Section one: Contracting authority
one.1) Name and addresses
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")
Don Valley House, Savile Street East
Sheffield
S4 7UQ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NOE CPC Employee Benefits for Health, Wealth & Wellbeing II
Reference number
NOE.0640
two.1.2) Main CPV code
- 98300000 - Miscellaneous services
two.1.3) Type of contract
Services
two.1.4) Short description
Framework Agreement for Employee Benefits for Health, Wealth and Wellbeing that provides a varied offering of goods and services to motivate and engage employees to help demonstrate the value the employer places upon them.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £300,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 34430000 - Bicycles
- 75340000 - Child allowances
- 30200000 - Computer equipment and supplies
- 75310000 - Benefit services
- 85312110 - Child daycare services
- 34110000 - Passenger cars
- 32250000 - Mobile telephones
- 85160000 - Optician services
- 66114000 - Financial leasing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
two.2.4) Description of the procurement
Framework Agreement for Employee Benefits for Health, Wealth and Wellbeing that provides a varied offering of goods and services to motivate and engage employees to help demonstrate the value the employer places upon them covering:
Core Benefits (Mandatory)
Car Leasing
Childcare Vouchers/directly contracted schemes and/or Tax Free Childcare as applicable (HMRC Approved)
Technology
Cycle to Work Scheme (HMRC Approved)
Employee Assistance Programme (EAP)
Payroll Giving (HMRC Approved)
Reward and Recognition
Gym Membership
Financial Wellbeing including financial education. savings and access to affordable loans
Leisure and Retail Discount including E Gift Cards/E Discount Codes
Additional Benefits (Non-Mandatory)
May also form part of the requirement for any Participating Authority -- including but not limited to the following:
Total Rewards Statement
Shared Cost Additional Voluntary Contribution Schemes (SCAVC’s)
Buying and Selling of Annual Leave
Holiday Scheme
Eyecare Scheme
Dental Insurance
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 16
Quality criterion - Name: Technical / Weighting: 64
Price - Weighting: 20
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
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
four.1.6) Information about electronic auction
An electronic auction will be used
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: 2024/S 000-024320
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 January 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SME HCI Ltd (trading as Vivup)
Romford
RM2 5SH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £300,000,000
Lowest offer: £0.01 / Highest offer: £300,000,000 taken into consideration
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 January 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Each Person
Ware
SG12 0LR
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £300,000,000
Lowest offer: £0.01 / Highest offer: £300,000,000 taken into consideration
Section six. Complementary information
six.3) Additional information
For details of the list of eligible entities who may utilise the resulting agreement(s), subject to the prior agreement of NOE CPC, please refer to the original Contract Notice
Section II.2.4 - Description of Procurement
Section II.2.11 - Information about options
Section VI.3 - Additional Information
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015.
Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.