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

Loss Adjusting Services

  • First published: 07 July 2025
  • Last modified: 07 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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)

Contents

Summary

OCID:
ocds-h6vhtk-0554d2
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
07 July 2025
Deadline date:
29 July 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
66000000 Financial and insurance services Finance and Related Services
66518300 Insurance claims adjustment services Insurance brokerage and agency services
66510000 Insurance services Insurance and pension services
66519500 Loss adjustment services Engineering, auxiliary, average, loss, actuarial and salvage insurance 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:
nicole.sherry@edinburgh.gov.uk
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.