Services - 227488-2019

16/05/2019    S94

United Kingdom-Wakefield: Insurance services

2019/S 094-227488

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: YPO
Postal address: 41 Industrial Park
Town: Wakefield
NUTS code: UK UNITED KINGDOM
Postal code: WF2 0XE
Country: United Kingdom
Contact person: Ms Agnieszka Gajli
E-mail: contracts@ypo.co.uk
Telephone: +44 1924664685
Internet address(es):
Main address: http://www.ypo.co.uk/
Address of the buyer profile: https://procontract.due-north.com
I.2)Information about 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://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

YPO — 000964 Insurance Brokerage and Associated Services

Reference number: 000964
II.1.2)Main CPV code
66510000 Insurance services
II.1.3)Type of contract
Services
II.1.4)Short description:

YPO is the lead organisation for this opportunity, working in collaboration with ESPO and NEPO to procure a national insurance brokerage service for the wider public sector.

YPO is looking for insurance brokers with the ability to provide service to various types of public sector organisations, for example, local authorities, education providers, central government, police and fire services. A full list of potential users can be found within the tender documentation.

Further information regarding the expected solution is included below and further detailed within the tended documentation.

II.1.5)Estimated total value
Value excluding VAT: 150 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
66512000 Accident and health insurance services
66513000 Legal insurance and all-risk insurance services
66514000 Freight insurance and Insurance services relating to transport
66515000 Damage or loss insurance services
66516000 Liability insurance services
66517000 Credit and surety insurance services
66518000 Insurance brokerage and agency services
66519000 Engineering, auxiliary, average, loss, actuarial and salvage insurance services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The insurance brokerage and associated Framework Agreement is designed to allow YPO, NEPO and ESPO customers access to conduct a direct award or further competition process to appoint a single chosen insurance broker as their representative and agent on all matters relating to the procurement of insurance including all additional and associated services that may be required of an insurance broker procuring insurance services on behalf of a customer.

This framework will be supported by a separate insurance solution for the appointment of an Insurer by a customer for any given insurance requirement, ensuring YPO is able to provide a full insurance solution for the public sector.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 150 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 04/07/2023
This contract is subject to renewal: yes
Description of renewals:

There is a possibility that this framework will be subject to renewal 3.5 years from the commencement date.

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

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:

Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the tender documentation/online tender located on our E-Procurement system. The web address can be found under “Procurement Documents” in “Communication” section in this notice.

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.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
III.2.2)Contract performance conditions:

Please refer to the Framework Agreement terms and conditions located on our E-Procurement system. The web address can be found under procurement documents in “Communication” section in this notice.

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:

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
Notice number in the OJ S: 2019/S 033-074299
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 14/06/2019
Local time: 14:00
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 14/06/2019
Local time: 14:30

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

YPO may seek to reprocure this requirement 3,5 years from the commencement date.

VI.3)Additional information:

YPO are purchasing on the behalf of other Contracting Authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/ojeu-permissible-users.aspx

YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:
14/05/2019