Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Telephone
+44 02070080932
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://fcdo.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://fcdo.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
US Benefits - Life & Disability Insurance
two.1.2) Main CPV code
- 66511000 - Life insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
The US Network provides Life & Disability insurance coverage for its Country Based Staff members (CBS). The benefit has taken on more importance with the passage of time and is a key benefits enjoyed by staff members. The current contract expires on the 31st of March 2022.
Instructions and contact information for Willis Towers Watson is available on project_6602 / ITT_4453 https://fcdo.bravosolution.co.uk
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- US - United States
two.2.4) Description of the procurement
The size of the US requires that staff have coverage across the 50 US States as coverage may be required during duty travel. In order to ensure geographical coverage and the optimum service provision and Contract Administration, we contract a benefits Broker.
Our current Broker is Willis Towers Watson (WTW), whom we have appointed on a separate contract. The Broker specialises in managing the contract, yearly renegotiations, legal advice provision in relation to state and federal changes as well as helping post forecast their expenses and staff contributions for the year ahead. They will be acting as the key point of contact for this procurement opportunity.
The Contract is to be for a period of up to five (5) years. Three (3) years, with an option to extend for two (2) additional years upon agreement between Authority and Contractor. The contract for the original three (3) year period is scheduled to start on the 1st of April 2022 and shall expire on 31 March 2025, unless extended.
All bidders must :
* Be licensed to do business in the United States (U.S.).
* Follow U.S. regulations.
* Have a U.S. presence.
Companies will be asked to provide:
• Copy of the certificate of incorporation
• Audited opening balance sheet i.e. at the time of incorporation / commencement of operations, or
• Evidence of current shareholders’ funds / equity
• Business plans and projection for the next 2 – 3 years
• Details of ownership (including percentage interest)
• Details of reinsurance arrangements
• Any plans for ratings by any of the rating agencies, if not already published
• Types of business authorised and types written
• Details of the board of directors, including a brief resume of the key directors
• Brief resume of the key underwriters
• Any other relevant material developments not covered above (e.g. additional capital injections, explicit parental support / guarantees etc)
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
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
two.2.10) Information about variants
Variants will be accepted: Yes
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.1.8) 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
23 August 2021
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 August 2021
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
https://www.find-tender.service.gov.uk/Notice/009898-2021?
six.4) Procedures for review
six.4.1) Review body
Foreign, Commonwealth & Development Office
King Charles Street
London
SW1A 2AH
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any review proceedings will be dealt with in accordance with the requirements of the PCR 2015 or any successor to the PCR 2015. Any review proceedings must be brought within the timescales specified by the applicable law.
six.4.4) Service from which information about the review procedure may be obtained
Foreign, Commonwealth & Development Office
London
SW1A 2AH
Country
United Kingdom