Contract notice
Section I: Contracting
authority
I.1) Name and addresses
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
UK
Contact person: Ola McIntyre
Telephone: +44 1314428930
E-mail: omcintyre@apuc-scot.ac.uk
NUTS: UKM77
Internet address(es)
Main address: http://www.apuc-scot.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
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.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Insurance, Brokerage and Associated Risk Management Framework Agreement
Reference number: PFB1043 AP
II.1.2) Main CPV code
66510000
II.1.3) Type of contract
Services
II.1.4) Short description
APUC is seeking Contractor(s) for Insurance, Brokerage and Associated Risk Management Services Framework Agreement, which will provide the Scottish universities and colleges and other participating bodies, with a mechanism to procure insurance services, brokerage services and related risk management services.
Other participating bodies include:
- Highlands and Islands Enterprise
- National Records Scotland
- Royal Botanic Gardens
- Social Care & Social Work Improvement Services known as the Care Inspectorate
- Skills Development Scotland
- The Scottish Parliamentary Corporate Body.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
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
Insurance Services
II.2.2) Additional CPV code(s)
66510000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Full range of insurance services provision for the main insurance covers including, but not limited to:
- Pre-contract discussion
- Risk assessment and evaluation
- Negotiation of premiums and covers
- Provision of insurance summary reports
- Claims Management
- Regular reviews
- Insurance and risk management advice and guidance
- Risk portfolio management.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70%
Price
/ Weighting:
30%
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 Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.
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:
Yes
Lot No: 2
II.2.1) Title
Brokerage Services
II.2.2) Additional CPV code(s)
66518100
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Provision of insurance brokerage services including, but not limited to:
- Insurance consultancy and advice
- Data collection and preparation of underwriting reports
- Access to the insurance market
- Insurance placement and premium collection
- Claims handling support
- Risk review
- Tendering support.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70%
Price
/ Weighting:
30%
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 Authority reserves the right to extend the Framework Agreement for a further 12-month period subject to satisfactory performance and continued Institutions requirements.
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:
Yes
Lot No: 3
II.2.1) Title
Insurance and Risk Management Associated Services
II.2.2) Additional CPV code(s)
66517300
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Provision of related insurance and risk management associated services, not already included in the insurance proposition in the other lots, including, but not limited to:
- Advice and guidance on insurance requirements in procurement exercises
- Advice and guidance on liability limitations in terms and conditions
- Insurance and risk training provision to non-insurance specialists
- Business continuity planning consultancy
- Risk management consultancy.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70%
Price
/ Weighting:
30%
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 Authority reserves the right to extend the Framework Agreement for a further 12-month period subject to satisfactory performance and continued Institutions requirements.
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:
Yes
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:
With reference to question 4A.2 of the SPD in the qualification questionnaire, bidders must confirm that they are authorised and regulated by the UK Prudential Regulation Authority or Financial Conduct Authority.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Please refer to the “Qualification Envelope” of the ITT within PCS-T to answer the selection criteria.
Please refer to Part IV Selection Criteria: Questions within 4B.5 of the SPD
Tenderers must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = GBP 5 Million
Public Liability Insurance = GBP 5 Million
Professional Risk Indemnity Insurance = GBP 1 Million
With reference to SPD question 4B.6 - The successful Contractor(s) will be required to provide two years audited accounts, or equivalent if awarded a place on the Framework Agreement. Alternatively, if the Contractor is unable to provide the required accounting information e.g. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement. The two years audited accounts, or equivalent will be subject to ratio analysis.
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Submission of Management Information Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period. Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: http://ucsp.ac.uk/
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
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:
24/10/2024
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/10/2024
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
July 2028
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Suppliers should confirm they will be in a position to complete (at point of award) the following:
Appendix A Form of Tender
Appendix B Freedom of Information
Appendix D APUC Sustain Supply Chain Code of Conduct
Appendix J SCM RP Section 1
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27145. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
It is a requirement that the range of services to be delivered under this framework agreement will be delivered by each of the main contractors.
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:
Bidders will be asked to offer added value activities including, but not limited to, providing support and assistance to build resilience in the Institutions local community (providing services, guidance and/or assistance to communities local to Institutions on matters related to the management of risks).
(SC Ref:773100)
VI.4) Procedures for review
VI.4.1) Review body
Stirling Sheriff Court and Justice of the Peace Court
Sheriff Court House,
Stirling
Fk8 1NH
UK
Telephone: +44 01786462191
E-mail: stirling@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
12/09/2024