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

Contract notice in respect of the provision of insurance for Gwynedd Council

  • First published: 01 October 2015
  • Last modified: 01 October 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-034033
Published by:
Cyngor Gwynedd Council
Authority ID:
AA0361
Publication date:
01 October 2015
Deadline date:
30 October 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This opportunity is for the Provision of Insurance and Claims Handling for Gwynedd Council excluding broking services. CPV: 66510000, 66515200, 66515000, 66515100, 66516000, 66516500, 66516400, 66516100, 66514110, 66515411, 66512000, 66513200, 66519200, 66514150, 66516300.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Gwynedd Council

Block A, Plas Llanwnda

Caernarfon

LL55 1SE

UK

Finance

Bethan Griffith

+44 1286682674

insurance@gwynedd.gov.uk


www.gwynedd.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0361

https://etenderwales.bravosolution.co.uk/home.html

https://etenderwales.bravosolution.co.uk/home.html
Unchecked box
Checked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked 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

Contract notice in respect of the provision of insurance for Gwynedd Council

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

Gwynedd



UK

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)

This opportunity is for the Provision of Insurance and Claims Handling for Gwynedd Council excluding broking services.

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=34033

II.1.6)

Common Procurement Vocabulary (CPV)

66510000
66515200
66515000
66515100
66516000
66516500
66516400
66516100
66514110
66515411
66512000
66513200
66519200
66514150
66516300

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

5000000
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

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

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 have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) 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

(9) 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 a reference from their bank.

(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.




III.2.3)

Technical capacity


(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years

(2) 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;

(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.

(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.

(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.

(7) 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

(8) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

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

(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(11) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

(13) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.




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?

No

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

Yes

Yes

It is envisaged that all or some lots within this tender may go forward into an electronic tender.

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

TYCG/15

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

 30-10-2015  12:00

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



 30-10-2015  12:00
Procurement Department, Shirehall Street, LL55 1SH

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


After the contract period has ended.

VI.2)

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

No



VI.3)

Additional Information

Suppliers Instructions How to Express Interest in this Tender

1. Register your company on the eTenderwales portal (this is only required once)

- Browse to the eSourcing Portal: https://etenderwales.bravosolution.co.uk/

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the “Open Access ITTs” link. (These are Invitations to Tender open to any registered supplier)

- Click on the relevant ITT to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the ITT into your “My ITTs” page. (This is a secure area reserved for your projects only)

- Click on the ITT code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the ITT

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8am – 6pm) on:

- eMail: help@bravosolution.co.uk

- Phone: 0800 368 4850

PROJECT CODE = project_31427

PROJECT NAME: Provision of Insurance Cover for Gwynedd Council

ITT CODE = itt_50357

ITT TITLE: ITT for Provision of Insurance Cover for Gwynedd Council

(WA Ref:34033)

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

 01-10-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Gwynedd Council

Block A, Plas Llanwnda

Caernarfon

LL55 1SE

UK

Finance

Bethan Griffith

+44 1286682674


www.gwynedd.gov.uk

ANNEX B

Information About Lots

1     Property Damage incl. Computer& Contract Works

1)

Short Description

Property Damage incl. Computer& Contract Works

2)

Common Procurement Vocabulary (CPV)

66515200
66515000
66515100
66513200

3)

Quantity or scope

3 Year Cover with possibility of extending a further 2 years


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Combined Liability

1)

Short Description

Combined Liability

2)

Common Procurement Vocabulary (CPV)

66516000
66516500
66516400

3)

Quantity or scope

3 Year Cover with possibility of extending a further 2 years


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Motor Fleet / Leased Cars

1)

Short Description

Motor Fleet / Leased Cars

2)

Common Procurement Vocabulary (CPV)

66516100
66514110

3)

Quantity or scope

3 years with the possibility of extending a further 2 years


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Fidelity Guarantee

1)

Short Description

Fidelity Guarantee

2)

Common Procurement Vocabulary (CPV)

66515411

3)

Quantity or scope

3 Year Cover with possibility of extending a further 2 years


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Personal Accident

1)

Short Description

Personal Accident

2)

Common Procurement Vocabulary (CPV)

66512000

3)

Quantity or scope

3 Year Cover with possibility of extending a further 2 years


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

6     Engineering / Contractors Plant

1)

Short Description

Engineering / Contractors Plant

2)

Common Procurement Vocabulary (CPV)

66515000
66519200

3)

Quantity or scope

3 Year Cover with possibility of extending a further 2 years


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

7     Marine

1)

Short Description

Marine

2)

Common Procurement Vocabulary (CPV)

66514150
66516300

3)

Quantity or scope

3 Year Cover with possibility of extending a further 2 years


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

8     Terrorism

1)

Short Description

Terrorism

2)

Common Procurement Vocabulary (CPV)

66515200
66515000
66515100

3)

Quantity or scope

3 Year Cover with possibility of extending a further 2 years


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
66512000 Accident and health insurance services 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
66515100 Fire insurance services Damage or loss insurance services
66516400 General liability insurance services Liability insurance services
66510000 Insurance services Insurance and pension services
66516000 Liability insurance services Insurance services
66514110 Motor vehicle insurance services Freight insurance and Insurance services relating to transport
66516100 Motor vehicle liability insurance services Liability insurance services
66515411 Pecuniary loss insurance services Damage or loss insurance services
66516500 Professional liability insurance services Liability insurance services
66515200 Property insurance services Damage or loss insurance services
66514150 Vessel insurance services Freight insurance and Insurance services relating to transport
66516300 Vessel liability insurance services Liability insurance services

Delivery locations

ID Description
1012 Gwynedd

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:
01 October 2015
Deadline date:
30 October 2015 00:00
Notice type:
Contract Notice
Authority name:
Cyngor Gwynedd Council
Publication date:
26 December 2015
Notice type:
Contract Award Notice
Authority name:
Cyngor Gwynedd Council

About the buyer

Main contact:
insurance@gwynedd.gov.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.