Welsh Government Insurance Support Services Framework
The National Procurement Service wishes to establish a Framework Agreement for the supply of Insurance Support Services. 4 Lots.
United Kingdom-Caerphilly: Financial and insurance services
2016/S 109-194423
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170
E-mail: npsprofessionalservices@wales.gsi.gov.uk
NUTS code: 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
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NPS Provision of Insurance Support Services Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
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 sign-up 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
II.2.1)Title:
Brokerage and Risk Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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 10 000 000 GBP and 40 000 000 GBP.
II.2.1)Title:
Claims Handling
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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 10 000 000 GBP and 40 000 000 GBP.
II.2.1)Title:
Defendant Insurance Litigation Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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 5 000 000 GBP and 20 000 000 GBP.
II.2.1)Title:
Independent Risk Management Advisory Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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 1 000 000 GBP and 16 000 000 GBP.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Lot specific suitability requirements are set within the tender documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Refer to tender documentation.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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, 6th-form colleges, foundation schools and academies in Wales (but not independent schools);
— HM Inspectorate of Schools in Wales (Estyn);
— 1 Voice Wales (Town and Community Councils) and town and 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:
Qualification: 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.
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at:http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=45615
(WA Ref:45615).
VI.4.1)Review body
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170Internet address:http://npswales.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Enforcement Agency Service Barnsley
Insurance Services Contract 2016
Fund Management Services Contracts
Provide Tax Advice to Scottish Natural Heritage