Tender

319_23 Staff Benefits

  • ESPO

F02: Contract notice

Notice identifier: 2023/S 000-008698

Procurement identifier (OCID): ocds-h6vhtk-03b5f7

Published 24 March 2023, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

LEICESTER

LE19 1ES

Contact

Corporate Solutions Procurement Team

Email

tenders@espo.org

Country

United Kingdom

Region code

UKF22 - Leicestershire CC and Rutland

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.espo.org/

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://www.eastmidstenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.eastmidstenders.org/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

319_23 Staff Benefits

Reference number

319_23

two.1.2) Main CPV code

  • 98300000 - Miscellaneous services

two.1.3) Type of contract

Services

two.1.4) Short description

ESPO and YPO are seeking to establish a framework agreement with a number of Service Providers for the provision of staff benefits. The framework will cover a range of benefits from a total managed service to individual schemes such as cycle to work, financial wellbeing scheme, technology products, leisure & retail discounts, car leasing schemes, childcare voucher schemes and Reward & Recognition schemes.

To tender: (a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '319_23' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest; (e) Download the tender documents from the website (documents can be found in the first question of the Online Questionnaire, but to see these you will first need to click on "Start my response" followed by "Edit" next to the Question set, and "Answer question" next to the first question - for any additional help accessing please refer to the guide that is included within the Proactis portal ProContract for this opportunity).

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

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

Lot 1 - Managed Service Platform

Lot No

1

two.2.2) Additional CPV code(s)

  • 75310000 - Benefit services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot requires Service Providers to offer a range of staff benefits on behalf of the customer as part of a managed service. The service provider will work with the Customer to develop and manage a "total benefits" package.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

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

Start date

1 August 2023

End date

31 July 2025

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

two.2) Description

two.2.1) Title

Lot 2 - Cycle to Work

Lot No

2

two.2.2) Additional CPV code(s)

  • 34430000 - Bicycles
  • 75310000 - Benefit services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot requires Service Providers to provide employers with a cycle to work scheme (via salary sacrifice) that encompasses the provision of all elements of the scheme such as hire of bikes, safety equipment and management of the salary sacrifice process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

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

Start date

1 August 2023

End date

31 July 2025

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

two.2) Description

two.2.1) Title

Lot 3 - Financial Wellbeing Support Scheme

Lot No

3

two.2.2) Additional CPV code(s)

  • 75310000 - Benefit services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot requires Service Providers to provide a financial wellbeing scheme that includes low cost loans and savings to employees by taking increments of money from their net play. This lot may also include other financial wellbeing services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Start date

1 August 2023

End date

31 July 2025

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

two.2) Description

two.2.1) Title

Lot 4 - Technology Products Scheme

Lot No

4

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies
  • 32250000 - Mobile telephones
  • 75310000 - Benefit services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot requires Service Providers to provide a financial wellbeing scheme that includes low cost loans and savings to employees by taking increments of money from their net play. This lot may also include other financial wellbeing services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Start date

1 August 2023

End date

31 July 2025

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

two.2) Description

two.2.1) Title

Lot 5 - Leisure and Retail Discount Scheme

Lot No

5

two.2.2) Additional CPV code(s)

  • 75310000 - Benefit services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot requires Service Providers to provide employers with a leisure and retail discount scheme that encompasses provision of all elements of the scheme such as the provision of retail vouchers, discounts, and management of the process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Start date

1 August 2023

End date

31 July 2025

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

two.2) Description

two.2.1) Title

Lot 6 - Car Leasing Scheme

Lot No

6

two.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars
  • 66114000 - Financial leasing services
  • 75310000 - Benefit services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot requires Service Providers to provide employers with a car leasing scheme that encompasses provision of all elements of the scheme such as the provision of cars, associated services and management of the process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Start date

1 August 2023

End date

31 July 2025

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

two.2) Description

two.2.1) Title

Lot 7 - Childcare Vouchers Salary Sacrifice Scheme

Lot No

7

two.2.2) Additional CPV code(s)

  • 75310000 - Benefit services
  • 75340000 - Child allowances
  • 85312110 - Child daycare services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot requires Service Providers to provide employers with a childcare voucher salary sacrifice scheme that encompasses provision of all elements of the scheme such as the provision of vouchers which can be used to pay for all types of registered childcare across the UK, including but not exclusive to childminders, holiday schemes, nannies, au pairs, nurseries, after school clubs, playgroups and creches, and the management of the salary sacrifice process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £60,000,000

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

Start date

1 August 2023

End date

31 July 2025

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

two.2) Description

two.2.1) Title

Lot 8 - Reward and Recognition Scheme

Lot No

8

two.2.2) Additional CPV code(s)

  • 18530000 - Presents and rewards
  • 75310000 - Benefit services
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot requires Service Providers to provide employers with a reward and recognition scheme that encompasses provisions of all elements of the scheme such as financial and non-financial rewards and management of the process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Start date

1 August 2023

End date

31 July 2025

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: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Throughout the duration of the framework, ESPO shall monitor the Supplier's financial standing against the Suppliers initial financial positioning on the commencement date of the framework. If a Suppliers financial standing falls below the position recorded on the commencement date, ESPO will raise this with Suppliers and discuss the circumstances round this.

MI (Management information) for the framework will be collected on a quarterly basis by the Contract Support Officer (CSO). The CSO will also maintain checks to ensure that any relevant insurances continued to be held.

Social Value will be assessed and monitored by the framework manager. Suppliers will be expected to demonstrate social value initiatives throughout the lifetime of the framework.


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

Date

28 April 2023

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 April 2023

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

LONDON

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.