Services, Solis One, Rising Sun Industrial Estate, Blaina, Blaenau Gwent, NP13 3JW. E-mail: jeremy.flint@gibbslaidler.co.uk Web:
Address of the buyer profile: (Gibbs Laidler Consulting).
3. Contract type: Service contract
Open
4. Description: General Insurance (non-life) risks, as required by awarding authority for a period of three years (or periods of insurance) commencing 26th July 2017, with the option to extend by up to two further years (or periods of insurance).
5. CPV Code(s): 66510000, 66512100, 66513100, 66513200, 66515000, 66515200, 66515410, 66515411, 66516000, 66516500, 66517300, 66518000, 66518100, 66519200, 66516400, 71631100, 71631000, 71630000, 66514110, 66516100
6. NUTS code(s): UKL, UKL1, UKL16
7. Main site or location of works, main place of delivery or main place of performance: Main site or place of performance: Focussed around the head office and properties in Blaina, Blaenau Gwent, Wales, plus other areas necessary to fulfil the contract.
8. Reference attributed by awarding authority: (WA Ref:65189)
9. Estimated value of requirement: Value excluding VAT: 1 000 000.00 GBP
Value excluding VAT: 300 000.00 GBP
10. Time limit for receipt of tenders or requests to participate 2.6.2017 (17:00:00).
11. Address to which they must be sent: For further information/documentation regarding the above contract notice please visit
12. Other information: Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
Start: 26/07/2017
End: 25/07/2020
This contract is subject to renewal: Yes
Description of renewals:
The initial contract is for a period of three years (or periods of insurance) commencing 26th July 2017, with the option to extend by up to two further years (or periods of insurance).
Information about the limits on the number of candidates to be invited
Information about variants
Variants will be accepted: No
Information about options
Options: Yes
Description of options:
The awarding authority 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 by up to two further years (or periods of insurance) subject to service, performance and cost.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No.
Conditions for participation
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Potential suppliers will be required to provide an overview of services provided to the social housing, public sector or other relevant property owners over the past five years and details of at least two clients currently receiving similar services. Potential suppliers will be required to provide evidence of regulation by the FCA or other appropriate insurance regulatory authority indicating the types of insurance the proposed insurer is authorised to arrange or provide.
Otherwise, as stated in Tender Documents.
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 two years reports and accounts.
Minimum level(s) of standards required:
A minimum financial rating of A- from Standard & Poors, or an equivalent rating Agency will be required of all Insurance risk carriers.
Technical and professional ability
List and brief description of selection criteria:
As stated in Tender Documents
Minimum level(s) of standards required:
The tender documents will require providers to detail their professional experience, resource, skills, qualifications and quality control practices, through completion of a Pass/Fail type Mandatory Information Questionnaire.
Conditions related to the contract
Information about a particular profession
Execution of the service is reserved to a particular profession
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 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.
Contract performance conditions
As stated in Tender Documents available in the website above.
Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Languages in which tenders or requests to participate may be submitted: EN
Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 26/07/2017
Conditions for opening of tenders
Date: 05/06/2017
Local time: 09:00
Place:
The Sell2Wales secure PostBox will be opened electronically and submissions downloaded for Evaluation purposes.
Complementary information
Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published:
Between three and five years from the date of this Notice.
Additional information
All Bidders will be required to detail your proposed insurance wordings.
The Contract will be let in a single Lot. The single Lot will not be divided further into sub-Lots.
Where the respondent is an insurance Broker, it may choose to place the insurance(s) required with different insurers at its discretion, but full details of the risk carrier(s) will be required, for evaluation purposes.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
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.
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:
As stated in the ITT Documents.
(WA Ref:65189)
The buyer considers that this contract is suitable for consortia.
Review body
The High Court of England and Wales
London
UK
TKR-2017417-EX-942569

Post written by: Andrew Perry

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking