Insurance and Related Services 4

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£600M
Sector
BUSINESS
Published
18 May 2023
Delivery
To 28 Nov 2027 (est.)
Deadline
16 Jun 2023 14:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service (CCS), as the Authority, intends to put in place a Pan Government Collaborative Agreement for the provision of Insurance services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all insurance and related services required by UK Central Government Departments. Bidders are able to bid on all of the Lots. However, successful bidders will only be awarded to Lot 1 or Lot 3. Bidders should indicate which of these Lots is their preferred choice in the Selection Questionnaire Attachment 2a. If your bid is successful, we will use your selected preference to determine your award to either Lot 1 or Lot 3. If a bidder is successful on their preferred Lot as referenced above due to being within 1% of the last position in the competition for that lot then their preferred choice in the Selection Questionnaire Attachment 2a will be the lot they are awarded.

Lot Division

1 Brokerage and Related Services
  • Value: £475M

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. Additional information: You have the opportunity to tender a bid for all of the Lots 1, 2 and 3. However, you will not be awarded a place on both Lot 1 and Lot 3. If your tender is successful for both of these Lots we will use your selected preference to award to either Lot 1 or Lot 3.

2 Claims Handling and Related Services
  • Value: £25M

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. Additional information: You have the opportunity to tender a bid for all of the Lots 1, 2 and 3. However, you will not be awarded a place on both Lot 1 and Lot 3. If your tender is successful for both of these Lots we will use your selected preference to award to either Lot 1 or Lot 3.

3 Insurance Service Providers and Related Services
  • Value: £100M

Insurance brokerage and associated services, typically including cover for the following classes (nature and quantity of insurance: Liability, Property, Motor, Insurance and Travel. Insurance brokerage and works, supplies or services associated services, a broad range of services a typical example will include: Assurance or indication of needs and services, Audits, Claims Handling, Consultancy, Courtesy car and relief vehicle, Incident requirements) investigation and Loss analysis/forecasting. Compensation claims handling and associated services. Additional information: You have the opportunity to tender a bid for all of the Lots 1, 2 and 3. However, you will not be awarded a place on both Lot 1 and Lot 3. If your tender is successful for both of these Lots we will use your selected preference to award to either Lot 1 or Lot 3.

Award Criteria

Quality 40
price 60

CPV Codes

  • 66510000 - Insurance services
  • 66000000 - Financial and insurance services
  • 66511000 - Life insurance services
  • 66512000 - Accident and health insurance services
  • 66513000 - Legal insurance and all-risk insurance services
  • 66513100 - Legal expenses insurance services
  • 66514000 - Freight insurance and Insurance services relating to transport
  • 66514100 - Insurance related to Transport
  • 66514110 - Motor vehicle insurance services
  • 66514120 - Marine, aviation and other transport insurance services
  • 66514130 - Railway insurance services
  • 66514140 - Aircraft insurance services
  • 66514150 - Vessel insurance services
  • 66515000 - Damage or loss insurance services
  • 66515100 - Fire insurance services
  • 66515200 - Property insurance services
  • 66515300 - Weather and financial loss insurance services
  • 66515400 - Weather-related insurance services
  • 66515410 - Financial loss insurance services
  • 66515411 - Pecuniary loss insurance services
  • 66516000 - Liability insurance services
  • 66516100 - Motor vehicle liability insurance services
  • 66516200 - Aircraft liability insurance services
  • 66516300 - Vessel liability insurance services
  • 66516400 - General liability insurance services
  • 66516500 - Professional liability insurance services
  • 66517000 - Credit and surety insurance services
  • 66517300 - Risk management insurance services
  • 66518000 - Insurance brokerage and agency services
  • 66518100 - Insurance brokerage services
  • 66518200 - Insurance agency services
  • 66518300 - Insurance claims adjustment services
  • 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
  • 66519200 - Engineering insurance services
  • 66519300 - Auxiliary insurance services
  • 66519310 - Insurance consultancy services
  • 66519500 - Loss adjustment services
  • 66519600 - Actuarial services
  • 66700000 - Reinsurance services
  • 66710000 - Life reinsurance services
  • 66720000 - Accident and health reinsurance services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

Expected Number of Suppliers by Lot: Lot 1 – Brokerage and Related Services = 15 suppliers Lot 2 – Claims Handling and Related Services = 4 suppliers Lot 3 - Insurance Service Providers and Related Services = 3 suppliers ** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/AdditionalInformation/bdc7daad... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite 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. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.

Reference

Domains