Employee Benefits & Services

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£250M
Sector
MISCELLANEOUS
Published
27 Jan 2023
Delivery
To 06 Feb 2027 (est.)
Deadline
27 Feb 2023 15:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service, as the Authority, intends to 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 required to 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 will be 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. A full description of the services is set out at Attachment 1a – Framework Schedule 1 (Specification) within the Invitation to Tender (ITT) documents.

Lot Division

1 Managed Service
  • Value: £185M

A range of employee benefits, available through a centrally branded online employee benefits platform, capable of reflecting individual buyers' identities to access benefits offered. 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.

2 Reward and Recognition Scheme
  • Value: £60M

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. 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.

3 Financial Wellbeing Scheme
  • Value: £1M

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. 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.

4 Cycle to Work Scheme
  • Value: £1M

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. 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.

5 Childcare / Payroll Giving Scheme
  • Value: £2M

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. 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.

6 Technology and Smartphone Scheme
  • Value: £1M

Providing Buyers with savings on technology and smartphones. 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.

Award Criteria

Quality 80
price 20

CPV Codes

  • 98300000 - Miscellaneous services
  • 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

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/277c628e-3707-41df-9c01-2b20a6... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the Framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. In each Lot, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last awarded position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222. The value at II.1.5 is an estimate. We cannot guarantee suppliers any business under the framework. Minimum standards of reliability: CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the ITT documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20 000 000 GBP.

Reference

Domains