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