Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Boulevard, Central Park
Larbert
FK5 4RU
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
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