Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
Corporate Procurement
corporateprocurement@northlan.gov.uk
Telephone
+44 7866989244
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
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
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
Tenants Home Contents Insurance Scheme 2022-2027
Reference number
NLC-CPT-21-019
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is seeking to put in place a Contract for Tenants Home Contents Insurance (HCI) which will be available solely for North Lanarkshire Council (NLC) tenants who elect to participate. This Contract is designed to offer basic home contents insurance with an option for additional accidental damage cover.
two.1.5) Estimated total value
Value excluding VAT: £2,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
North Lanarkshire geographical area
two.2.4) Description of the procurement
North Lanarkshire Council (the "Council") intend to award a contract to single service provider for the provision of Tenants Home Contents Insurance.
The service provider should be able to offer basic home contents insurance (HCI) with an option for additional accidental damage cover to all North Lanarkshire tenants. The HCI scheme was introduced to give NLC's tenants access to Home Contents Insurance at rates that individually they would not be able to source
The proposed contract will be for an initial 36 months with the option to extend for up to a further 2, 12 month periods. The maximum term is 5 years.
Further to this overview, a detailed specification is contained within the “Documents for Tenderers” folder, which is accessible (and downloadable) within the PCS-T Tendering System.
.
The Contract must be carried out in accordance with the information provided within this Contract Notice and the Invitation to Tender documents (ITT) which will be published within the PCS-T Tendering System.
.
Tenderers must respond to a series of Selection Questions within the PCS-T Qualification Envelope;
.
Tenderers must downloand and complete a range of Award Questions and Statements located within the PCS-T Technical Envelope;
.
Tenderers must download and complete a Pricing Schedule located within the PCS-T Commercial Envelope.
.
two.2.5) Award criteria
Quality criterion - Name: OVERALL QUALITY / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £2,200,000
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
The Contract will be awarded for a total of 60 months (36 _+ 12 + 12). Following expiry of the Contract, the Council may elect to re-tender requirements.
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
PLEASE BE AWARE OF THE EXCLUSION GROUNDS.
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.
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
Bidders must respond to 4A.2 - Bidders must be registered with the Financial Conduct Authority (FCA) to carry out regulated financial service activities - This will be a mandatory requirement and any Bidder not registered with FCA will be deemed as a FAIL and will excluded from the procurement process and not considered further.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must respond to 4B.4; 4B.5.1a; 4B.5.1B and 4B.5.2
.
4B.4 - The Acid Test (or Quick Ratio) compares a company's most short-term assets to its most short-term liabilities to see if a company has enough cash to pay its immediate liabilities, such as short-term debt. The Acid Test ratio disregards current assets that are difficult to liquidate quickly such as inventory.
Within the Qualification Envelope, the bidder should state their Acid Test ratio score (using the calculation above) for their most recent financial year where fully audited accounts are available.
Bidders who fail to provide a response to this question or fail to achieve an Acid Test ratio score of 1.00 or above within their Tender may be assessed as a FAIL and be excluded from the Procurement.
.
4B.5 - Within the Qualification Envelope, bidder’s should confirm whether or not they:
-have the required minimum levels of insurance,
-do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful
-do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance, or
-are exempt from requiring the minimum levels of insurance required by the Council.
Bidders that do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance may be assessed as a FAIL and be excluded from the Procurement.
Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement.
.
Minimum level(s) of standards possibly required
.
4B.4 - Bidders will be required to state the value(s) for the following financial ratio: Acid Test ratio of 1.00 and above.
The acceptable range for Acid Test financial ratio is the bidders most recent financial year where fully audited accounts are available.
The Acid Test financial ratio will be calculated as follows: Liquid Assets (Cash and Cash Equivalents + Marketable Securities + Accounts Receivable) / Current Liabilities
.
4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Framework Agreement, the types and levels of insurance indicated below:
- Employer’s (Compulsory) Liability Insurance - 10m GBP (TEN MILLION POUNDS STERLING)
- Public Liability – 10m GBP (TEN MILLION POUNDS STERLING)
- Professional Indemnity – 5m GBP (FIVE MILLION POUNDS STERLING)
.
http://www.hse.gov.uk/pubns/hse40.pdf
.
.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must respond to SPD Questions 4C.1.2 and 4C.10.
.
4C.1.2 - Bidders will be required to provide one example that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 the Contract Notice or the relevant section of the Site Notice. The example should be similar in regards to scope, scale and duration.
---
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the Framework Agreement.
.
No questions from Section D of the SPD (Scotland) (Quality assurance schemes and environmental standards) will be used, so no statements for those questions are listed in this Contract Notice.
.
Minimum level(s) of standards possibly required
4C.1.2 - Bidders will be required to provide ONE example that demonstrates that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice.
.
Bidders should consider the following as a minimum within their response:
-Name of Client
-Contact Name
-Telephone Number
-Email address
-Contract Title
-Start Date
-End Date
-Contract Value
-Scope of Contract (please answer within "Description" field)
.
(For evaluation, EXAMPLE 1 is weighted 100%)
Pass = Bidder who scores an average weighted score of 50% and above.
Fail = Bidder who scores below an average weighted score of 50%.
.
The Bidder response to question 4C.1 will be scored as follows:
.
Score – Definition
.
100 Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides
comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion.
.
90 Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of whatis required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area.
.
80 Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high
level of detail as to their capacity/ability/experience in this area.
.
70 Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and
provides evidence of a reliable level of capacity/ability/experience in this area.
.
60 Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory
depth but evidence of capacity/ability/experience in this area could have been more detailed.
.
50 Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail
of evidence of capacity/ability/experience in this area.
-40 Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of
capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas.
.
30 Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains
limited evidence as to the candidate’s capacity/ability/experience in this area.
.
20 Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate’s capacity/ability/experience in
this area.
.
10 Response demonstrates little evidence of the candidate’s understanding or explanation of the candidate’s capacity/ability/experience in
this area.
.
0 Nil or irrelevant response
.
.
.
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Response to 4C.10 will not be evaluated.
.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per the contract documentation.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 September 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 September 2021
Local time
12:00pm
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
Late Tenders will not be considered under any circumstances.
Tenderers are therefore 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.
.
The council reserves the right before moving from selection stage to award stage to request candidates produce supporting documentary evidence or certificates referenced in their SPD response. In any case, these must be provided prior to contract award.
.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19173. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
There is an opportunity for Tenderers to meet the Council's objectives for community benefits through employment and training opportunities; local initiatives such as event sponsorship; support for social enterprises etc.
Tenderers should provide in their ITT response, how in performance and delivery on this framework they will endeavour to support the Council in supporting the social needs of the communities that it serves.
.
(SC Ref:661014)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
Telephone
+44 1698282957
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session