Awarded contract

Employee Benefits & Services

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F03: Contract award notice

Notice reference: 2023/S 000-017626

Published 21 June 2023, 11:00am



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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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

Email

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom