Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
E-mail: nicole.sherry@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Loss Adjusting Services
Reference number: CT1570
II.1.2) Main CPV code
66519500
II.1.3) Type of contract
Services
II.1.4) Short description
The City of Edinburgh Council (the Council) is seeking a contract for Loss Adjusting Services for its Operational Property and Leased Property insurance cover. This requirement will also cover Edinburgh Trams' policies for Property Damage and Business Interruption.
II.1.5) Estimated total value
Value excluding VAT:
210 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
66519500
66000000
66510000
66518300
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh.
II.2.4) Description of the procurement
The City of Edinburgh Council’s (the Council’s) Insurance Team has a requirement for Loss Adjusting Services for its Operational Property and leased Property Insurance cover. The requirement will also cover Edinburgh Trams policies for Property Damage and Business Interruption.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
This Contract will run for a period of four years with the option to extend for up to a further three years (4+2+1), undertaken at the sole discretion of the Council.
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
Please see tender documentation for further information.
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:
It is a mandatory requirement that tenderers are on an approved Public Sector Insurers list. Please note that tenderers who fail to answer “Yes” to this question will not have their tender considered further or proceed to the price/quality ratio calculation. Please also confirm which Public Sector insurers that you work with.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
This section refers to section B of Part IV of the SPD (Scotland).
Minimum level(s) of standards required:
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of GBP 60,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:
- Current ratio for Current Year
- Current ratio for Prior Year
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- Employers (Compulsory) Liability Insurance - GBP 5 million
- Public Liability Insurance - GBP 5 million
- Professional Indemnity - GBP 5 million
- Motor insurance to cover transport to and from incidents
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
This refers to section C and D and Part IV of the SPD (Scotland).
Minimum level(s) of standards required:
Part IV: Selection criteria – C: Technical and Professional Ability – Question 4C1.2 - It is essential that Providers have relevant experience in handling claims involving light rail, specifically trams as this forms a key part of the contract. Losses over the past 5 years have included both property damage and liability claims. Please provide one example of a similar contract your organisation has delivered to demonstrate experience loss adjusting claims in relation to trams within the last three years. Your response should include:
- Full detail of the type, complexity and value of claim/s handled
- Information on your technical ability to deliver this requirement
- How your organisation’s experience will assist in delivering the Council’s requirement
Your response should not exceed 1000 words (no CVs are required).
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please see tender documentation.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/07/2025
Local time: 12:00
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:
29/07/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
It is envisaged that this contract opportunity will be advertised in the first quarter of 2029 if the extension options are not undertaken, otherwise in the first quarter of 2031.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please see the attached tender documentation for additional information.
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=800163.
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.
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:
Please see document entitled 'CT1570 Community Benefits Guidance'.
(SC Ref:800163)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=800163
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
27/06/2025