제목 | United Kingdom-Liverpool: Financial and insurance services |
---|---|
관련국가 | 영국 |
출처 | Ted |
정보제공자 | EU |
공고일 | 2020.01.09 |
마감일 | 2028.02.06 |
첨부파일 |
|
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 ⓒ European Union, http://ted.europa.eu, 1998-2020 |