Section one: Contracting authority
one.1) Name and addresses
Llywodraeth Cymru / Welsh Government - Commercial Delivery
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
commercialprocurement.peoplecorporate@gov.wales
Telephone
+44 3007900170
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
https://gov.wales/public-sector-procurement
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Employee Benefits (III) Framework
Reference number
WGCD-PCS-123-23
two.1.2) Main CPV code
- 75310000 - Benefit services
two.1.3) Type of contract
Services
two.1.4) Short description
The Welsh Government Commercial Delivery (WGCD), on behalf of the Welsh Public Sector, wishes to establish a collaborative Framework Agreement for the provision of Employee Benefit Schemes.
Key Areas are likely to include (but are not limited to):
- Salary Sacrifice Schemes; Cycle to Work, Green Cars, ICT & Mobile Phones, Healthcare & Financial Wellbeing
- Retail & Leisure Discount Scheme
- Reward & Recognition
- Online Benefits Platform
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £40,000,000
two.2) Description
two.2.1) Title
Managed Service Provision
Lot No
1
two.2.2) Additional CPV code(s)
- 75310000 - Benefit services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot will be for a Managed Framework Supplier for Customer Organisations who wish to access a fully managed service and/or individual services for Employee Benefit Schemes covering a range of Salary Sacrifice & Voluntary Deduction Schemes.
The following list describes the spectrum of the provision included:
- Cycle to Work Scheme
- Green Car Scheme
- Home Technology & Smartphones Scheme
- Health and Wellbeing Scheme
- Financial Wellbeing Scheme
- Childcare Voucher Scheme
- Retail & Leisure Discount Scheme
- Reward & Recognition Solutions
- Online Benefits Platform
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80
Cost criterion - Name: Commercial / 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
two.2) Description
two.2.1) Title
Cycle to Work Scheme
Lot No
2
two.2.2) Additional CPV code(s)
- 75310000 - Benefit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKL - Wales
two.2.4) Description of the procurement
Offers a wide range of used or new cycles at competitive and consistent prices which Customer Organisations can purchase through a salary sacrifice arrangement. Framework Suppliers will be expected to manage and administer the entire end-to-end process.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80
Cost criterion - Name: Commercial / 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
two.2) Description
two.2.1) Title
Green Car Scheme
Lot No
3
two.2.2) Additional CPV code(s)
- 75310000 - Benefit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKL - Wales
two.2.4) Description of the procurement
Offer a wide range of used or new cars at competitive and consistent prices which Customer Organisations can purchase through a salary sacrifice arrangement. Framework Suppliers will be expected to manage and administer the entire end-to-end process.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80
Cost criterion - Name: Commercial / 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.1.8) 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: 2023/S 000-027276
Section five. Award of contract
Lot No
1
Title
Managed Service Provision
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 January 2024
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SME HCI Ltd t/as Vivup
Eastgate, Dogflud Way
Farnham
GU97UD
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section five. Award of contract
Lot No
2
Title
Cycle to Work Scheme
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 January 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Cycle Solutions (Cycle to Work) Limited
Unit 6, Europa Way, Fforestfach
Swansea
SA54AJ
Telephone
+44 7813293112
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Halfords Limited
Icknield Street Drive, Washford West
Redditch, Worcestershire
B980DE
Country
United Kingdom
NUTS code
- UKG12 - Worcestershire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section five. Award of contract
Lot No
3
Title
Green Car Scheme
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 January 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Knowles Associates Total Fleet Management Ltd
The Green, Great Bentley
Colchester
CO78QG
Telephone
+44 1206257204
Country
United Kingdom
NUTS code
- UKH3 - Essex
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Northumbria Healthcare NHS Foundation Trust
Northumbria House, Unit 7/8 Silver Fox Way Cobalt Business Park
Newcastle
NE270QJ
Telephone
+44 1912031585
Country
United Kingdom
NUTS code
- UKC21 - Northumberland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
Over 73 public sector organisation in Wales have committed to the WGCD in principle, including all Local Authorities, NHS bodies, Welsh Government, Welsh Government Sponsored Bodies, the Police, Fire and Rescue Services, Higher and Further Education.
In accordance with Regulation 33(5) of the Public Contracts Regulations 2015 (as amended), these procedures for awarding call-off contracts under the framework may be applied only between the contracting authorities clearly identified in the tender documentation.
A copy of this list has been uploaded in the suppliers attachment area of the ITT at the time the notice was published to ensure compliance with the requirements of the Public Contracts Regulations.
The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of the framework.
(WA Ref:138537)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom