Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/crown-commercial-service
Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk
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:
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Insurance and Related Services 3
Reference number: RM6020
II.1.2) Main CPV code
66510000
II.1.3) Type of contract
Services
II.1.4) Short description
This Insurance and related services 3 (IS3) framework will be let for 4 years and allow access to brokerage and related services and claims handling and related services for customers across the whole of the UK public sector.
There will be up to 15 brokers awarded to Lot 1 and up to 3 providers awarded to Lot 2 (Lot 2 will be available to the whole of the public sector having previously been restricted to central government in IS2). There will again be a direct award option for brokerage and related services.
IS3 will comprise this framework agreement (RM6020) and an associated dynamic purchasing system (RM6138) onto which will be awarded insurance services providers.
The lotting structure will be:
Lot 1: brokerage and related services;
Lot 2: claims handling and related services.
CCS insurance agreements have averaged over 72 000 000 GBP per annum in spend since 2016. Over 700 public sector organisations across the UK have used insurance services 1 and insurance services 2.
II.1.5) Estimated total value
Value excluding VAT:
400 000 000.00
GBP
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 Related Services
II.2.2) Additional CPV code(s)
66000000
66510000
66511000
66512000
66513000
66513100
66514000
66514100
66514110
66514120
66514130
66514140
66514150
66515000
66515100
66515200
66515300
66515400
66515410
66515411
66516000
66516100
66516200
66516300
66516400
66516500
66517000
66517300
66518000
66518100
66518200
66518300
66519000
66519200
66519300
66519310
66519500
66519600
66700000
66710000
66720000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Insurance brokerage and associated services, typically including cover for the following classes of insurance: liability, property, motor, insurance and travel.
Insurance brokerage and associated services, a broad range of services a typical example will include: assurance services, audits, claims handling, consultancy, courtesy car and relief vehicle, incident investigation and loss analysis/forecasting.
Compensation claims handling and associated services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
The framework term is for an initial period of 24 months, with the option to extend for 2 further periods of 12 consecutive months. Any extension will be at the discretion of CCS.
Lot No: 2
II.2.1) Title
Claims Handling and Related Services
II.2.2) Additional CPV code(s)
66000000
66510000
66511000
66512000
66513000
66513100
66514000
66514100
66514110
66514120
66514130
66514140
66514150
66515000
66515100
66515200
66515300
66515400
66515410
66515411
66516000
66516100
66516200
66516300
66516400
66516500
66517000
66517300
66518000
66518100
66518200
66518300
66519000
66519200
66519300
66519310
66519500
66519600
66700000
66710000
66720000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Insurance brokerage and associated services, typically including cover for the following classes of insurance: liability, property, motor, insurance and travel.
Insurance brokerage and associated services, a broad range of services a typical example will include: assurance services, audits, claims handling, consultancy, courtesy car and relief vehicle, incident investigation and loss analysis/forecasting.
Compensation claims handling and associated services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
The framework term is for an initial period of 24 months, with the option to extend for 2 further periods of 12 consecutive months. Any extension will be at the discretion of CCS.
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:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an invitation to tender (‘ITT’) registering for access.
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
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.
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:
An electronic auction will not be used at the framework level. However CCS reserves the right to use an electronic auction at the call-off stage.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/10/2019
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/10/2019
Local time: 15:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/fa90a0a9-e2ea-45d7-a609-1ea44f068a2f
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on
The BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk
2) Select the link ‘I am a new supplier user’;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun and Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: If you require additional users from your organisation to see the invitation to tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via ‘User Management’ > ‘Manage Users’ > ‘Users’ > ‘Create’.
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard select the link ITTs Open to All Suppliers.
3) On the ‘ITTs Open to All Suppliers’ webpage you will see 1 or more procurements listed, click on the procurement name you wish to access;
4) Click on Express Interest at the top of the next screen;
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 08000698630.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
11/09/2019