Section one: Contracting authority
one.1) Name and addresses
Department for International Trade, UK Export Finance
Old Admiralty Building London SW1A 2BL, 1 Horse Guards Road London SW1A 2HQ
London
corporateservices@trade.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/uk-export-finance
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uktrade.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uktrade.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UK Export Finance Political and Credit Risk Insurance Services Framework
two.1.2) Main CPV code
- 66000000 - Financial and insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
UK Export Finance (the “Authority”) has a requirement for the provision of brokerage services and contracts of insurance or re-insurance principally for political and credit risk.
The purpose of this Contract Notice is to invite potential suppliers to either:
a) tender for a Framework Agreement for insurance brokerage services in competition in accordance with the conditions set out in the Invitation to Tender on the eTendering Portal: https://uktrade.app.jaggaer.com/; or
b) tender for a place on a panel of Insurers (including Reinsurers) in accordance with the conditions set out in the Invitation to Tender on the eTendering Portal: https://uktrade.app.jaggaer.com/
The services delivery model consists of two lots:
* Lot 1 Insurance brokerage services
The Authority intends to appoint a Primary Broker and Reserve Broker
*Lot 2 Insurance panel
Appointment to the panel is restricted to those bidders which meet the stated Selection Criteria and other conditions set out in the ITT.
Affiliates of the Primary Broker will not be accepted
*Note that £250m is the maximum anticipated spend. The actual spend is expected to be between £50m and £250m depending on requirements.
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
UK Export Finance Political and Credit Risk Insurance Services (Brokerage)
Lot No
1
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The full specification is provided with the contract documents but in summary UKEF intends to put in place a Framework for the provision of services:
• Lot 1: Provision of Insurance Brokerage Services
The Authority is seeking the provision of an insurance brokering service. The Authority envisages entering into framework agreements with two brokers: a Primary Broker and Reserve Broker.
The Authority will utilise the services of the Reserve Broker in the event of a conflict of interest or suspension or termination of arrangements with the Primary Broker.
The Primary Broker shall perform the Services:
• Insurer relationship management.
• Market soundings.
• Arranging the placing of new Contracts of Insurance with Lot 2 Political and Credit Risk Insurers.
• Managing communications and endorsements relating to new Contracts of Insurance Political and Credit Risk Insurers. The typical profile of the insurance policies is (but not limited to): Political and credit risk, generally involving counterparties outside the UK; Facultative insurance policies (although the Broker may be required to arrange other forms of insurance e.g. reinsurance and treaty insurance); Sums insured typically between £10m and £500m; ; insurance tenors typically between 5 and 15 years; Transactions and Premiums typically denominated in US Dollars or Euros;
• Claims and recoveries.
Call off contracts under Lot 1 for arranging the placement of new Contracts of Insurance with Lot 2 Political and Credit Risk Insurers (c.3 per annum) will be made through the direct award procedure as detailed further in the contract documents.
• Lot 2: Insurance panel.
The Authority is seeking the provision of contracts of insurance or reinsurance. Bidders appointed to the panel will enter into Framework Agreements with the Authority. Further transactions may follow as and when required by the Authority, over the term of the Framework Agreement. The Authority will seek the provision of insurance through a Further Competition Procedure which will be led by a Lot 1 Broker.
Contracts of insurance placed under Lot 2 will be made through the further competition procedure as detailed further in the contract documents.
*Note that £250m is the maximum anticipated spend. The actual spend is expected to be between £50m and £250m depending on requirements.
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
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2 Year initial term with two one year extensions.
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
UK Export Finance Political and Credit Risk Insurance Services Framework (Insurance)
Lot No
2
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
UK Export Finance (the “Authority”) has a requirement for the provision of brokerage services and contracts of insurance or re-insurance principally for political and credit risk.
The purpose of this Contract Notice is to invite potential suppliers to either:
a) tender for a Framework Agreement for insurance brokerage services in competition in accordance with the conditions set out in the Invitation to Tender on the eTendering Portal: https://uktrade.app.jaggaer.com/; or
b) tender for a place on a panel of Insurers (including Reinsurers) in accordance with the conditions set out in the Invitation to Tender on the eTendering Portal: https://uktrade.app.jaggaer.com/
The services delivery model consists of two lots:
* Lot 1 Insurance brokerage services
The Authority intends to appoint a Primary Broker and Reserve Broker
*Lot 2 Insurance panel
Appointment to the panel is restricted to those bidders which meet the stated Selection Criteria and other conditions set out in the ITT.
Affiliates of the Primary Broker will not be accepted
*Note that £250m is the maximum anticipated spend. The actual spend is expected to be between £50m and £250m depending on requirements.
two.2.5) Award criteria
Quality criterion - Name: Qualification / Weighting: N/A
Cost criterion - Name: N/A / Weighting: N/A
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2 Year initial term with two one year extensions.
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
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
Date
6 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 June 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Government Legal Department
London
Country
United Kingdom