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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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, has 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 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 is 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.
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: £250,000,000
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.2.11) 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.2.11) 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.2.11) 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.2.11) 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.2.11) 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.2.11) 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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 000-005109
Section five. Award of contract
Lot No
Lot 1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 May 2023
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
Telephone
+44 3450103503
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £185,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/af6cdea4-626b-444d-89c4-cb5d148a09ba
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 4 one additional supplier was awarded a place as opposed to the number of four as was originally stated in the Contract Notice that was published on 21/02/2023.
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. L3 9PP
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.crowncommercial.gov.uk/
six.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom