Opportunity

Insurance and Related Services 4

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2023/S 000-014211

Published 18 May 2023, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

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

Insurance and Related Services 4

Reference number

RM6323

two.1.2) Main CPV code

  • 66510000 - Insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS), as the Authority, intends to put in place a Pan Government Collaborative Agreement for the provision of Insurance services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all insurance and related services required by UK Central Government Departments.

Bidders are able to bid on all of the Lots. However, successful bidders will only be awarded to Lot 1 or Lot 3. Bidders should indicate which of these Lots is their preferred choice in the Selection Questionnaire Attachment 2a. If your bid is successful, we will use your selected preference to determine your award to either Lot 1 or Lot 3.

If a bidder is successful on their preferred Lot as referenced above due to being within 1% of the last position in the competition for that lot then their preferred choice in the Selection Questionnaire Attachment 2a will be the lot they are awarded.

Expected Number of Suppliers by Lot:

Lot 1 – Brokerage and Related Services = 15 suppliers

Lot 2 – Claims Handling and Related Services = 4 suppliers

Lot 3 - Insurance Service Providers and Related Services = 3 suppliers

two.1.5) Estimated total value

Value excluding VAT: £600,000,000

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: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

You have the opportunity to tender a bid for all of the Lots 1,2 and 3. However, you will not be awarded a place on both Lot 1 and Lot 3.

If your tender is successful for both of these Lots we will use your selected preference to award to either Lot 1 or Lot 3.

A tender may be awarded a maximum of 2 lots. This will be a combination of either Lot 1 & 2 or Lot 2 & 3.

two.2) Description

two.2.1) Title

Brokerage and Related Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 66510000 - Insurance services
  • 66511000 - Life insurance services
  • 66512000 - Accident and health insurance services
  • 66513000 - Legal insurance and all-risk insurance services
  • 66513100 - Legal expenses insurance services
  • 66514000 - Freight insurance and Insurance services relating to transport
  • 66514100 - Insurance related to Transport
  • 66514110 - Motor vehicle insurance services
  • 66514120 - Marine, aviation and other transport insurance services
  • 66514130 - Railway insurance services
  • 66514140 - Aircraft insurance services
  • 66514150 - Vessel insurance services
  • 66515000 - Damage or loss insurance services
  • 66515100 - Fire insurance services
  • 66515200 - Property insurance services
  • 66515300 - Weather and financial loss insurance services
  • 66515400 - Weather-related insurance services
  • 66515410 - Financial loss insurance services
  • 66515411 - Pecuniary loss insurance services
  • 66516000 - Liability insurance services
  • 66516100 - Motor vehicle liability insurance services
  • 66516200 - Aircraft liability insurance services
  • 66516300 - Vessel liability insurance services
  • 66516400 - General liability insurance services
  • 66516500 - Professional liability insurance services
  • 66517000 - Credit and surety insurance services
  • 66517300 - Risk management insurance services
  • 66518000 - Insurance brokerage and agency services
  • 66518100 - Insurance brokerage services
  • 66518200 - Insurance agency services
  • 66518300 - Insurance claims adjustment services
  • 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
  • 66519200 - Engineering insurance services
  • 66519300 - Auxiliary insurance services
  • 66519310 - Insurance consultancy services
  • 66519500 - Loss adjustment services
  • 66519600 - Actuarial services
  • 66700000 - Reinsurance services
  • 66710000 - Life reinsurance services
  • 66720000 - Accident and health reinsurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Insurance brokerage and associated services, typically including cover for the following classes of insurance: Liability, Property, Motor, Insurance and Travel. Insurance brokerage and associated services, a broad range of services a typical example will include: Assurance services, Audits, Claims Handling, Consultancy, Courtesy car and relief vehicle, Incident investigation and Loss analysis / forecasting.

Compensation claims handling and associated services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £475,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

You have the opportunity to tender a bid for all of the Lots 1, 2 and 3. However, you will not be awarded a place on both Lot 1 and Lot 3. If your tender is successful for both of these Lots we will use your selected preference to award to either Lot 1 or Lot 3.

