Opportunity

UK Export Finance Political and Credit Risk Insurance Services Framework

  • Department for International Trade, UK Export Finance

F02: Contract notice

Notice reference: 2022/S 000-011813

Published 6 May 2022, 11:37am



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

Email

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