Award

Insurance Broker Services

GLASGOW CITY COUNCIL

This public procurement record has 3 releases in its history.

Award

03 May 2023 at 13:54

TenderUpdate

19 Dec 2022 at 08:52

Tender

16 Dec 2022 at 12:39

Summary of the contracting process

The Glasgow City Council is seeking an Insurance Broker to commercially procure, place, and negotiate terms of cover within the insurance market. The estimated contract value ranges from 48m to 56m GBP including a broker fee of 700k GBP. The procurement method is an open procedure, with the tender conducted via the Public Contracts Scotland portal. The tender has a submission deadline of January 23, 2023, and the contract was signed on March 28, 2023.

This tender for Insurance Broker Services by Glasgow City Council presents growth opportunities for businesses in the insurance brokerage services industry. Companies with expertise in insurance services, financial management, and risk assessment are well-suited to compete. The active status of the contract and the substantial estimated value provide a lucrative prospect for businesses looking to expand their portfolio in the public procurement sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Insurance Broker Services

Notice Description

The Council is seeking an Insurance Broker to commercially procure, place and negotiate terms of cover, premiums and related matters within the insurance market on the Council's behalf. The Broker will also be responsible for liaising with insurers, claims handlers and loss adjusters, developing current systems to produce certificates of insurance, premium invoices, providing advice, guidance and support to the Council and their Arms Length Organisations (ALEO's) and all other associated activities. The estimated contract value includes the broker fee and total policy value. The broker fee is estimated at 700k for the duration of the contract including extensions. The total policy value is estimated to be between 48m and 56m for the duration of the contract including extensions. The range reflects variations in policy requirements and coverage that may occur. The procurement will be undertaken via the Public Contracts Scotland - Tender portal (PCS-T). Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this Contract Notice when completing the SPD in PCS-T.

Lot Information

Lot 1

The Council is seeking an Insurance Broker to commercially procure, place and negotiate terms of cover, premiums and related matters within the insurance market on the Council's behalf. The Broker will also be responsible for liaising with insurers, claims handlers and loss adjusters, developing current systems to produce certificates of insurance, premium invoices, providing advice, guidance and support to the Council and their Arms Length Organisations (ALEO's) and all other associated activities. The Broker will be required to assess, recommend and place all classes of insurance as needed as well as providing professional advice and guidance on risk management and other related areas. The supplier will act as a broker on behalf of the Council, their client. The estimated contract value includes the broker fee and total policy value. The broker fee is estimated at 700k for the duration of the contract including extensions. The total policy value is estimated to be between 48m and 56m for the duration of the contract including extensions. The range reflects variations in policy requirements and coverage that may occur. 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.

Renewal: The contract duration is for 2 years with the option to extend for a period of 2 years and subsequent 3 years (7 years in total)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0391ec
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012678-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66510000 - Insurance services

66518100 - Insurance brokerage services

Notice Value(s)

Tender Value
£56,700,000 £10M-£100M
Lots Value
£56,700,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£56,560,000 £10M-£100M

Notice Dates

Publication Date
3 May 20232 years ago
Submission Deadline
23 Jan 2023Expired
Future Notice Date
Not specified
Award Date
27 Mar 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
The contract duration is for 2 years with an option to extend for a further period of 2 years and a subsequent period of 3 years

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Laura Moffat
Contact Email
laura.moffat2@glasgow.gov.uk
Contact Phone
+44 1412876410

