Section one: Contracting authority
one.1) Name and addresses
NORTHAYRSHIRE
Cunninghame House, Friars Croft
Irvine
KA12 8EE
Contact
Al Foster
Telephone
+44 1294324730
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
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
NAC/5146 Provision of Tenants Home Contents Insurance
Reference number
NAC/5146
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
North Ayrshire Council requires a replacement contract for the provision of Tenants Home Contents Insurance to provide low cost and readily available home contents insurance to all NAC tenants. The qualified service provider will be required to offer both standard cover and accidental damage cover to tenants.
This contract will provide low cost and readily available home contents insurance for NAC tenants.
The successful Tenderer will be required to offer both standard cover and accidental damage cover to all tenants to the full (100%) declared sum insured without an excess.
A summary of cover required must include loss or damage to contents whilst in the home resulting from the following risks (Fully detailed in the specification):
- Fire, explosion, lightning, earthquake;
- Water or oil escaping from any fixed water or heating installation or domestic appliance;
- The building being hit by an aircraft, flying object or anything falling from them, or by a train or any other vehicle or animal;
- Falling trees or branches;
- Riot, civil commotion, strikes, labour or political disturbances;
- Malicious damage/vandalism;
- Storm or flood;
- Theft or attempted theft
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
- 66515000 - Damage or loss insurance services
- 66518000 - Insurance brokerage and agency services
- 66518100 - Insurance brokerage services
- 66518200 - Insurance agency services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
two.2.4) Description of the procurement
North Ayrshire Council requires a replacement contract for the provision of Tenants Home Contents Insurance to provide low cost and readily available home contents insurance to all NAC tenants. The qualified service provider will be required to offer both standard cover and accidental damage cover to tenants.
This contract will provide low cost and readily available home contents insurance for NAC tenants.
The successful Tenderer will be required to offer both standard cover and accidental damage cover to all tenants to the full (100%) declared sum insured without an excess.
A summary of cover required must include loss or damage to contents whilst in the home resulting from the following risks (Fully detailed in the specification):
- Fire, explosion, lightning, earthquake;
- Water or oil escaping from any fixed water or heating installation or domestic appliance;
- The building being hit by an aircraft, flying object or anything falling from them, or by a train or any other vehicle or animal;
- Falling trees or branches;
- Riot, civil commotion, strikes, labour or political disturbances;
- Malicious damage/vandalism;
- Storm or flood;
- Theft or attempted theft
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
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
If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships:
Financial Conduct Authority (FCA)
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly “specific” turnover of 122,000 GBP for the last 3 years in the business area covered by the contract. Bidders must provide their last 3 years turnover separately i.e. 22/23 XX GBP, 21/22 XX GBP, 20/21 XX GBP
North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5million GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance 5million GBP in respect of any one event
Professional Indemnity Insurance 2million GBP in the aggregate
Third-Party Motor Vehicle Insurance maintained throughout the period of the Contract, in accordance with the provisions of the current Road Traffic Act 1988 (as amended).
A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. The minimum project value NAC will accept as an example is 305,000 GBP. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders are required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.
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
21 August 2023
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 August 2023
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
Lots are not being used for this tender for the reason(s) stated below:
Nature of the contract not suitable for lots.
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.
Health and Safety Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.
Should Bidders have any qualifications relating to the T&C's, specification etc this must be addressed during the Q&A's stage before the Q&A deadline and raised via PCS-T's message board.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24565. 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: 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 required on a voluntary basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)
(SC Ref:736689)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Telephone
+44 1563550024
Country
United Kingdom