Tender

Clyde Waterfront and Renfrew Riverside (CWRR) Owner Controlled Insurance Programme (OCIP)

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2021/S 000-010870

Procurement identifier (OCID): ocds-h6vhtk-02b1e7

Published 17 May 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Rebecca Park

Email

rebecca.park@renfrewshire.gov.uk

Telephone

+44 3003000300

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publiccontractsscotland.gov.uk/Access/Login.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Clyde Waterfront and Renfrew Riverside (CWRR) Owner Controlled Insurance Programme (OCIP)

Reference number

RC-CPU-20-354

two.1.2) Main CPV code

  • 66510000 - Insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

Renfrewshire Council is using the open tender procedure to procure an Owner Controlled Insurance programme for CWRR Project. The Council is seeking to secure insurance cover (excluding broker services) for the following types of insurance;

Contractors All Risks Insurance

Delayed Start Up Insurance

Public Liability Insurance

Contractors Pollution Liability Insurance

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lots 1 and 2.

two.2) Description

two.2.1) Title

Contractors All Risks and Third Party (Public Liability)

Lot No

1

two.2.2) Additional CPV code(s)

  • 66513200 - Contractor's all-risk insurance services
  • 66516000 - Liability insurance services
  • 66515000 - Damage or loss insurance services
  • 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
  • 66519200 - Engineering insurance services
  • 66516400 - General liability insurance services
  • 66510000 - Insurance services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Clyde Waterfront and Renfrew Riverside:

Renfrewshire

West Dunbartonshire

Glasgow

two.2.4) Description of the procurement

Refer to CWRR Bridge OCIP Specification of Requirements attached as additional information for full details.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

OCIP is required for duration of the construction works.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Contractors Pollution Liability

Lot No

2

two.2.2) Additional CPV code(s)

  • 66515200 - Property insurance services
  • 66510000 - Insurance services
  • 66515000 - Damage or loss insurance services
  • 66516000 - Liability insurance services
  • 66516400 - General liability insurance services
  • 66519200 - Engineering insurance services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Clyde Waterfront and Renfrew Riverside:

Renfrewshire

West Dunbartonshire

Glasgow

two.2.4) Description of the procurement

Refer to CWRR Bridge OCIP Specification of Requirements document attached as additional information for full details.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

OCIP required for duration of construction works project.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Tenderer’s must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of Procurement (Scotland) Regulations 2015.Tenderer’s should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Failure to do so may result in the Tenderer being excluded from the procurement process

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice.

Minimum level(s) of standards possibly required

Bidders who fail to provide evidence of delivering similar projects that they have experience may be assessed as a FAIL and excluded from the Procurement Process.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Tender submissions can only be received from tenderers who are insurers registered in the UK and authorised by the Financial Conduct Authority or similar in country of domicile within the European Union or European Economic Area to transact the requested insurances for risks within the UK

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 June 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 June 2021

Local time

12:00pm

Place

Remote, electronic opening conducted by 2 Council officers

Information about authorised persons and opening procedure

In accordance with Renfrewshire Council's Standing Order's relating to Contracts


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=650664.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

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.

(SC Ref:650664)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=650664

six.4) Procedures for review

six.4.1) Review body

Refer to VI.4.3

Refer to VI.4.3

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom