Section one: Contracting authority
one.1) Name and addresses
North Western Universities Purchasing Consortium
Salford Innovation Forum, Room 210, 51 Frederick Road
Salford
M6 6FP
Contact
Sarah Dye
Telephone
+44 1612348016
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
04045190
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080
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=89289&B=NWUPC
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=89289&B=NWUPC
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Sub-central contracting authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Pension Scheme (Defined Contribution) and Employee Benefits
Reference number
PFB3038NW
two.1.2) Main CPV code
- 66520000 - Pension services
two.1.3) Type of contract
Services
two.1.4) Short description
NWUPC in conjunction with UCEA has a requirement to establish a Framework Agreement for the provision of a Defined Contribution Master Trust Pension Scheme and Employee Benefits including Group Life Assurance, Group Income Protection and the provision of a customisable benefits platform for the management of employee benefits through a single centralised portal. NWUPC is establishing the Framework Agreement as a central purchasing body for itself and its Members (Other Contracting Bodies (OCB)). NWUPC is managing this procurement process in accordance with the Public Contracts Regulations 2015 (the “Regulations”) on behalf of members of APUC, HEPCW, LUPC, NEUPC, NWUPC and SUPC.
The Framework Agreement will be split into three lots as follows:
Lot 1 – Defined Contribution Pension Scheme (Master Trust)
Lot 2 – Group Life Assurance & Group Income Protection
Lot 3 – Flexible Benefits Platform
two.1.5) Estimated total value
Value excluding VAT: £19,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1- Pension Scheme (Defined Contribution) Master Trust
Lot No
1
two.2.2) Additional CPV code(s)
- 66131100 - Pension investment services
- 66141000 - Pension fund management services
- 66522000 - Group pension services
- 66523100 - Pension fund administration services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
NWUPC is seeking to set up a section in a pre-existing authorised master trust as a tailored solution for Member Institutions of the participating consortia that can be used to meet (or exceed) automatic enrolment requirements as a minimum, to be available for H2 2025 eligibility. The scheme will be available to Member Institutions to enrol staff as defined by each Employer into the DC arrangement. This may include staff employed by the Member Institution or through a wholly owned subsidiary across both academic and academic-related posts and/or professional services. This may include new employees only or existing employees. The new DC arrangement could also be made available to staff in existing Defined Benefit schemes should they choose to opt-out of the existing scheme subject to the rules and regulations of the DB scheme.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 85.00%
Price - Weighting: 15.00%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2025
End date
30 April 2032
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st May 2025 for an initial period of five years until 30th April 2030 with the option to extend the Agreement for two years until 30th April 2032 subject to satisfactory Economic Operator performance.
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
two.2) Description
two.2.1) Title
Lot 2- Group Life Assurance & Group Income Protection
Lot No
2
two.2.2) Additional CPV code(s)
- 66510000 - Insurance services
- 66511000 - Life insurance services
- 66512000 - Accident and health insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The provision of Group Life Assurance and Group Income Protection to staff of participating consortia Member Institutions as an employee benefit. It will be at the discretion of the Member Institution which of the available policies they elect to take-up. This lot does not include a requirement for any insurance broking services.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 75.00%
Price - Weighting: 25.00%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2025
End date
30 April 2032
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st May 2025 for an initial period of five years until 30th April 2030 with the option to extend the Agreement for two years until 30th April 2032 subject to satisfactory Economic Operator performance.
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
two.2) Description
two.2.1) Title
Lot 3- Flexible Benefits Platform
Lot No
3
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 75310000 - Benefit services
- 79900000 - Miscellaneous business and business-related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The provision of a largely off the shelf flexible benefits platform for the management of employee benefits through a single centralised online platform that is customisable to the requirements of the participating consortia member institutions. The platform will offer a range of benefits that shall be available to employees who meet any relevant qualifying criteria established by the member institution. This will cover employees across the UK and may include employees overseas. The platform must be configurable and facilitate the incorporation of existing employee benefits and offer access to benefits from reputable providers. This lot covers the provision of all software and any associated licensing. Potential Services include, but are not limited to system implementation and migration, and professional services around the range of benefits the member institution may seek to make available to employees.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 70.00%
Price - Weighting: 30.00%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2025
End date
30 April 2032
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st May 2025 for an initial period of five years until 30th April 2030 with the option to extend the Agreement for two years until 30th April 2032 subject to satisfactory Economic Operator performance.
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
See section VI Additional Information
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-035563
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2025
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 March 2025
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This framework agreement is offered on behalf of the UK Higher and Further Education Sector. The sector currently has access to a variety of Defined Benefit schemes and some institutions have existing DC Scheme provision. Engagement with the sector in scoping the agreement indicated interest in a centrally procured solution from 50 institutions. 10 have an immediate requirement to implement this within the first 12 months. The other interested institutions indicated varying degrees of readiness to implement the scheme throughout the stated duration of the agreement. Participating institutions are seeking value for money through a centralised procurement which leverages economies of scale. This is best achieved through a contract duration that facilitates scheme participation by all interested institutions, maximising assets and offering stability to the appointed provider to deliver competitive rates for the sector. The agreement duration recognises this and the lengthy governance and implementation processes that accompany the implementation of a DC Scheme in the sector. Lots 2 and 3 are complementary provisions to support the implementation of a Defined Contribution scheme within the sector and, as such, should be co-terminus. As value for money is a driver of the procurement, the Authority reserves the right to review the competitiveness of the scheme in any decision to extend.
The following organisations have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award. As such, the members and their wholly owned subsidiaries of the following Consortia may wish to utilise the Agreement and should have access at any point:
NWUPC https://www.nwupc.ac.uk/our-members
APUC http://www.apuc-scot.ac.uk/#!/members
HEPCW https://www.hepcw.ac.uk/members/
LUPC https://www.lupc.ac.uk/member-list
NEUPC http://www.neupc.ac.uk/our-members
SUPC https://www.supc.ac.uk/about-us/our-members/our-members
At some point during the life of the Framework Agreement, higher education providers registered by the Office for Students at the following link (OfS Register) may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place.
The following individual Organisation (not its individual members) is also eligible to join the Framework Agreement:
Universities and Colleges Employers Association http://www.ucea.ac.uk/
six.4) Procedures for review
six.4.1) Review body
NWUPC Ltd
Salford
M6 6FP
Country
United Kingdom