Tender

Supply of Insurance Services

  • Kent County Council (t/a KCS Procurement Services)

F02: Contract notice

Notice identifier: 2023/S 000-033433

Procurement identifier (OCID): ocds-h6vhtk-0417b7

Published 13 November 2023, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council (t/a KCS Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

Tamara.Stevens@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.commercialservices.org.uk

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://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Insurance-services./ES2XT43TE9

Additional information can be obtained from the above-mentioned address

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Insurance Services

Reference number

Y23069

two.1.2) Main CPV code

  • 66510000 - Insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

LOT 1 – Insurance Providers with Claims Handling and Associated Services

LOT 2 – Insurance Brokerage with Claims Handling and Associated Services

Both LOTs will cover the provision of a range of insurances and protection including, but not limited to, the following areas: 

•Business and student travel (including overseas travel) 

•Computer equipment (fixed or portable) 

•Contract works for building projects 

•Cyber insurance

•Employers liability

•Employment practices liability 

•Engineering insurance

•Health insurance

•Hirers liability 

•Life insurance

•Legal expenses 

•Liability insurance 

•Libel and slander 

•Loss due to employee dishonesty or crime by third parties 

•Motor vehicles 

•Motor occasional business use 

•Personal accident 

•Professional indemnity 

•Property and construction

•Property damage including glass, money, refrigerated/frozen food and goods in transit 

•Public and products liability 

•Statutory plant inspection services

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

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

Insurance Providers with Claims Handling and Associated Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 66510000 - Insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

LOT 1 – Insurance Providers with Claims Handling and Associated Services

LOT 1 is for Insurance Providers and covers:

Claims Handling

This is a provision for compensation claims handling and may include, but is not limited to:

•Employers liability

•Property loss and damage

•Public liability

•Third party vehicle claims

•Uninsured loss recovery

Associated Services may extend beyond the scope of the Services purchased and may include, but is not limited to:

•End user support

•Integration

•Project management

•Service desk

•Training and consultancy

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: £250,000,000

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

All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.

two.2) Description

two.2.1) Title

Insurance Brokerage with Claims Handling and Associated Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 66518100 - Insurance brokerage services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

LOT 2 – Insurance Brokerage with Claims Handling and Associated Services

LOT 2 is for Insurance Brokers and will cover:

Claims Handling

This is a provision for compensation claims handling and may include, but is not limited to:

•Employers liability

•Property loss and damage

•Public liability

•Third party vehicle claims

•Uninsured loss recovery

Associated Services may extend beyond the scope of the Services purchased and may include, but is not limited to:

•End user support

•Integration

•Project management

•Service desk

•Training and consultancy

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: £250,000,000

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

All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.


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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

12 January 2024

Local time

2:00pm

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

four.2.7) Conditions for opening of tenders

Date

12 January 2024

Local time

2:15pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement will be members, Affiliates and associates ofthe CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man. For additional information please see the Invitation to Tender document.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Insurance-services./ES2XT43TE9" target="_blank">https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Insurance-services./ES2XT43TE9

To respond to this opportunity, please click here:

https://csg.delta-esourcing.com/respond/ES2XT43TE9" target="_blank">https://csg.delta-esourcing.com/respond/ES2XT43TE9

GO Reference: GO-20231113-PRO-24396417

six.4) Procedures for review

six.4.1) Review body

Commercial Services Kent Limited

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

Tamara.Stevens@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

www.commercialservices.org.uk

six.4.2) Body responsible for mediation procedures

Commercial Services

Procurement Services Group, 1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

Tamara.Stevens@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom