Opportunity

Insurance Brokerage Services Framework

  • Offshore Renewable Energy Catapult
  • Catapult Network & Trading Subsidiaries
  • Vaccines Manufacturing and Innovation Centre UK Ltd
  • Active Building Centre Company Ltd
  • Glass Futures
Show 2 more buyers Show fewer buyers
  • Agri-Tech Centres
  • UK Battery Industrialisation Centre

F02: Contract notice

Notice reference: 2021/S 000-029420

Published 26 November 2021, 9:50am



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, 121 George Street

Glasgow

G1 1RD

Contact

Mrs Sheena Thomson

Email

procurement@ore.catapult.org.uk

Telephone

+44 3330041418

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ore.catapult.org.uk

Buyer's address

https://www.ore.catapult.org.uk

one.1) Name and addresses

Catapult Network & Trading Subsidiaries

UK

Email

procurement@ore.catapult.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://catapult.org.uk/

one.1) Name and addresses

Vaccines Manufacturing and Innovation Centre UK Ltd

Oxfordshire

Email

procurement@ore.catapult.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.vmicuk.com/

one.1) Name and addresses

Active Building Centre Company Ltd

Gloucestershire

Email

procurement@ore.catapult.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.activebuildingcentre.com/

one.1) Name and addresses

Glass Futures

Sheffield

Email

procurement@ore.catapult.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.glass-futures.org/

one.1) Name and addresses

Agri-Tech Centres

UK

Email

procurement@ore.catapult.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.agritechcentres.com/

one.1) Name and addresses

UK Battery Industrialisation Centre

UK

Email

procurement@ore.catapult.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ukbic.co.uk/

one.2) Information about joint procurement

The contract involves 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://procontract.due-north.com/Advert/Index?advertId=5621b5b4-194d-ec11-810e-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=5621b5b4-194d-ec11-810e-005056b64545

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research & Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Insurance Brokerage Services Framework

Reference number

DN583803

two.1.2) Main CPV code

  • 66518000 - Insurance brokerage and agency services

two.1.3) Type of contract

Services

two.1.4) Short description

This Invitation To Tender (“ITT”) has been issued by the Offshore Renewable Energy Catapult (“The Authority”) as collaboration lead on behalf of the Catapult Network, the Active Building Centre Co. Ltd, Agri-Tech Centres, Vaccines Manufacturing & Innovations Centre (UK) Ltd (VMIC), UK Battery Industrialisation Centre (UKBIC), Glass Futures and their Trading Subsidiaries (collectively, the “Buying Authorities”) to establish an Insurance Brokerage Services Framework Agreement, as part of a competitive procurement exercise in accordance with the "Open" procedure for tendering under the Public Contracts Regulations 2015 (as amended from time to time).

The Authority has undertaken an assessment of the ongoing requirements under this Framework and has deemed it to be suitable for division into the following three (3) lots:

• Lot 1 - Offshore Renewable Energy Catapult only (Single Supplier Contract)

• Lot 2 - CPI (The Centre for Process Innovation Limited) (Single Supplier Contract)

• Lot 3 - All Catapult Centres and Trading Subsidiaries (Single Supplier Framework)

Submissions shall be accepted for any one, combination of, or all of the above Lots.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Offshore Renewable Energy Catapult only (Single Supplier Contract)

Lot No

1

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Broker shall be required to provide all the Service requirements listed below. Further details of the individual requirement is provided at Appendix 4 of the ITT documentation.

• Core brokerage service;

• Risk management;

• Claims handling;

• Insurance administration;

• Other support services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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: 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

two.2) Description

two.2.1) Title

CPI (The Centre for Process Innovation Limited) (Single Supplier Contract)

Lot No

2

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Broker shall be required to provide all of the Service requirements listed below. Further details of the individual requirement is provided at Appendix 4 of the ITT Documentation.

• Core brokerage service;

• Risk management;

• Claims handling;

• Insurance administration;

• Other support services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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: 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

two.2) Description

two.2.1) Title

All Catapult Centres and Trading Subsidiaries (Single Supplier Framework)

Lot No

3

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Buying Authority may have requirements for the provision of any or all of the Services as described at Appendix 4 of the ITT Documentation.

One (1) suitable capable Broker will be appointed to Lot 3.

The Brokerage Service may be required at any of the Buying Authorities detailed in Section 1.

As each of the Buying Authorities will have a different range of requirements, the Broker may need to vary the service provision according to the Buying Authority’s needs either by variation to the original service or by taking on new services whatever they may be, provided they are “reasonable” and fall within the overall scope of what the Broker would reasonably be expected to deliver under the terms of this Lot 3 Framework Agreement.

Insurance programmes for other Buying Authorities are summarised in Appendix 7.

The Buying Authority will confirm at Call-Off Agreement stage which of the Services they require.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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: 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 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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

11 January 2022

Local time

12:00pm

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

four.2.7) Conditions for opening of tenders

Date

11 January 2022

Local time

12:05pm

Place

Glasgow, UK

Information about authorised persons and opening procedure

One member of the ORE Catapult Procurement Team plus one other person shall break the seal & verify all responses.


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

Royal Courts of Justice

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In the first instance, all appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

As the UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions, any challenges will be dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.