- Scope of the procurement
- Lot 2. Insurance and related services associated with Motor Fleet as required by Key Housing Association
- Lot 3. Insurance and related services associated with Engineering Inspection and Insurance as required by Key Housing Association
- Lot 1. Insurance for Property, Liability & related Business Interruption risks
Section one: Contracting authority
one.1) Name and addresses
Key Housing Association
The Square, 70 Renton Street
Glasgow
G4 0HT
Contact
Our Consultant - Andy Bygrave
andy.bygrave@gibbslaidler.co.uk
Telephone
+44 1959562242
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gibbslaidler.co.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30717
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Insurance and Related Services 2025
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contract is for the provision of general insurance and related services, including
claims handling, loss control services and general
programme maintenance and advice as required by Key Housing Association
commencing 1st June 2025. A full Summary of
Current Cover will be provided with the Invitation to Tender to selected bidders.
Bids are invited from suitably qualified insurance brokers
and direct providers for the entire scope of services. The procurement will follow the
two-stage Competitive with Negotiation Procedure with a pre-qualifying
stage based on completed SPDs and bidders will be selected on the basis of their
capability, capacity and experience to perform the contract.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Insurance and related services associated with Motor Fleet as required by Key Housing Association
Lot No
2
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66518100 - Insurance brokerage services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The scope of the Contract includes the provision of insurance cover, brokerage
services (where applicable), professional advice, claims management and loss
control services for motor fleet insurance as
required by Key Housing Association for a period of three years
commencing 01.06.2025, with the option to extend by up to a further two years
at Key Housing Association's sole discretion. Bids are invited from
suitably qualified and experienced insurance brokers and direct insurers. The
Contract will follow the two-stage Competitive Procedure with Negotiation with
bidders being selected on the basis of the responses contained in the pre
qualifying SPD. Bidders will be expected have the capability, capacity, financial
and economic standing and experience to perform the contract. SPDs must be
completed in full with all relevant information supplied. The Contract will be
awarded on the basis of Most Economically Advantageous Tender, with specific
evaluation criteria detailed within the Invitation To Tender and contract documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract will be for an initial three year period with the option to extend for
a further two years at Key Housing Assocation's sole discretion. Renewal
will be sought at the end of the three or five year period.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
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.2.14) Additional information
A Summary of Key's current insurances will be made available along
with the Invitation to Tender. Bidders are required to submit
the appropriate SPD, completed in full in order to be considered for Stage 2 of
the procurement
two.2) Description
two.2.1) Title
Insurance and related services associated with Engineering Inspection and Insurance as required by Key Housing Association
Lot No
3
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66518100 - Insurance brokerage services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The scope of the Contract includes the provision of insurance cover, brokerage
services (where applicable), professional advice, claims
management and loss control services for Engineering Inspection and Insurance as required by Key Housing Association for a period of three years commencing 01.06.2025, with the option to extend by up
to a further two years at Key Housing Association's sole
discretion. Bids are invited from suitably qualified and experienced insurance
brokers and direct insurers. The Contract will follow the
two-stage Competitive Procedure with Negotiation with bidders being selected
on the basis of the responses contained in the
pre-qualifying SPD. Bidders will be expected have the capability, capacity,
financial and economic standing and experience to perform the
contract. SPDs must be completed in full with all relevant information supplied.
