- Scope of the procurement
- Lot 2 - Combined Liability (Employers, Public & Products Liability), including claims handling
- Lot 3 – Motor Fleet, including claims handling
- Lot 4 – Fidelity Guarantee / Employee Dishonesty
- Lot 5 – Directors, Trustee and Trust Fund Indemnity
- Lot 6 – Group Personal Accident / Travel
- Lot 1 – Property Damage and Business Interruption, including Terrorism & claims handling
Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Leisure Limited trading as OneRen
The Lagoon Centre, 11 Christie Street
Paisley
PA1 1NB
Contact
Gillian Gordon
gillian.gordon@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.publictendersscotland.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.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Insurance Framework Agreement for Renfrewshire Leisure Limited trading as OneRen
Reference number
RC-CPU-22-019
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
Renfrewshire Leisure Limited trading as OneRen have instructed Renfrewshire Council to issue this tender for insurance cover (excluding broker services). The Framework Agreement has been split into 6 separate lots for each type of insurance cover:–
Lot 1 – Property Damage and Business Interruption, including Terrorism & claims handling
Lot 2 – Combined Liability ( Employers, Public & Products Liability ), including claims handling
Lot 3 – Motor Fleet, including claims handling
Lot 4 – Fidelity Guarantee / Employee Dishonesty
Lot 5 – Directors, Trustee and Trust Fund Indemnity
Lot 6 – Group Personal Accident / Travel
Tenderers are able to bid for one or more lots. A single supplier will be awarded for each lot. Call Off Agreements made under each Lot will be made by Direct Award as detailed in the procurement documents in the e-tender system.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 2 - Combined Liability (Employers, Public & Products Liability), including claims handling
Lot No
2
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Lot 2 is for Combined Liability (Employers, Public & Products Liability), including claims handling
two.2.5) Award criteria
Quality criterion - Name: Scope of Cover / Weighting: 40
Quality criterion - Name: Expertise/ Service / Weighting: 5
Quality criterion - Name: Claims Handling Service (Property, Liability and Fleet) / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Community benefits (voluntary) / Weighting: 0
Price - Weighting: 40
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 (Framework Agreement) will be for 3 years with the option to extend for 1 year and Call Off Agreements made under the Contract will be for 3 years with the option to extend for a further 1 + 1 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
There is no minimum limit for candidates - please see technical envelope in Public Contract Scotland tenders portal for more information
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council reserves the right to utilise Regulation 72 1 (a) of the Public Contracts (Scotland) Regulations 2015 - Modification of contracts during their term to modify the length of the framework agreement and call off contract term.
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
Lot 3 – Motor Fleet, including claims handling
Lot No
3
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Lot 3 is for Motor Fleet, including claims handling
two.2.5) Award criteria
Quality criterion - Name: Scope of Cover / Weighting: 40
Quality criterion - Name: Expertise/ Service / Weighting: 5
Quality criterion - Name: Claims Handling Service (Property, Liability and Fleet) / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Community benefits (voluntary) / Weighting: 0
Price - Weighting: 40
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 (Framework Agreement) will be for 3 years with the option to extend for 1 year and Call Off Agreements made under the Contract will be for 3 years with the option to extend for a further 1 + 1 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
There is no minimum limit for candidates - please see technical
envelope in Public Contract Scotland tenders portal for more
information
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council reserves the right to utilise Regulation 72 1 (a) of the Public Contracts (Scotland) Regulations 2015 - Modification of contracts during their term to modify the length of the framework agreement and call off contract term.
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
Lot 4 – Fidelity Guarantee / Employee Dishonesty
Lot No
4
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Lot 4 is for Fidelity Guarantee / Employee Dishonesty
two.2.5) Award criteria
Quality criterion - Name: Scope of Cover / Weighting: 45
Quality criterion - Name: Expertise/ Service / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Community benefits (Voluntary) / Weighting: 0
Price - Weighting: 40
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 (Framework Agreement) will be for 3 years with the option to extend for 1 year and Call Off Agreements made under the Contract will be for 3 years with the option to extend for a further 1 + 1 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
There is no minimum limit for candidates - please see technical
envelope in Public Contract Scotland tenders portal for more
information
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council reserves the right to utilise Regulation 72 1 (a) of the Public Contracts (Scotland) Regulations 2015 - Modification of contracts during their term to modify the length of the framework agreement and call off contract term.
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
Lot 5 – Directors, Trustee and Trust Fund Indemnity
Lot No
5
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Lot 5 is for Directors, Trustee and Trust Fund Indemnity
two.2.5) Award criteria
Quality criterion - Name: Scope of Cover / Weighting: 45
Quality criterion - Name: Expertise/ Service / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Community benefits (Voluntary) / Weighting: 0
Price - Weighting: 40
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 (Framework Agreement) will be for 3 years with the option to extend for 1 year and Call Off Agreements made under the Contract will be for 3 years with the option to extend for a further 1 + 1 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
There is no minimum limit for candidates - please see technical envelope in Public Contract Scotland tenders portal for more information
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council reserves the right to utilise Regulation 72 1 (a) of the Public Contracts (Scotland) Regulations 2015 - Modification of contracts during their term to modify the length of the framework agreement and call off contract term.
