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