Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 01924664685
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
one.1) Name and addresses
ESPO
Barnsdale Way
Enderby, Leicester
LE19 1ES
Country
United Kingdom
Region code
UKF21 - Leicester
Internet address(es)
Main address
one.1) Name and addresses
NEPO
Norther Design Centre, Abbots Hill
Gateshead
NE8 3DF
Country
United Kingdom
Region code
UKC22 - Tyneside
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves 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://procontract.due-north.com/register?ReadForm
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/register?ReadForm
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
YPO - 001160 - Insurance brokerage and associated services II
Reference number
001160
two.1.2) Main CPV code
- 66000000 - Financial and insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the supply of insurance brokerage service provision and associated services for use across the whole Public Sectors. This Framework is designed to meet the needs of YPO and Other Contracting Authorities by establishing an agreement where the end Customer will place the order with the Provider and the Provider delivered direct to the end Customer.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66518000 - Insurance brokerage and agency services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Framework is for the supply of Insurance Brokerage provision and Associated Services to allow a Contracting Authority to appoint one chosen Insurance Broker as their representative on matters relating to insurance.
This opportunity relates to the provision of insurance brokerage and associated services which includes but is not limited to:
- the provision of advice and recommendation on a range of insurance covers
- the design or assistance with the design of insurance programme;
- the procurement or assistance in the procurement of the required insurance covers and the completion of the insurance placement; and
- the provision of consultancy on a wide range of associated services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Social Value/Sustainability / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 July 2023
End date
4 July 2027
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
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
Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the Tender Documentation/Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘Communication’ section of this notice.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the Framework Agreement Terms and Conditions located in our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘Communication’ Section in this notice.
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
15 May 2023
Local time
2:00pm
Changed to:
Date
17 May 2023
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 May 2023
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: There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
six.3) Additional information
YPO are purchasing on behalf of other contracting authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/permissible-users
https://www.nepo.org/associate-membership/permissible-users
https://www.espo.org/faqs-about-espo
YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom