Section one: Contracting authority
one.1) Name and addresses
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road, Fitzrovia
London
W1T 7NZ
Contact
Mike Kilner
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
04784719
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43385&B=LUPC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43385&B=LUPC
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
LUPC Personal Accident & Travel Insurance
Reference number
INS5074 LU
two.1.2) Main CPV code
- 66510000 - Insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
Purchase of Personal Accident and Travel insurance Services for the London Universities Purchasing Consortium (excluding Insurance Broking Services).
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66512000 - Accident and health insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Southern England including London, East and West Midlands.
two.2.4) Description of the procurement
London Universities Purchasing Consortium (LUPC), a company limited by guarantee, is undertaking this tendering process in accordance with the Open Procedure requirements of the Public Contracts Regulation 2015 for and on behalf of the Insurance Group (IG), a group of around 35 participating institutions, principally made up of members of LUPC - https://www.lupc.ac.uk/members/our-members together with a number of SUPC institutions (http://www.supc.ac.uk/our-members/) and one NWUPC institution (https://www.nwupc.ac.uk/our-members). It is also possible that at some point within the lifetime of the agreement it may be used by Members (full and associate) of the NEUPC (http://www.neupc.ac.uk/who-are-our-members).
The appointed provider(s) will commence service 1 May 2022 and arrange the provision of Personal Accident and Travel Insurance on behalf of the IG.
The initial length of this non-framework contract is three years and three months (first period of insurance to 31 July 2023) with the option to extend two further years subject to satisfactory performance.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2022
End date
31 July 2027
This contract is subject to renewal
Yes
Description of renewals
Contract is for three years and three months, with the option to extend a further two years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
This tender is open only to insurance companies and Managing General Agents regulated by the Financial Conduct Authority and Market Act 2000, Insurance Companies Act 1982 and any other statutory modifications thereof. Insurance companies and MGA’s may provide terms through an intermediary/broker.
For the avoidance of doubt this competition does not include a requirement for insurance broking services and placement of coverage will be by Gallagher with the bidding Insurers/MGA and not via the introducing intermediary.
Evaluation will be undertaken as referred to within the ITT document.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Applicants are requested to provide with their letter of application details of their financial standing, including confirmation of company registration number and the company address.
Applicants may be asked for further information if the Authority feels it is necessary.
The financial assessment will be based upon a credit check and review of the supplied accounts in relation to the value of business for the Lot applied for.
Minimum level(s) of standards possibly required:
All bidders should hold a S&P rating of A minus, or equivalent, as a minimum.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Service providers shall be authorised to write the class of insurance listed subject to English law and jurisdiction of English Courts.
Experience of providing insurance for similar organisations.
Willing to be vetted, and as set out in detail in the tender documents.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Financial Services and Market Act 2000, Insurance Companies Act 1982 and other statutory modifications thereof, and associated obligations of the Financial Conduct Authority.
Insurers must be authorised to carry out business in the relevant class of insurance listed in II.2.4.
This competition does not include a requirement for insurance broking services. Bids from insurance brokers (or equivalent organisations) are permitted but only where they are accompanied with a letter of agreement, or similar/equivalent indication of authority from the insurer(s) they are operating on behalf of. Such indication must be signed by an authorised representative of each insurer and confirm that the broker (or other organisation) has due authority to respond on behalf of the insurer(s). Insurers are not permitted to submit multiple bids, for example, direct and via a broker.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 March 2022
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 March 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 60 months from this publication
six.3) Additional information
LUPC IG: Birkbeck, University of London / Brunel University London / City, University of London / De Montfort University / Goldsmiths, University of London / Imperial College of Science, Technology and Medicine / King's College London / London Academy of Music and Dramatic Art (LAMDA) / London Metropolitan University / London School of Economics / London South Bank University / Middlesex University / Natural History Museum / Queen Mary University of London / Royal College of Music / Royal Holloway, University of London / SOAS, University of London / Solent University / The Courtauld Institute of Art / The Royal College of Surgeons of England / The Royal Veterinary College / The University of Buckingham / Trinity Laban Conservatoire of Music & Dance / University College London / University of East London / University of Hertfordshire / University of London, Senate House / University of Portsmouth / University of Reading / University of Roehampton / University of Southampton / University of Surrey / University of West London / University of Westminster / University of Wolverhampton
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road, Fitzrovia
London
W1T 7NZ
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any appeals should be promptly brought to the attention of the contracting authority by emailing the named contact in Section I.1 above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescale specified by the applicable law, including, without limitation, the Public Contract Regulations 2015. In accordance with such Regulations, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on the award of contract is communicated to tenderers.
six.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom