Contract notice
Section I: Contracting
authority
I.1) Name and addresses
National Procurement Service (Welsh Government)
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
UK
Telephone: +44 3007900170
E-mail: NPSProfessionalServices@wales.gsi.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://npswales.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.etenderwales.bravosolution.co.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Central Purchasing Body
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NPS Provision of Insurance Support Services Framework
Reference number: NPS-PS-0057-16
II.1.2) Main CPV code
66000000
II.1.3) Type of contract
Services
II.1.4) Short description
The National Procurement Service (NPS) wishes to establish a Framework Agreement (Agreement) for the supply of Insurance Support Services.
The NPS will deliver ‘All-Wales’ agreements for NPS Members and the Welsh public sector. The list of NPS Members can be found at: http://npswales.gov.uk. This list may be subject to change as members signup to use the NPS, or member orgs are replaced during the life of the agreement.
A full list of Organisations that can utilise this Framework can be found in the ITT.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Brokerage and Risk Management
II.2.2) Additional CPV code(s)
66518100
66518000
66000000
66500000
66510000
66511000
66512000
66512100
66512200
66512210
66512220
66513000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 1 is for the provision of insurance brokerage and associated support services which include placing of and advice on a range of insurance policies including but not limited to; property and construction, liability, motor and travel and personal accident insurance.
Further details can be found in the tender documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
40 000 000.00
GBP
II.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 Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A Maximum of 15 Suppliers will be awarded to this Lot.
Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.
Lot value estimated to be within the range of 10 million GBP and 40 million GBP.
Lot No: 2
II.2.1) Title
Claims Handling
II.2.2) Additional CPV code(s)
66518300
66510000
66000000
66500000
66511000
66512000
66512100
66512200
66512210
66512220
66513000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 2 of this Framework Agreement relates to compensation claims handling and associated support services for self-insured claims.
Further details can be found in the tender documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
40 000 000.00
GBP
II.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 Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A Maximum of 20 Suppliers will be awarded to this Lot.
Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.
Lot value estimated to be within the range of 10 million GBP and 40 million GBP.
Lot No: 3
II.2.1) Title
Defendant Insurance Litigation Services
II.2.2) Additional CPV code(s)
66513000
66513100
79100000
79110000
79111000
79140000
79112000
79130000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 3 relates to Defendant and Insurance Litigation Services.
Further details can be found in the tender documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
GBP
II.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 Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A Maximum of 20 Suppliers will be awarded to this Lot.
Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.
Lot value estimated to be within the range of 5 million GBP and 20 million GBP.
Lot No: 4
II.2.1) Title
Independent Risk Management Advisory Services
II.2.2) Additional CPV code(s)
66517300
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 4 is for the provision of independent risk management advisory services.
Further details can be found in the tender documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
16 000 000.00
GBP
II.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 Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A Maximum of 15 Suppliers will be awarded to this Lot.
Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.
Lot value estimated to be within the range of 1 million GBP and 16 million GBP.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Lot specific suitability requirements are set within the tender documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Refer to tender documentation.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 70
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2015/S 091-163720
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/07/2016
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
11/07/2016
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Agreement will be open for use by the following orgs within Wales:
-Welsh Ministers, their agencies, sponsored and statutory bodies and other contracting authorities funded by them, whether or not they operate independently of Welsh Ministers
-The Welsh Assembly Commission
-Any company, limited liability partnership or other corporate entity wholly or partly owned by or controlled (directly or indirectly) by Welsh Government
-UK Government, their agencies, companies and limited liability partnerships or other corporate entities, wholly or partly owned by or controlled by departments of the UK Government and which operate in Wales
-Non-ministerial governmental departments which operate devolved offices in Wales
-Local Authorities in Wales their agencies, companies and limited liability partnerships or other corporate entities wholly or partly owned by or controlled by and any county and county borough, city, community or other council or local authority in Wales
-Contracting authorities established for the provision of culture, media and sport in Wales
-NHS Health Boards in Wales, NHS Trusts in Wales, Special Health Authorities in Wales, Community Health Councils in Wales, the NHS Wales Shared Services Partnership and Board of Community Health Councils and any other contracting authorities operating within or on behalf of the NHS in Wales
-Higher and further education bodies in Wales, including colleges, community colleges and universities, WEA Cymru and Colleges Wales
-Police and crime commissioners and police forces in Wales; national park, and fire and rescue authorities in Wales
-Wales Council for Voluntary Action and those associated charities and voluntary organisations
-Citizen Advice Bureaux in Wales
-Registered social landlords on the register maintained by Welsh Government
-Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)
-HM Inspectorate of Schools in Wales (Estyn);
-One Voice Wales (Town & Community Councils) and town & community councils in Wales
-Tribunals administered by Her Majesty’s Courts and Tribunals Service acting as the Executive Agency of the Ministry of Justice (and which operate in Wales)
-Tribunals listed under the Administrative Justice and Tribunals Council (Listed Tribunals) (Wales) Order 2007 and any other tribunals that deal with devolved subject matter or are sponsored by the Welsh Assembly Government or Welsh Local Authorities
-Where applicable, the above shall include subsidiaries of the contracting authority at any level.
In the event of merger, abolition or change of any of the contracting authorities listed or referred to above, the successors to those authorities or to their functions will also be able to enter into specific contracts under this framework.
ITT documentation can be accessed via: https://etenderwales.bravosolution.co.uk
Etender references for this framework:
Project_33684 - NPS - Insurance Support Services Framework.
The following ITTs must be completed by all Tenderers bidding for any Lot:
Qualifiction: itt_55121
Lot Specific ITT's:
Lot 1: itt_55122
Lot 2: itt_55123
Lot 3: itt_55124
Lot 4: itt_55125
If you are seeking help on using the etenderwales system please email help@bravosolution.co.uk or call 08003684852.
The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.
NOTE: The authority is using eTenderwales to carry out this procurement process.
(WA Ref:45615)
VI.4) Procedures for review
VI.4.1) Review body
National Procurement Service (Welsh Government)
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
UK
Telephone: +44 3007900170
Internet address(es)
URL: http://npswales.gov.uk
VI.5) Date of dispatch of this notice
06/06/2016