Tender

Professional Services Framework (Admin, Actuarial, and Consultancy) 2023

  • The Board of the Pension Protection Fund

F02: Contract notice

Notice identifier: 2023/S 000-017780

Procurement identifier (OCID): ocds-h6vhtk-03db9f

Published 22 June 2023, 12:25pm



Section one: Contracting authority

one.1) Name and addresses

The Board of the Pension Protection Fund

Renaissance, 12 Dingwall Road

Croydon

CR0 2NA

Email

commercialservices@ppf.co.uk

Telephone

+44 8456002541

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.ppf.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ppf.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ppf.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Professional Services Framework (Admin, Actuarial, and Consultancy) 2023

two.1.2) Main CPV code

  • 66500000 - Insurance and pension services

two.1.3) Type of contract

Services

two.1.4) Short description

The Board of the Pension Protection Fund would like to procure a new Framework Agreement of specialist firms to provide Administration, Actuarial, Support and Consultancy Services.

The maximum number of firms per lot that will be admitted to the framework agreement are as follows:

Lot 1: 15

Lot 2: 15

The same supplier may be on both Lots. In this scenario, this means the supplier would take one place on each Lot.

National Employment Savings Trust (NEST) may also choose to contract for services via a call-off from the framework.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

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

two.2) Description

two.2.1) Title

Administration, Actuarial, Support, and Pensions Consultancy Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 66520000 - Pension services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 is primarily for services to the Board where both administration and actuarial services and/or pensions consultancy may be required at the same time, firms applying for this lot will have direct experience in the pensions industry. Firms in Lot 1 must be able to provide the full range of services as set out in the service 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

The Framework Agreement will be awarded for an initial period of two (2) years, the Framework Agreement may be extended on the same terms and conditions at the Board’s option for a further period or periods not exceeding four (4) years in total.

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

Actuarial Consultancy Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 66519600 - Actuarial services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 is aimed at firms with specialist actuarial capabilities who will have experience in either the pensions or insurance industries (where long term risk modelling is also considered).

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

The Framework Agreement will be awarded for an initial period of two (2) years, the Framework Agreement may be extended on the same terms and conditions at the Board’s option for a further period or periods not exceeding four (4) years in total.

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

Selection criteria as stated in the procurement documents

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: 15

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

26 July 2023

Local time

1:00pm

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

four.2.7) Conditions for opening of tenders

Date

26 July 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Board of the Pension Protection Fund

Renaissance, 12 Dingwall Road

Croydon

CR0 2NA

Email

commercial.services@ppf.co.uk

Country

United Kingdom

Internet address

https://ppf.bravosolution.co.uk/web/login.html