Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G1 1RD
Contact
Mrs Sheena Thomson
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
procurement@ore.catapult.org.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Vaccines Manufacturing and Innovation Centre UK Ltd
Oxfordshire
procurement@ore.catapult.org.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Active Building Centre Company Ltd
Gloucestershire
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
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
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
procurement@ore.catapult.org.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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.