Opportunity

Employee Benefits & Services

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2023/S 000-002670

Published 27 January 2023, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Employee Benefits & Services

Reference number

RM6273

two.1.2) Main CPV code

  • 98300000 - Miscellaneous services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service, as the Authority, intends to put in place a framework agreement for the provision of Employee Benefits and Services, which will replace the RM6133 Employee Benefits framework.

Suppliers will be required to provide Buyers’ staff with access to an extensive range of benefits using an online platform, which supports Buyers’ pay and reward policies. This will include:

● employee discounts

● reward and recognition

● cycle to work scheme

● financial wellbeing scheme

● childcare/payroll giving scheme

● technology and smartphone scheme

The framework will be available 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.

A full description of the services is set out at Attachment 1a – Framework Schedule 1 (Specification) within the Invitation to Tender (ITT) documents.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Managed Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 18530000 - Presents and rewards
  • 30200000 - Computer equipment and supplies
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32250000 - Mobile telephones
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 66000000 - Financial and insurance services
  • 75310000 - Benefit services
  • 75340000 - Child allowances
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79342321 - Customer-loyalty programme
  • 85130000 - Dental practice and related services
  • 85312310 - Guidance services
  • 92000000 - Recreational, cultural and sporting services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A range of employee benefits, available through a centrally branded online employee benefits platform, capable of reflecting individual buyers' identities to access benefits offered.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £185,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The initial duration of the Framework is 3 years, with CCS having the option to extend the duration up to a further 12 months.

CCS reserves the right to extend Lots by varying durations.

two.2) Description

two.2.1) Title

Reward and Recognition Scheme

Lot No

2

two.2.2) Additional CPV code(s)

  • 18530000 - Presents and rewards
  • 75310000 - Benefit services
  • 79342321 - Customer-loyalty programme
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Reward and Recognition Scheme providing on demand access to a range of loyalty, reward and recognition vouchers, gift cards and e-Gift Cards using the online portal, or a pre-ordered voucher scheme. Vouchers and cards are accepted in store, against entertainment and leisure events, hotel bookings and online purchases.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The initial duration of the Framework is 3 years, with CCS having the option to extend the duration up to a further 12 months.

CCS reserves the right to extend Lots by varying durations.

two.2) Description

two.2.1) Title

Financial Wellbeing Scheme

Lot No

3

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

End to end service across education, affordable borrowing and saving for the future. Services include online educational resources; onsite workshops and seminars, and debt consolidation. This does not include loans.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The initial duration of the Framework is 3 years, with CCS having the option to extend the duration up to a further 12 months.

CCS reserves the right to extend Lots by varying durations.

two.2) Description

two.2.1) Title

Cycle to Work Scheme

Lot No

4

two.2.2) Additional CPV code(s)

  • 75340000 - Child allowances
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Cycle to Work Scheme providing cycles and safety equipment, both online and at approved outlets. Includes electric, road, mountain, folding and hybrid bikes, but not children’s bikes.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The initial duration of the Framework is 3 years, with CCS having the option to extend the duration up to a further 12 months.

CCS reserves the right to extend Lots by varying durations.

two.2) Description

two.2.1) Title

Childcare / Payroll Giving Scheme

Lot No

5

two.2.2) Additional CPV code(s)

  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Childcare Voucher Scheme (Ineligible to new entrants after 2018). An automated and comprehensive Childcare Voucher Salary system. Includes vouchers for child-minders, nurseries, and pre-schools. All childcare providers must be formally registered or approved with the statutory authorities.

Payroll Giving Scheme: A HM Revenue and Customs (HMRC) approved Payroll giving agency. Can be combined with a voucher scheme, where users who have had Payroll giving deductions taken from their pay source to keep the money held on-account.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The initial duration of the Framework is 3 years, with CCS having the option to extend the duration up to a further 12 months.

CCS reserves the right to extend Lots by varying durations.

two.2) Description

two.2.1) Title

Technology and Smartphone Scheme

Lot No

6

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32250000 - Mobile telephones
  • 66000000 - Financial and insurance services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Providing Buyers with savings on technology and smartphones.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The initial duration of the Framework is 3 years, with CCS having the option to extend the duration up to a further 12 months.

CCS reserves the right to extend Lots by varying durations.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-022386

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 February 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 28 August 2023

four.2.7) Conditions for opening of tenders

Date

27 February 2023

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/277c628e-3707-41df-9c01-2b20a6f76bd0

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.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

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.

In each Lot, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last awarded 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 eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

The value at II.1.5 is an estimate. We cannot guarantee suppliers any business under the framework.

Minimum standards of reliability:

CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the ITT documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20 000 000 GBP.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/