By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Insurance for Further Education Colleges, Sixth Form Colleges and similar institutions (FE fwk 3).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Crescent Purchasing Consortium
Technology House, Lissadel Street
For the attention of: Neale Walker
M6 6AP Salford
UNITED KINGDOM
Telephone: +44 1612957986
E-mail:
Fax: +44 1612955599

Internet address(es):

General address of the contracting authority: www.thecpc.ac.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Other: Public Sector Purchasing Consortium
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

CPC Member Institutions, mainly in the Further Education sector.

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Insurance for Further Education Colleges, Sixth Form Colleges and similar institutions (FE fwk 3).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 6a:
Main site or location of works, place of delivery or of performance: Throughout, UK.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 50 000 000 and 90 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Framework agreement for the provision of insurance and related services including insurance broking services to Further Education Colleges, Sixth Form Colleges and (in limited circumstances) institutions from the English academies and Free School sectors, universities and other Higher Education institutions. The framework panels shall comprise up to five providers per Lot, which may be direct insurers (inc. mutual insurers) and/or broker-insurer partnerships. End users will access the framework via a streamlined mini-competition process.

Tender documents can be downloaded from: https://in-tendhost.co.uk/cpc/aspx/home

II.1.6)Common procurement vocabulary (CPV)

66510000, 66519000, 66512000, 66516000, 66515000, 66513000, 66514000, 66518000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Important: If you wish to receive the tender documentation you must register at CPC"s In-Tend tendering portal at:

https://in-tendhost.co.uk/cpc/aspx/home

Crescent Purchasing Consortium (CPC) is a collaborative purchasing organisation owned by and working for its members in the Further Education (FE) and Sixth Form College (SFC) sectors, from which it has about 370 member institutions. It also has more than 1,700 members from the English academies sector. CPC has been operating insurance frameworks since 2006, and they are being used by around 250 FE colleges and SFCs and 600 academies. This Contract Notice relates to a follow-on framework to replace the existing FE and SFC framework which has been in place since 2010. The framework is divided into 3 geographical Lots for mainstream colleges, plus a fourth Lot for land-based colleges. Each Lot shall have a panel of up to five providers. Each provider shall be either a direct insurer, or a partnership between an insurer (or insurers) and an insurance broker (or brokers) covering the main classes of property and liability insurances. Partnerships between insurers and brokers must be fixed at time of tender submission and tenders must be submitted jointly, although each partnership shall have a lead partner with overall responsibility for provision of the service. Bids from mutual insurers will also be considered. Each provider must be able to arrange all general and most specialised insurances for each end user. End users will access the framework via a mini-tender process involving the submission to all eligible providers of a standardised-format, streamlined questionnaire-based "request for proposal" presentation. Providers are to bid in every mini-competition (normally 40-50 per year). Providers will need to be capable of handling such volumes, and insurers may wish to consider forming partnerships with a number of brokers to distribute the workload, which will peak prior to the main renewal date (1 August).
The framework will be available for use by schools in the academies sector, but only in appropriate cases, for example where they resemble an FE college or SFC, or where they are part of a group sponsored by an FE college or university.
The framework will be available for use by universities and other Higher Education (HE) institutions, although it will not be actively marketed to to the HE sector.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 31.7.2014. Completion 30.7.2018

Information about lots

Lot No: 1 Lot title: Institutions (not land-based): England and Wales
1)Short description
2)Common procurement vocabulary (CPV)

66510000, 66519000, 66512000, 66516000, 66515000, 66513000, 66514000, 66518000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Institutions (not land-based): Scotland
1)Short description
2)Common procurement vocabulary (CPV)

66510000, 66519000, 66512000, 66516000, 66515000, 66513000, 66514000, 66518000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Institutions (not land-based): Northern Ireland
1)Short description
2)Common procurement vocabulary (CPV)

66510000, 66512000, 66516000, 66515000, 66513000, 66518000, 66514000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Land-based institutions throughout the UK
1)Short description
2)Common procurement vocabulary (CPV)

66510000, 66512000, 66516000, 66515000, 66513000, 66519000, 66518000, 66514000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See tender documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See tender documents.
Minimum level(s) of standards possibly required: See tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CPC/NW/01/2013
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 246-428937 of 19.12.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 21.2.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.2.2014 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 28.2.2014 - 13:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
22.1.2014