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

Insurance and Related Services 2021

  • First published: 20 November 2020
  • Last modified: 20 November 2020
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Kingdom Housing Association Limited
Authority ID:
AA79166
Publication date:
20 November 2020
Deadline date:
17 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of the Contract includes the provision of insurance cover, brokerage services (where applicable), professional advice, claims management and loss control services for property, legal liabilities, engineering insurance and inspection and other general(non-life) insurances as required by Kingdom for a period of 3 years commencing 1 April 2021, with the option to extend by up to a further 2 years at Kingdom's sole discretion. The contract is not divided into lots so bidders are required to bid for the entire scope of services. Bids are invited from suitably qualified and experienced insurance brokers and direct insurers. The Contract will follow the two-stage Restricted Procedure with bidders being selected on the basis of the responses contained in the pre-qualifying ESPD. Bidders will be expected have the capability, capacity, financial and economic standing and experience to perform the contract. ESPDs must be completed in full with all relevant information supplied. The Contract will be awarded on the basis of Most Economically Advantageous Tender, with specific evaluation criteria detailed within the ITT and contract documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kingdom Housing Association Limited

Saltire Centre, Pentland Court

Glenrothes

KY6 2DA

UK

Contact person: Our Consultant - Maureen Batten

Telephone: +44 1592631661

E-mail: maureenmbatten@gmail.com

NUTS: UKM72

Internet address(es)

Main address: http://www.kingdomhousing.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12982

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

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

Insurance and Related Services 2021

II.1.2) Main CPV code

66510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Contract is for the provision of general insurance and related services, including claims handling, loss control services and general programme maintenance and advice as required by Kingdom Group commencing 1 April 2021. A full Summary of Current Cover will be provided with the Invitation to Tender to selected bidders. Bids are invited from suitably qualified insurance brokers

And direct providers for the entire scope of services. The procurement will follow the two-stage Restricted Procedure with a pre-qualifying stage based on ESPDs and bidders will be selected on the basis of their capability, capacity and experience to perform the contract.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

66512100

66513000

66513200

66514110

66515000

66515100

66515300

66515410

66516000

66516100

66516400

66515200

66518100

66519200

66513100

66515411

II.2.3) Place of performance

NUTS code:

UKM72


Main site or place of performance:

Fife, Scotland.

II.2.4) Description of the procurement

The scope of the Contract includes the provision of insurance cover, brokerage services (where applicable), professional advice, claims management and loss control services for property, legal liabilities, engineering insurance and inspection and other general(non-life) insurances as required by Kingdom for a period of 3 years commencing 1 April 2021, with the option to extend by up to a further 2 years at Kingdom's sole discretion. The contract is not divided into lots so bidders are required to bid for the entire scope of services. Bids are invited from suitably qualified and experienced insurance brokers and direct insurers. The Contract will follow the two-stage Restricted Procedure with bidders being selected on the basis of the responses contained in the pre-qualifying ESPD. Bidders will be expected have the capability, capacity, financial and economic standing and experience to perform the contract. ESPDs must be completed in full with all relevant information supplied. The Contract will be awarded on the basis of Most Economically Advantageous Tender, with specific evaluation criteria detailed within the ITT and contract documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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:

The contract will be for an initial 3 year period with the option to extend for a further two years at Kingdom's sole discretion. Renewal will be sought at the end of the three or five year period.

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

Envisaged minimum number: 4

Objective criteria for choosing the limited number of candidates:

Number of suitably qualified and accredited bidders with appropriate economic and financial standing and technical capacity to provide the services.

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

A Summary of Kingdom's current insurances will be made available along with the Invitation to Tender. Bidders are required to submit the appropriate ESPD, completed in full in order to be considered for Stage 2 of the procurement.