two.2) Description

two.2.1) Title

Claims Handling and Related Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 66510000 - Insurance services
  • 66511000 - Life insurance services
  • 66512000 - Accident and health insurance services
  • 66513000 - Legal insurance and all-risk insurance services
  • 66513100 - Legal expenses insurance services
  • 66514000 - Freight insurance and Insurance services relating to transport
  • 66514100 - Insurance related to Transport
  • 66514110 - Motor vehicle insurance services
  • 66514120 - Marine, aviation and other transport insurance services
  • 66514130 - Railway insurance services
  • 66514140 - Aircraft insurance services
  • 66514150 - Vessel insurance services
  • 66515000 - Damage or loss insurance services
  • 66515100 - Fire insurance services
  • 66515200 - Property insurance services
  • 66515300 - Weather and financial loss insurance services
  • 66515400 - Weather-related insurance services
  • 66515410 - Financial loss insurance services
  • 66515411 - Pecuniary loss insurance services
  • 66516000 - Liability insurance services
  • 66516100 - Motor vehicle liability insurance services
  • 66516200 - Aircraft liability insurance services
  • 66516300 - Vessel liability insurance services
  • 66516400 - General liability insurance services
  • 66516500 - Professional liability insurance services
  • 66517000 - Credit and surety insurance services
  • 66517300 - Risk management insurance services
  • 66518000 - Insurance brokerage and agency services
  • 66518100 - Insurance brokerage services
  • 66518200 - Insurance agency services
  • 66518300 - Insurance claims adjustment services
  • 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
  • 66519200 - Engineering insurance services
  • 66519300 - Auxiliary insurance services
  • 66519310 - Insurance consultancy services
  • 66519500 - Loss adjustment services
  • 66519600 - Actuarial services
  • 66700000 - Reinsurance services
  • 66710000 - Life reinsurance services
  • 66720000 - Accident and health reinsurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Insurance brokerage and associated services, typically including cover for the following classes of insurance: Liability, Property, Motor, Insurance and Travel. Insurance brokerage and associated services, a broad range of services a typical example will include: Assurance services, Audits, Claims Handling, Consultancy, Courtesy car and relief vehicle, Incident investigation and Loss analysis / forecasting. Compensation claims handling and associated services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

You have the opportunity to tender a bid for all of the Lots 1, 2 and 3. However, you will not be awarded a place on both Lot 1 and Lot 3. If your tender is successful for both of these Lots we will use your selected preference to award to either Lot 1 or Lot 3.

two.2) Description

two.2.1) Title

Insurance Service Providers and Related Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 66510000 - Insurance services
  • 66511000 - Life insurance services
  • 66512000 - Accident and health insurance services
  • 66513000 - Legal insurance and all-risk insurance services
  • 66513100 - Legal expenses insurance services
  • 66514000 - Freight insurance and Insurance services relating to transport
  • 66514100 - Insurance related to Transport
  • 66514110 - Motor vehicle insurance services
  • 66514120 - Marine, aviation and other transport insurance services
  • 66514130 - Railway insurance services
  • 66514140 - Aircraft insurance services
  • 66514150 - Vessel insurance services
  • 66515000 - Damage or loss insurance services
  • 66515100 - Fire insurance services
  • 66515200 - Property insurance services
  • 66515300 - Weather and financial loss insurance services
  • 66515400 - Weather-related insurance services
  • 66515410 - Financial loss insurance services
  • 66515411 - Pecuniary loss insurance services
  • 66516000 - Liability insurance services
  • 66516100 - Motor vehicle liability insurance services
  • 66516200 - Aircraft liability insurance services
  • 66516300 - Vessel liability insurance services
  • 66516400 - General liability insurance services
  • 66516500 - Professional liability insurance services
  • 66517000 - Credit and surety insurance services
  • 66517300 - Risk management insurance services
  • 66518000 - Insurance brokerage and agency services
  • 66518100 - Insurance brokerage services
  • 66518200 - Insurance agency services
  • 66518300 - Insurance claims adjustment services
  • 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
  • 66519200 - Engineering insurance services
  • 66519300 - Auxiliary insurance services
  • 66519310 - Insurance consultancy services
  • 66519500 - Loss adjustment services
  • 66519600 - Actuarial services
  • 66700000 - Reinsurance services
  • 66710000 - Life reinsurance services
  • 66720000 - Accident and health reinsurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Insurance brokerage and associated services, typically including cover for the following classes (nature and quantity of insurance: Liability, Property, Motor, Insurance and Travel.

Insurance brokerage and works, supplies or services associated services, a broad range of services a typical example will include: Assurance or indication of needs and services, Audits, Claims Handling, Consultancy, Courtesy car and relief vehicle, Incident requirements) investigation and Loss analysis/forecasting. Compensation claims handling and associated services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

You have the opportunity to tender a bid for all of the Lots 1, 2 and 3. However, you will not be awarded a place on both Lot 1 and Lot 3. If your tender is successful for both of these Lots we will use your selected preference to award to either Lot 1 or Lot 3.


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

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

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: 22

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: 2023/S 000-008586

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 June 2023

Local time

3:00pm

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: 7 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 June 2023

Local time

3:01pm


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

As part of this contract notice the following documents can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/AdditionalInformation/bdc7daad-daba-4f03-82eb-f36575223d8d#

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/