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
Lot 6 – Group Personal Accident / Travel
Lot No
6
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Lot 6 is for Group Personal Accident / Travel
two.2.5) Award criteria
Quality criterion - Name: Scope of Cover / Weighting: 45
Quality criterion - Name: Expertise/ Service / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Community benefits (Voluntary) / Weighting: 0
Price - Weighting: 40
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 (Framework Agreement) will be for 3 years with the option to extend for 1 year and Call Off Agreements made under the Contract will be for 3 years with the option to extend for a further 1 + 1 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
There is no minimum limit for candidates - please see technical envelope in Public Contract Scotland tenders portal for more information
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council reserves the right to utilise Regulation 72 1 (a) of the Public Contracts (Scotland) Regulations 2015 - Modification of contracts during their term to modify the length of the framework agreement and call off contract term.
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
Lot 1 – Property Damage and Business Interruption, including Terrorism & claims handling
Lot No
1
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Lot 1 is for Property Damage and Business Interruption, including Terrorism & claims handling
two.2.5) Award criteria
Quality criterion - Name: Scope of Cover / Weighting: 40
Quality criterion - Name: Expertise/ Service / Weighting: 5
Quality criterion - Name: Claims Handling Service (Property, Liability and Fleet) / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Community benefits (voluntary) / Weighting: 0
Price - Weighting: 40
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 (Framework Agreement) will be for 3 years with the option to extend for 1 year and Call Off Agreements made under the Contract will be for 3 years with the option to extend for a further 1 + 1 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
There is no minimum limit for candidates - please see technical envelope in Public Contract Scotland tenders portal for more information
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council reserves the right to utilise Regulation 72 1 (a) of the Public Contracts (Scotland) Regulations 2015 - Modification of contracts during their term to modify the length of the framework agreement and call off contract term.
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.1.2) Economic and financial standing
List and brief description of selection criteria
Requests to Participate will only be accepted from bidders who meet one
of the two following categories;-
(1) are insurers regulated by the Financial Conduct Authority ("FCA") and entitled
and authorised to underwrite insurance business in the UK and also being
rated as “A minus (-)” with Standards & Poor or equivalent rating with another
ratings provider, OR
(2) are brokers or managing general agents ("MGA") who are authorised by a
relevant insurer ( being an insurer regulated by the Financial Conduct
Authority and entitled and authorised to underwrite insurance business in
the UK and also being rated as “A minus (-)” with Standards & Poor or equivalent with another ratings provider) and able to issue a request to participate binding said insurer to any cover to be provided for the Term of the Framework or any Call Off Agreement made under it.
Insurance: It is a requirement of this Framework Agreement that candidates who are invited to tender for stage 2 (invitation to tender) to hold, or can commit to obtain prior to awarding a right to participate under the Framework Agreement the types and levels of insurance indicated below.
Finance: In the event that the analysis is unavailable or unsatisfactory the
Council on behalf of Renfrewshire Leisure Limited trading as OneRen reserves the right to request further supporting information of Candidates economic and financial standing; such as the last two years accounts.
Subcontractors: Candidates will be required to confirm whether they
intend to subcontract and, if so, for what proportion of the contract.
rating with another ratings provider) and able to issue a request to
participate binding said insurer to any cover to be provided for the Term
of the Framework or any Call Off Agreement made under it.
All other candidates submitting a request to participate will not be invited
to tender for the right to participate on this Framework Agreement.
Minimum level(s) of standards possibly required
REFER TO III.1.1 ABOVE
Insurance types and levels:
Employers Liability – minimum 5M GBP, each and every claim
Public Liability – minimum 5M GBP, each and every claim
Professional Indemnity - 10M GBP in the aggregate
three.1.3) Technical and professional ability
List and brief description of selection criteria
Submissions will only be accepted from bidders who are insurers
regulated by the FCA to underwrite insurance business in the UK and
being rated as “A minus (-)” with Standard & Poor's or equivalent rating with
another ratings provider, OR brokers or managing general agents who are
authorised by the relevant insurer to submit a tender on the insurer’s
behalf and bind them into the cover to be provided for the framework and call off contracts for the duration of the framework and contracts.
Tenderers who are not acting in a MGA capacity will be excluded from the
tender process. Where the party issuing the tender submission is an MGA authorisation on letter headed paper from the relevant insurer company stating the terms
of the capacity to contract is required with your tender submission.
Minimum level(s) of standards possibly required
Submissions will only be accepted from bidders who are insurers
regulated by the FCA to underwrite insurance business in the UK and
being rated as “A minus (-)” with Standard & Poor's or equivalent rating with
another ratings provider
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
see III.1.1 above for the minimum requirements.
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
14 July 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 July 2022
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: 30 December 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: estimated 2025
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
1- Renfrewshire Leisure Limited trading as OneRen have instructed Renfrewshire Council to issue this tender for insurance cover (excluding broker service) on behalf of Renfrewshire Leisure Limited trading as OneRen.
2. The estimated value of the framework agreement (contract) and potential call off agreements made under the contract is 1.5Million (GBP).
3. The stages of this restricted procedure is an Invitation to Participate (Stage 1) and Invitation to Tender (Initial Stage 2).
4. Further information on stage 1 invitation to participate (ITP) can be located in the Invitation to participate Document in the e-tender system.
5. Further information on the stage 2 award including the full specification will be provided to those candidates invited to tender.
6. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
7. Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts.
8. Renfrewshire Leisure Limited trading as OneRen reserves the right to utilise Regulation 72 1 (a) of the Public Contracts (Scotland) Regulations 2015 - Modification of contracts during their term to modify the length of the framework agreement and call off contract term.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 21544. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Community benefits will be voluntary
(SC Ref:696130)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
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