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:

As a minimum, you are required to demonstrate:

1) you are an insurance broker registered with and regulated by the UK Financial Conduct Authority or an insurer authorised /and or regulated by the UK Financial Conduct Authority or Prudential Regulation Authority or equivalent in another member state of the EU indicating the types of insurance/service the bidder is authorised to arrange or provide (See question 4a of ESPD)

2) the financial ability and strength to deliver the programme (see question 4b of ESPD),

3) the governance arrangements of the bidding organisation and where part of a larger Group, the title, positioning and legal status of the bidding organisation within that Group

4) the ability to provide social landlords with a choice of insurers and/or options

5) a record of successful provision of relevant services to property owners, social housing organisations or other organisations that are similar in profile to the contracting authority (see question 4C1 of ESPD),

6) a skilled and competent service team, being client relationship management, technical staff, broking/underwriting expertise, claims managers and risk managers (see question 4C 2-6 of ESPD),

7) your commitment to delivering quality service to Kingdom, including that provided by any third party contractor employed by you or by the insurers you propose (see question 4D of ESPD)

8) your ability to demonstrate client satisfaction on at least 3 similar contracts,

9) commitment to corporate and individual professional development defined by the CII or similar professional organisation (see questions 4c&4D of ESPD).

III.1.2) Economic and financial standing

List and brief description of selection criteria:

See questions at 4B of ESPD


Minimum level(s) of standards required:

Information and formalities necessary for evaluating if requirements are met:

1) All candidates will be required to provide evidence of relevant professional indemnity insurance (minimum of GBP 5m) and Public Liability Insurance (minimum GBP 10m) and Employer's Liability Insurance GBP 10m.

2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the bidder and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.

4) all candidates will give a clear description of the bidding company's status within any larger Group, where appropriate.

4) Financial ratings of all risk carriers must be provided within Tender responses.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

See questions at 4C of ESPD.


Minimum level(s) of standards required:

1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.

2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services specified within this Contract or carrying out the work under the contract.

3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Bidders must be either an insurance broker registered with and regulated by the UK Financial Conduct Authority or an insurer authorised/and or regulated by the UK Financial Conduct Authority or Prudential Regulation Authority or equivalent in another member state of the

European Economic Area indicating the types of insurance/service the bidder is authorised to arrange or provide.

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

Restricted procedure

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: 17/12/2020

Local time: 15:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 08/01/2021

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

Tender must be valid until: 01/04/2021

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

36 or 60 months.

VI.3) Additional information

Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage.

Sufficient detail is provided within this notice and within the ESPD to enable the Bidder to decide whether to participate in this process.

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=636361.

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:636361)

VI.4) Procedures for review

VI.4.1) Review body

Kirkcaldy Sheriff Court and Justice of the Peace Court

Whytecauseway

Kirkcaldy

KY1 1XQ

UK

Telephone: +44 1592260171

Internet address(es)

URL: www.scotcourts.gov.uk

VI.5) Date of dispatch of this notice

17/11/2020

Coding

Commodity categories

ID Title Parent category
66512100 Accident insurance services Accident and health insurance services
66513200 Contractors all-risk insurance services Legal insurance and all-risk insurance services
66515000 Damage or loss insurance services Insurance services
66519200 Engineering insurance services Engineering, auxiliary, average, loss, actuarial and salvage insurance services
66515410 Financial loss insurance services Damage or loss insurance services
66515100 Fire insurance services Damage or loss insurance services
66516400 General liability insurance services Liability insurance services
66518100 Insurance brokerage services Insurance brokerage and agency services
66510000 Insurance services Insurance and pension services
66513100 Legal expenses insurance services Legal insurance and all-risk insurance services
66513000 Legal insurance and all-risk insurance services Insurance services
66516000 Liability insurance services Insurance services
66514110 Motor vehicle insurance services Freight insurance and Insurance services relating to transport
66516100 Motor vehicle liability insurance services Liability insurance services
66515411 Pecuniary loss insurance services Damage or loss insurance services
66515200 Property insurance services Damage or loss insurance services
66515300 Weather and financial loss insurance services Damage or loss 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:
maureenmbatten@gmail.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.