Tender

Provision of a Tenants Contents Insurance Scheme

  • Falkirk Council

F02: Contract notice

Notice identifier: 2025/S 000-008294

Procurement identifier (OCID): ocds-h6vhtk-04ea5a (view related notices)

Published 7 March 2025, 9:22am



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Boulevard, Central Park

Larbert

FK5 4RU

Email

cpu@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

Provision of a Tenants Contents Insurance Scheme

Reference number

FIN/026/25

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 Tenants Contents and related services, including claims handling, as required by Falkirk Council.

Bids are invited from suitably qualified insurance brokers and direct providers for the entire scope of services.

The Council is seeking to appoint an insurance supplier for the provision of Tenants Contents and related services for 5 years.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Provision of a Tenants Contents Insurance Scheme as set out within the Invitation to Tender Documents.

two.2.5) Award criteria

Quality criterion - Name: Policy Cover / Weighting: 60

Quality criterion - Name: Staffing structure / Weighting: 10

Quality criterion - Name: Service & Account Management / Weighting: 10

Quality criterion - Name: Response to Enquiries / Weighting: 10

Quality criterion - Name: Marketing / Weighting: 10

Price - Weighting: 60

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

When this contract comes to an end.

two.2.10) Information about variants

Variants will be accepted: Yes

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

The intention of the Council that any Contract resulting from this ITT will be for a period of five years.

The Contract will be awarded on the basis of the Most Economically Advantageous Tender with 40% of the overall evaluation score given to quality and 60% of the overall evaluation score given to price.


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

1) Authorised by the Financial Conduct Authority (FCA) to carry out regulated financial service activities;

2) Comply with Conduct of business sourcebook (ICOBS) Rules of the Financial Conduct Authority (FCA) for regulating the conduct of the business of authorised persons;

3) Be regulated for the sale of insurance products in the EU under the insurance distribution directive (IDD) adopted in 2016;

4) Authorised to do so under Part 4A of the Financial Services and Markets Act 2000 (FSMA), or authorised by the supervisory authority in another EEA member state and passported into the UK.

5) Provide terms via insurance companies or backed managing general agents with an AM Best and / or Fitch rating no less than A other when a parental guarantee can be provided with an A Rating

three.1.2) Economic and financial standing

List and brief description of selection criteria

A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract

Minimum level(s) of standards possibly required

Bidders must have or commit to obtain the following insurances:-

Employer’s (Compulsory) Liability Insurance = 10 Million GBP

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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 meet the following requirements;

1) Authorised by the Financial Conduct Authority (FCA) to carry out regulated financial service activities;

2) Comply with Conduct of business sourcebook (ICOBS) Rules of the Financial Conduct Authority (FCA) for regulating the conduct of the business of authorised persons;

3) Be regulated for the sale of insurance products in the EU under the insurance distribution directive (IDD) adopted in 2016;

4) Authorised to do so under Part 4A of the Financial Services and Markets Act 2000 (FSMA), or authorised by the supervisory authority in another EEA member state and passported into 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

7 April 2025

Local time

11:00am

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

7 April 2025

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: March 2030

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

The intention of the Council is that any Contract resulting from this ITT will be for a period of five years.

The Contract will be awarded on the basis of the Most Economically Advantageous Tender with 40% of the overall evaluation score given to quality and 60% of the overall evaluation score given to price.

A Creditsafe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100, the Bidder may be excluded from the tender process unless suitable financial information is provided that give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed framework.

Bidders must have or commit to obtain the following insurances:Employer’s (Compulsory) Liability Insurance = 10 Million GBP

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.

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=792563.

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:

Please refer to ITT Schedule 6.

(SC Ref:792563)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=792563

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace Court

Falkirk Sheriff Court and Justice of the Peace Court, Sheriff Court House, Main Street, Camelon

Falkirk

FK1 4AR

Country

United Kingdom