Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Tenant Contents Insurance

  • First published: 10 August 2023
  • Last modified: 10 August 2023
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03ee21
Published by:
The Wheatley Housing Group Limited
Authority ID:
AA80392
Publication date:
10 August 2023
Deadline date:
19 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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")

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

UK

Telephone: +44 7801966989

E-mail: uk.gallagherhousing.tenders@ajg.com

NUTS: UK

Internet address(es)

Main address: https://www.wheatley-group.com

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30353

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Tenant Contents Insurance

II.1.2) Main CPV code

66510000

 

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

66000000

66515000

II.2.3) Place of performance

NUTS code:

UKM

II.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")

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 35%

Cost criterion: Cost / Weighting: 65%

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.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 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

III.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 required:

Unsatisfactory experience will result in exclusion from the tender process.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure - Accelerated procedure

Justification:

To allow sufficient time to notify affected customers

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/09/2023

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 20/09/2023

Local time: 09:00

Section VI: Complementary information

VI.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

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

11 Carlton Place

Glasgow

G5 9DA

UK

Internet address(es)

URL: https://www.ajg.com/uk/

VI.5) Date of dispatch of this notice

09/08/2023

Coding

Commodity categories

ID Title Parent category
66515000 Damage or loss insurance services Insurance services
66000000 Financial and insurance services Finance and Related Services
66510000 Insurance services Insurance and pension services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
uk.gallagherhousing.tenders@ajg.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.