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
1
Supplier Name

WILLIS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0391ec-2023-05-03T14:54:01+01:00",
    "date": "2023-05-03T14:54:01+01:00",
    "ocid": "ocds-h6vhtk-0391ec",
    "description": "(SC Ref:722258)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC005513CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Insurance Broker Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "66518100",
            "description": "Insurance brokerage services"
        },
        "mainProcurementCategory": "services",
        "description": "The Council is seeking an Insurance Broker to commercially procure, place and negotiate terms of cover, premiums and related matters within the insurance market on the Council's behalf. The Broker will also be responsible for liaising with insurers, claims handlers and loss adjusters, developing current systems to produce certificates of insurance, premium invoices, providing advice, guidance and support to the Council and their Arms Length Organisations (ALEO's) and all other associated activities. The estimated contract value includes the broker fee and total policy value. The broker fee is estimated at 700k for the duration of the contract including extensions. The total policy value is estimated to be between 48m and 56m for the duration of the contract including extensions. The range reflects variations in policy requirements and coverage that may occur. The procurement will be undertaken via the Public Contracts Scotland - Tender portal (PCS-T). Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this Contract Notice when completing the SPD in PCS-T.",
        "value": {
            "amount": 56700000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council is seeking an Insurance Broker to commercially procure, place and negotiate terms of cover, premiums and related matters within the insurance market on the Council's behalf. The Broker will also be responsible for liaising with insurers, claims handlers and loss adjusters, developing current systems to produce certificates of insurance, premium invoices, providing advice, guidance and support to the Council and their Arms Length Organisations (ALEO's) and all other associated activities. The Broker will be required to assess, recommend and place all classes of insurance as needed as well as providing professional advice and guidance on risk management and other related areas. The supplier will act as a broker on behalf of the Council, their client. The estimated contract value includes the broker fee and total policy value. The broker fee is estimated at 700k for the duration of the contract including extensions. The total policy value is estimated to be between 48m and 56m for the duration of the contract including extensions. The range reflects variations in policy requirements and coverage that may occur. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Mobilisation & Service Commencement",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Methodology",
                            "type": "quality",
                            "description": "16"
                        },
                        {
                            "name": "Team & Account Management",
                            "type": "quality",
                            "description": "18"
                        },
                        {
                            "name": "Risk Management",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Added Value & Training",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Continuous Improvement",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 56700000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract duration is for 2 years with the option to extend for a period of 2 years and subsequent 3 years (7 years in total)"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66510000",
                        "description": "Insurance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Insurance and other Financial Requirements - Please refer to the ITT document Minimum level(s) standards required; Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance = 5 million GBP Professional Indemnity Insurance = 1 million GBP Bidders must comply with the undernoted financial requirements in order to participate further in the tendering process: - There is a minimum financial requirement that affects trading performance, balance sheet strength and current liquidity Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. Trading Performance An overall positive outcome on pre tax profits over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover. Balance Sheet Strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities If a Bidder is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with. A Bidder should have no outstanding issues, with regard to statutory filing requirements with Companies House. Bidders who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House, the council will take that into account in determining financial suitability for the contract. The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements. The council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders must be registered with the Financial Conduct Authority (FCA) Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in this Contract Notice and as further detailed in the Invitation to Tender. Bidders must provide a detailed response to questions 4C1.2 of the Scottish Procurement Document (SPD) noted in the Qualification Envelope of the PCS-T system and as detailed below; Please provide 2 relevant examples, broadly similar in scale and complexity, of services carried out during the last 3 years as specified in the Contract Notice. Examples from both public and/or private sector customers and clients may be provided The examples should highlight all relevant and applicable skills, expertise and capacity to deliver the scope of requirements. Your examples should include but are not limited to the following details; Customer name, value of contract and start and end dates and Brief description of services provided Additionally, the examples should highlight experience that demonstrates; - Capability and expertise in accessing all market providers and in assessing and arranging all types/classes of insurance Please also detail any management agents used in the delivery of these services and their role Each example is worth 50%. A minimum pass mark of 60% out of 100% is required in total for these two examples. Any Bidder who fails to achieve the minimum pass mark for this element will be excluded at this stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Please see the Invitation to Tender uploaded in the Suppliers Attachment Area of PCS-T for full details of the performance measurement and monitoring plans for this contract.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-01-23T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2023-01-23T12:00:00Z"
        },
        "bidOpening": {
            "date": "2023-01-23T12:00:00Z"
        },
        "hasRecurrence": true,
        "reviewDetails": "Glasgow City council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent. When sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court of the Court of Session where a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "recurrence": {
            "description": "The contract duration is for 2 years with an option to extend for a further period of 2 years and a subsequent period of 3 years"
        },
        "amendments": [
            {
                "id": "1",
                "description": "Participating entities Section I.2 currently indicates that the 'The contract is awarded by a central purchasing body'. This should have highlighted that 'This contract involves joint procurement'. The additional entities noted below are also included in this procurement and should have been noted in Section I.1; City Building (Contracts) LLP, City Building (Glasgow) LLP, City Property (Glasgow) LLP, City Property Glasgow (Investments) LLP, City Property Glasgow (Operations SL1) LLP, City Property Glasgow (Operations SL2) LLP and City Property Glasgow (Operations SL) Ltd."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-203",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Laura Moffat",
                "telephone": "+44 1412876410",
                "email": "laura.moffat2@glasgow.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-9474",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G2 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "telephone": "+44 1414298888"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            }
        },
        {
            "id": "GB-FTS-81827",
            "name": "Willis Limited",
            "identifier": {
                "legalName": "Willis Limited"
            },
            "address": {
                "streetAddress": "51 Lime Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC3M 7DQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-203",
        "name": "Glasgow City Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000709748"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "012678-2023-GCC005513CPU-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-81827",
                    "name": "Willis Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "012678-2023-GCC005513CPU-1",
            "awardID": "012678-2023-GCC005513CPU-1",
            "status": "active",
            "value": {
                "amount": 56560000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-28T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}