Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Wheatley Housing Group Limited
25 Cochrane Street
Glasgow
G1 1HL
UK
Contact person: Julieth Ani
Telephone: +44 8004797979
E-mail: procurement@wheatley-group.com
NUTS: UKM82
Internet address(es)
Main address: http://www.wheatley-group.com
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306
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:
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/
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
Corporate Insurances: Property Stock and Combined Liability
Reference number: PR0066 and PR0067
II.1.2) Main CPV code
66510000
II.1.3) Type of contract
Services
II.1.4) Short description
Wheatley Housing Group wishes to place a programme of insurance in relation to property stock and combined liability. Full details are
included within the Tender Documentation.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Provision of Property Stock Insurance services - PR0066
II.2.2) Additional CPV code(s)
66515200
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Wheatley Housing Group wishes to place a programme of insurance in relation to property stock and combined liability. Full details are
included within the Tender Documentation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2026
End:
31/03/2029
This contract is subject to renewal: Yes
Description of renewals:
Annual
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:
Yes
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
Lot No: 2
II.2.1) Title
Provision of Combined Liability Insurance Services - PR0067
II.2.2) Additional CPV code(s)
66516000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Public and employers liability, that may also include Property Owners Liability.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2026
End:
31/03/2029
This contract is subject to renewal: Yes
Description of renewals:
Annual
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:
Yes
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
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:
Insurers authorised under the Financial Services Act 2012 and regulated by the Financial Conduct Authority or an insurance company
authorised in another member state and the European Economic Area. Potential suppliers may be requested to provide a summary and
overview of services provided to the social housing sector over the past 3 years and details of up to 10 clients receiving similar services.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders must be authorised by the FCA or EU equivalent.
Bodders must at all times hold minimum required credit rating by an independent and reputable credit rating agency like AM Best or Standard and Poor
Bidders must at all times, hold relevant classes of insurance as listed below and at the minimum cover level specified
Minimum level(s) of standards required:
The financial ability to deliver the programme, including insurers with a minimum Rating of ‘BBB’ from Standard and Poor, ‘B++’ from A M Best, or an equivalent rating by an independent and reputable credit rating agency
Insurance Levels
Employer’s (Compulsory) Liability Insurance = GBP5,000,000 (five million pounds sterling) for each and every event with the number of events unlimited.
Public Liability Insurance = GBP5,000,000 (five million pounds sterling) for each and every event, limited in the aggregate in the Policy period.
Professional Indemnity Insurance = GBP2,000,000 (two million pounds sterling) for each and every event with the number of events unlimited.
Product Liability Insurance = GBP5,000,000 (five million pounds sterling) for each and every event, limited in the aggregate in the Policy period.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
III.2.2) Contract performance conditions
Insurers authorised under the Financial Services Act 2012 and regulated by the Financial Conduct Authority or an insurance company
authorised in another member state of the European Union.
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:
05/12/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
05/12/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
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/
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=813349.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Community benefits/Social Values are included in this requirement.
For more information, see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement
https://www.publiccontractsscotland.gov.uk/
(SC Ref:813349)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=813349
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Calton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
24/10/2025