The Contract will be awarded on the basis of Most
Economically Advantageous Tender, with specific evaluation criteria detailed
within the Invitation To Tender and contract documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract will be for an initial three year period with the option to extend for
a further two years at Key Housing Association sole
discretion. Renewal will be sought at the end of the three or five year period.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
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.2.14) Additional information
A Summary of Key Housing Association’s current insurances will be made available along with the Invitation to Tender. Bidders are required to submit the appropriate SPD, completed in full in order to be considered for Stage 2 of the procurement
two.2) Description
two.2.1) Title
Insurance for Property, Liability & related Business Interruption risks
Lot No
1
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66515200 - Property insurance services
- 66518100 - Insurance brokerage services
- 66516500 - Professional liability insurance services
- 66516400 - General liability insurance services
- 66516000 - Liability insurance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The scope of the Contract includes the provision of insurance cover, brokerage
services (where applicable), professional advice, claims management and loss
control services for property, legal liabilities and other general insurances as
required by Key Housing Association for a period of three years
commencing 01.06.2025, with the option to extend by up to a further two years
at Key Housing Association's sole discretion. Bids are invited from
suitably qualified and experienced insurance brokers and direct insurers. The
Contract will follow the two-stage Competitive Procedure with Negotiation with
bidders being selected on the basis of the responses contained in the pre
qualifying SPD. Bidders will be expected have the capability, capacity, financial
and economic standing and experience to perform the contract. SPDs must be
completed in full with all relevant information supplied. The Contract will be
awarded on the basis of Most Economically Advantageous Tender, with specific
evaluation criteria detailed within the Invitation To Tender and contract
documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract will be for an initial three year period with the option to extend for
a further two years at Key Housing Assocation's sole discretion. Renewal
will be sought at the end of the three or five year period.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
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.2.14) Additional information
A Summary of Key's current insurances will be made available along
with the Invitation to Tender. Bidders are required to submit
the appropriate SPD, completed in full in order to be considered for Stage 2 of
the procurement
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
As a minimum, you are required to demonstrate:
1) you are an insurance broker registered with and regulated by the UK Financial
Conduct Authority or an insurer authorised /and or
regulated by the UK Financial Conduct Authority indicating the types of
insurance/service the bidder is authorised to arrange or provide
(See question 4a of SPD)
2) the financial ability and strength to deliver the programme (see question 4b of
SPD)
3) the governance arrangements of the bidding organisation and where part of a
larger Group, the title, positioning and legal status of the
bidding organisation within that Group
4) the ability to provide social landlords with a choice of insurers and/or options
5) a record of successful provision of relevant services to other organisations that
are similar in profile to the contracting authority (see
question 4C1.2 of SPD)
6) a skilled and competent service team, being client relationship management,
technical staff, broking/underwriting expertise, claims
managers and risk managers (see question 4C6 of SPD)
7) your commitment to delivering quality service to Key Housing Association,
including that provided by any third party contractor
employed by you or by the insurers you propose (see question 4C10 of SPD)
8) your ability to demonstrate client satisfaction on at least 3 similar contracts
9) commitment to corporate and individual professional development defined by
the CII or similar professional organisation (see questions
4c&4D of SPD)
three.1.2) Economic and financial standing
List and brief description of selection criteria
See questions at 4B of SPD
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
(1) All candidates will be required to provide evidence of relevant insurance limits as
detailed in the SPD
(2) All candidates will be required to provide a statement, covering the 3 previous
financial years including the overall turnover of the
bidder and the turnover in respect of the activities which are of a similar type to the
subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts
from those accounts relating to their business.
(4) all candidates will give a clear description of the bidding company's status within
any larger Group, where appropriate.
(5) Financial ratings of all risk carriers must be provided within Tender response
three.1.3) Technical and professional ability
List and brief description of selection criteria
See questions at 4C of SPD.
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
1) A statement of the bidder's average annual number of staff and managerial staff
over the previous 3 years in the part of any Group
proposing to deliver the service
(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 specified within this Contract or carrying out the work
under the contract;
(3) An indication of the proportion of the contract which the services provider
intends possibly to subcontract
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
Bidders must be either an insurance broker registered with and regulated by the UK
Financial Conduct Authority or an insurer
authorised/and or regulated by the UK Financial Conduct Authority indicating the
types of insurance/service the bidder is authorised to
arrange or provide.
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
Competitive procedure with negotiation
Accelerated procedure
Justification:
Key Housing Association will be undertaking this tender via an accelerated procedure, due to the restricted (and unforeseen) timescales which means it will be unfeasible to run a tender in any longer period.
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
28 February 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 March 2025
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
Tender must be valid until: 3 March 2025
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Between three or five years, from the date of this notice.
six.3) Additional information
Bidders should note that for reasons of confidentiality, full Tender specification and
supporting information will be made available only to
those Bidders that are selected to proceed to the Invitation to Tender Stage. Sufficient
detail is provided within this Contract Notice and
within the SPD to enable the Bidder to decide whether to participate in this process.
NOTE: To register your interest in this notice and obtain any additional information
please visit the Public Contracts Scotland Web Site at
www.publiccontractsscotland.gov.uk
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.
Community benefits are included in this requirement. For more information see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in
procurement/
A summary of the expected community benefits has been provided as follows:
Information will be included in the Invitation to Tender at the next stage of the process.
Download the copy of the online SPD document here (to be completed online through
postbox submission):
https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=790148
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=790148.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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:790148)
Download the copy of the online SPD document here (to be completed online through postbox submission): https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=790148
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=790148.
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:790148)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=790148
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom