Contract

NOE CPC Employee Benefits for Health, Wealth & Wellbeing II

  • Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")

F03: Contract award notice

Notice identifier: 2025/S 000-003677

Procurement identifier (OCID): ocds-h6vhtk-048735

Published 4 February 2025, 2:56pm



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

Email

procurement@noecpc.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.noecpc.nhs.uk

Buyer's address

https://www.noecpc.nhs.uk

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.