Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

NPS Provision of Insurance Support Services Framework

  • First published: 08 June 2016
  • Last modified: 08 June 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-045615
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
08 June 2016
Deadline date:
08 July 2016
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 66000000, 66518100, 66518000, 66000000, 66500000, 66510000, 66511000, 66512000, 66512100, 66512200, 66512210, 66512220, 66513000, 66518300, 66510000, 66000000, 66500000, 66511000, 66512000, 66512100, 66512200, 66512210, 66512220, 66513000, 66513000, 66513100, 79100000, 79110000, 79111000, 79140000, 79112000, 79130000, 66517300.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
66512000 Accident and health insurance services Insurance services
66512100 Accident insurance services Accident and health insurance services
66000000 Financial and insurance services Finance and Related Services
66512200 Health insurance services Accident and health insurance services
66500000 Insurance and pension services Financial and insurance services
66518000 Insurance brokerage and agency services Insurance services
66518100 Insurance brokerage services Insurance brokerage and agency services
66518300 Insurance claims adjustment services Insurance brokerage and agency services
66510000 Insurance services Insurance and pension services
79140000 Legal advisory and information services Legal services
79110000 Legal advisory and representation services Legal services
79111000 Legal advisory services Legal advisory and representation services
79130000 Legal documentation and certification services Legal services
66513100 Legal expenses insurance services Legal insurance and all-risk insurance services
66513000 Legal insurance and all-risk insurance services Insurance services
79112000 Legal representation services Legal advisory and representation services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
66511000 Life insurance services Insurance services
66512220 Medical insurance services Accident and health insurance services
66517300 Risk management insurance services Credit and surety insurance services
66512210 Voluntary health insurance services Accident and health insurance services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
NPSProfessionalServices@wales.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.