Section one: Contracting authority
one.1) Name and addresses
The Wheatley Housing Group Limited
25 Cochrane Street
Glasgow
G1 1HL
uk.gallagherhousing.tenders@ajg.com
Telephone
+44 7801966989
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.wheatley-group.com
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30353
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
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Tenant Contents Insurance
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
Wheatley Solutions Ltd (WSL) wishes to place a programme of insurance in relation to Tenants Contents insurance to provide low cost and readily available home contents insurance to all tenants and homeowners. The service provider will be required to offer both standard cover and accidental damage cover to tenants and homeowners. Full details are included within the tender documentation.
Wheatley Solutions Limited is the entity that is authorised to conduct insurance intermediary services therefore they are the contracting authority for this purpose.
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
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Wheatley Solutions Ltd (WSL) wishes to place a programme of insurance in relation to Tenants Contents Insurance. Arthur J. Gallagher Insurance Brokers Ltd is managing this procurement in accordance with the Public Contracts Scotland Regulations 2015 ("the regulations")
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 35%
Cost criterion - Name: Cost / Weighting: 65%
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
24 month extension - It is WHG's intention to enter into an agreement with a provider for a minimum of three years with the option to extend for two years.
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
Tenderers must confirm if they hold the particular authorisation or memberships:
Financial Conduct Authority (FCA)
It is a mandatory requirement for Tenderers to hold the above membership.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers who cannot meet the required level of turnover will be excluded from this tender.
Tenderers are expected to be Standard & Poor's (or equivalent agency A M Best or Moodys) rated A- or better. If the information provided or the clarifications are not satisfactory, the tenderer will be excluded from the tender process.
Should the Tenderer not have the specified insurances at the time of tendering then, the Tenderer must certify in their response that the specified insurance will be obtained.
Minimum level(s) of standards possibly required
Tenderers are required to have a minimum yearly “specific” turnover of 8000000 GBP for the last 2 years in the business area covered by the contract.
Tenderers are expected to be Standard & Poor's (or equivalent agency A M Best or Moodys) rated A- or better.
Tenderers must have the following insurances in place
Employer’s (Compulsory) Liability Insurance = 5million GBP in respect of any one event
Public Liability Insurance 5million GBP in respect of any one event
Professional Indemnity Insurance 5million GBP in the aggregate
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers 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.
Minimum level(s) of standards possibly required
Unsatisfactory experience will result in exclusion from the tender process.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
To allow sufficient time to notify affected customers
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
Originally published as:
Date
19 September 2023
Local time
5:00pm
Changed to:
Date
28 September 2023
Local time
5:00pm
See the change notice.
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
20 September 2023
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published:
2025 if option to extend is not utilised
six.3) Additional information
Quality Management Procedures
The Tenderer 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.
Health and Safety Procedures
The Tenderer 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.
The Tenderer must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a documented policy regarding environmental management.
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=740112.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the
Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
dont envisage being a requirement
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
To ensure premiums secured are competitive
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=729945.
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.
(SC Ref:729945)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
11 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom