Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Contact
Gavin Armstrong
Telephone
+44 1312757499
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nhsscotlandprocurement.scot.nhs.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
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.publictenderscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictenderscotland.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
www.publictenderscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Insurance Brokerage Services
Reference number
NP772
two.1.2) Main CPV code
- 66518100 - Insurance brokerage services
two.1.3) Type of contract
Services
two.1.4) Short description
Brokerage services to support the tendering and ongoing management of the NHS Scotland National Fleet Insurance Policy Framework which provides insurance provision under a single policy for all NHS Scotland vehicles; ad hoc brokerage services
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66518100 - Insurance brokerage services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of all NHS Scotland Health Boards,NHS Scotland special health boards and/or the Authority(altogether collectively hereinafter referred to as"NHSScotland").
two.2.4) Description of the procurement
Brokerage services to support the tendering and ongoing management of the NHS Scotland National Fleet Insurance Policy Framework which provides insurance provision under a single policy for all NHS Scotland vehicles. Ad hoc insurance brokerage services.
The Framework Agreement may be used by all mainland and Island NHS Scotland Health Boards and Special Boards(including the common services agency)and by all entities constituted pursuant to the National Health Service(Scotland)Act1978(i.e.all NHS Scotland
Health Boards, Special Boards,and the Authority or other NHS Organisations established pursuant to NHS(ScotlandAct1978)and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working)ScotlandAct2014.All Scottish Hospices
two.2.5) Award criteria
Quality criterion - Name: Service / Weighting: 30
Quality criterion - Name: Contract and Supplier management / Weighting: 10
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Contract value refers to expected total over the 4 year duration of the framework based on current spend per annum
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
Be authorised by the Financial Conduct Authority, or operate as an Appointed Representative of a directly authorised firm, or be an exempt
professional firm operating as a member of a designated professional body such as solicitors, accountants and surveyors.
three.1.2) Economic and financial standing
List and brief description of selection criteria
See contract / tender documentation which incorporates the requirements of the SPD and the financial period for reporting is the 3
previous financial years.
Minimum level(s) of standards possibly required
1) Public Liability Insurance — 5 000 000 GBP.
2) Professional Indemnity Insurance — 2 000 000 GBP — for any 1 incident in any 1 year.
three.1.3) Technical and professional ability
List and brief description of selection criteria
See contract / tender documentation which incorporates the requirements of the SPD
Minimum level(s) of standards possibly required
A number of the technical performance requirements are mandatory — these are detailed in the contract /tender documentation.
With regard to those that relate to standards being required:
1) Must be authorised by the Financial Conduct Authority (FCA) or operate as an Appointed Representative of a directly authorised firm, or be
an exempt professional firm operating as a member of a designated professional body such as solicitors, accountants and surveyors.
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
Must be authorised by the Financial Conduct Authority (FCA) or operate as an Appointed Representative of a directly authorised firm, or be an
exempt professional firm operating as a member of a designated professional body such as solicitors, accountants and surveyors.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-011436
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2021
Local time
9:00am
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 August 2021
Local time
9:00am
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
Contract value refers to the approx. anticipated annual value of spend 50,000 gbp for the anticipated 4 year framework duration.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19170. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers
respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall
Community Benefit concept and process including a contract and supplier management process post award.
(SC Ref:659810)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Str
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom