Insurance Services 3 Published by Tenders Electronic Daily

Insurance Services 3

Application deadline

06.02.2028, 00:00 hour

Procedure

Restricted procedure

Order type

Provision of services.

Main CPV code
  • Financial and insurance services
    66000000-0
Language

English

Contracting authority / owner

Crown Commercial Service
The Capital Building, Old Hall Street
L3 9PP Liverpool

Tel.: +44 3450103503
E-Mail: info@crowncommercial.gov.uk
Website: https:///www.gov.uk/government/organisations/crown-commercial-service

assignment

Crown Commercial Service (CCS) is setting up a dynamic purchasing system for a period of 96 months and is inviting bidders to request to participate for the insurance services 3 DPS.This DPS will provide central government and wider public sector departments the opportunity to procure Insurance Services 3 from a range of suppliers.The DPS filters are for services, location, clearance and scalability. If you are successfully appointed to the DPS you will be invited by customers (buyers) to submit tenders for relevant services through a competition.This DPS remains open for any supplier to request to participate throughout its 96-month duration. CCS reserve the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS agreement.
Crown Commercial Service (CCS) is setting up a dynamic purchasing system for a period of 96 months and is inviting bidders to request to participate for the insurance services 3 DPS.This DPS will provide central government and wider public sector departments the opportunity to procure Insurance Services...
Show more

Description of procurement /scope of services

The supplier shall have the ability to provide quality assurance and testing for IT systems to central government and wider public sector departments.

Others CPV Codes
  • Insurance services
    66510000-8
  • Accident and health insurance services
    66512000-2
  • Legal insurance and all-risk insurance services
    66513000-9
  • Legal expenses insurance services
    66513100-0
  • Freight insurance and Insurance services relating to transport
    66514000-6
  • Insurance related to Transport
    66514100-7
  • Motor vehicle insurance services
    66514110-0
  • Marine, aviation and other transport insurance services
    66514120-3
  • Railway insurance services
    66514130-6
  • Aircraft insurance services
    66514140-9
  • Vessel insurance services
    66514150-2
  • Damage or loss insurance services
    66515000-3
  • Fire insurance services
    66515100-4
  • Property insurance services
    66515200-5
  • Weather and financial loss insurance services
    66515300-6
  • Weather-related insurance services
    66515400-7
  • Financial loss insurance services
    66515410-0
  • Pecuniary loss insurance services
    66515411-7
  • Liability insurance services
    66516000-0
  • Motor vehicle liability insurance services
    66516100-1
  • Aircraft liability insurance services
    66516200-2
  • Vessel liability insurance services
    66516300-3
  • General liability insurance services
    66516400-4
  • Professional liability insurance services
    66516500-5
  • Risk management insurance services
    66517300-0
  • Engineering, auxiliary, average, loss, actuarial and salvage insurance services
    66519000-1
  • Engineering insurance services
    66519200-3
  • Insurance consultancy services
    66519310-7
  • Loss adjustment services
    66519500-6
  • Actuarial services
    66519600-7
  • Insurance services
    66510000-8
  • Accident and health insurance services
    66512000-2
  • Legal insurance and all-risk insurance services
    66513000-9
  • Legal expenses insurance services
    66513100-0
  • Freight insurance and Insurance services relating to transport
    66514000-6
Show more
Project adress

Region (NUTS code): UK UNITED KINGDOM

United Kingdom-Liverpool: Financial and insurance services

2020/S 006-008873

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Crown Commercial Service
Postal address: The Capital Building, Old Hall Street
Town: Liverpool
NUTS code: UK
Postal code: L3 9PP
Country: United Kingdom
E-mail: info@crowncommercial.gov.uk
Telephone: +44 3450103503

Internet address(es):

Main address: https:///www.gov.uk/government/organisations/crown-commercial-service

I.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://supplierregistration.cabinetoffice.gov.uk/dps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://supplierregistration.cabinetoffice.gov.uk/dps
Tenders or requests to participate must be submitted 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 Services 3

Reference number: RM6138
II.1.2)Main CPV code
66000000
II.1.3)Type of contract
Services
II.1.4)Short description:

Crown Commercial Service (CCS) is setting up a dynamic purchasing system for a period of 96 months and is inviting bidders to request to participate for the insurance services 3 DPS.

This DPS will provide central government and wider public sector departments the opportunity to procure Insurance Services 3 from a range of suppliers.

The DPS filters are for services, location, clearance and scalability. If you are successfully appointed to the DPS you will be invited by customers (buyers) to submit tenders for relevant services through a competition.

This DPS remains open for any supplier to request to participate throughout its 96-month duration. CCS reserve the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS agreement.

II.1.5)Estimated total value
Value excluding VAT: 100 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
66510000
66512000
66513000
66513100
66514000
66514100
66514110
66514120
66514130
66514140
66514150
66515000
66515100
66515200
66515300
66515400
66515410
66515411
66516000
66516100
66516200
66516300
66516400
66516500
66517300
66519000
66519200
66519310
66519500
66519600
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:

The supplier shall have the ability to provide quality assurance and testing for IT systems to central government and wider public sector departments.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

Buyers may enter into a contract with a supplier for a period of their determining which may exceed the RM6138 Insurance Services 3 DPS agreement should this agreement be terminated at any time. The flexibility of the contracting period allows buyers to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

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.2.12)Information about electronic catalogues
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

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:

List and brief description of conditions: suppliers will be assessed on their response to the selection criteria in their request to participate for a place on RM6138 – Insurance Services 3 DPS. The procurement bid pack and registration details can be accessed via the following URL address https://supplierregistration.cabinetoffice.gov.uk/dps and be selecting the ‘Professional Services’ link.

Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6138 DPS agreement please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following Youtube generic guide; https://youtu.be/1gMaIEIqEyY Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:

1) Contract Notice authorised customer list;

2) Rights reserved.

For CCS DPS Agreement https://www.contractsfinder.service.gov.uk/Notice/2ea132d6-4144-47e6-a581-b2f1f83adb00

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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 06/02/2028
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders

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. The authority cannot guarantee to suppliers any business through this DPS Agreement.

The authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;

And in no circumstances will the buyer be liable for any costs incurred by the suppliers.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) may apply at the competition.

It is the suppliers responsibility to take your own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

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 on this requirement.The link below to Gov.uk 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.

VI.4)Procedures for review
VI.4.1)Review body
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: info@crowncommercial.gov.uk
Telephone: +44 3450103503
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
07/01/2020