Contract

Provision of a Tenants Contents Insurance Scheme

  • Falkirk Council

F03: Contract award notice

Notice identifier: 2025/S 000-054480

Procurement identifier (OCID): ocds-h6vhtk-04ea5a (view related notices)

Published 8 September 2025, 8:32am



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Boulevard, Central Park

Larbert

FK5 4RU

Email

cpu@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Provision of a Tenants Contents Insurance Scheme

Reference number

FIN/026/25

two.1.2) Main CPV code

  • 66510000 - Insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

The contract is for the provision of Tenants Contents and related services, including claims handling, as required by Falkirk Council.

Bids are invited from suitably qualified insurance brokers and direct providers for the entire scope of services.

The Council is seeking to appoint an insurance supplier for the provision of Tenants Contents and related services for 5 years.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Provision of a Tenants Contents Insurance Scheme as set out within the Invitation to Tender Documents.

two.2.5) Award criteria

Quality criterion - Name: Policy Cover / Weighting: 60

Quality criterion - Name: Staffing structure / Weighting: 10

Quality criterion - Name: Service & Account Management / Weighting: 10

Quality criterion - Name: Response to Enquiries / Weighting: 10

Quality criterion - Name: Marketing / Weighting: 10

Price - Weighting: 60

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

The intention of the Council that any Contract resulting from this ITT will be for a period of five years.

The Contract will be awarded on the basis of the Most Economically Advantageous Tender with 40% of the overall evaluation score given to quality and 60% of the overall evaluation score given to price.


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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-008294


Section five. Award of contract

Contract No

FIN/026/25

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section six. Complementary information

six.3) Additional information

The intention of the Council is that any Contract resulting from this ITT will be for a period of five years.

The Contract will be awarded on the basis of the Most Economically Advantageous Tender with 40% of the overall evaluation score given to quality and 60% of the overall evaluation score given to price.

A Creditsafe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100, the Bidder may be excluded from the tender process unless suitable financial information is provided that give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed framework.

Bidders must have or commit to obtain the following insurances:Employer’s (Compulsory) Liability Insurance = 10 Million GBP

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:809531)

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace Court

Falkirk Sheriff Court and Justice of the Peace Court, Sheriff Court House, Main Street, Camelon

Falkirk

FK1 4AR

Country

United Kingdom