Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Non Clinical Temporary and Fixed Term Staff

  • First published: 26 April 2019
  • Last modified: 26 April 2019
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Cabinet Office
Authority ID:
AA26341
Publication date:
26 April 2019
Deadline date:
23 May 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The requirement is for the supply of Non Clinical Temporary and Fixed Term Staff from both Employment Businesses and Employment Agencies as detailed in Attachment 1a Framework Schedule 1 (Specification) of the Invitation to Tender. The Supplier must cover all roles related to this lot as described in Schedule 1 Appendix A — Person Specification.

Full notice text

Contract notice

Section I: Contracting authority

I.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

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Non Clinical Temporary and Fixed Term Staff

Reference number: RM6160

II.1.2) Main CPV code

79000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service as the Authority is putting in place a Pan Government collaborative framework contract for use by UK (and any Crown Dependencies) Public Sector bodies identified at VI.3) (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.

The above Public Sector bodies have a need for Non Clinical Temporary and Fixed Term Staff.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

There are no restrictions to the number of lots a bidder can place a bid for.

II.2) Description

Lot No: 1

II.2.1) Title

Admin and Clerical Supply

II.2.2) Additional CPV code(s)

79510000

79520000

79550000

79560000

79570000

79610000

79612000

79621000

79622000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Temporary and Fixed Term Staff from both Employment Businesses and Employment Agencies as detailed in Attachment 1a Framework Schedule 1 (Specification) of the Invitation to Tender. The Supplier must cover all roles related to this lot as described in Schedule 1 Appendix A — Person Specification.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 260 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 72 suppliers for this lot.

The maximum number of suppliers for this lot may increase where 2 or more bidders have tied scores in the last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for Lot 1 is 72nd position.

Lot No: 2

II.2.1) Title

Corporate Functions

II.2.2) Additional CPV code(s)

72220000

79200000

79410000

79420000

79430000

79510000

79520000

79530000

79540000

79550000

79560000

79570000

79610000

79612000

79621000

79622000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Temporary and Fixed Term Staff from both Employment Businesses and Employment Agencies as detailed in Attachment 1a Framework Schedule 1 (Specification) of the Invitation to Tender. The Supplier must cover all roles related to this lot as described in Schedule 1 Appendix A — Person Specification.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 880 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 87 suppliers for this lot.

The maximum number of suppliers for this lot may increase where 2 or more bidders have tied scores in the last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for Lot 2 is 87th position.

Lot No: 3

II.2.1) Title

IT Professionals

II.2.2) Additional CPV code(s)

48814100

48814200

48814300

48814400

48814500

72224100

72224200

79610000

79620000

79621000

79622000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Temporary and Fixed Term Staff from both Employment Businesses and Employment Agencies as detailed in Attachment 1a Framework Schedule 1 (Specification) of the Invitation to Tender. The Supplier must cover all roles related to this lot as described in Schedule 1 Appendix A — Person Specification.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 700 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 62 suppliers for this lot.

The maximum number of suppliers for this lot may increase where 2 or more bidders have tied scores in the last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for Lot 3 is 62nd position.

Lot No: 4

II.2.1) Title

Legal Supply

II.2.2) Additional CPV code(s)

79500000

79610000

79620000

79621000

79622000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Temporary and Fixed Term Staff from both Employment Businesses and Employment Agencies as detailed in Attachment 1a Framework Schedule 1 (Specification) of the Invitation to Tender. The Supplier must cover all roles related to this lot as described in Schedule 1 Appendix A — Person Specification.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 8 suppliers for this lot.

The maximum number of suppliers for this lot may increase where 2 or more bidders have tied scores in the last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for Lot 4 is 8th position.

Lot No: 5

II.2.1) Title

Clinical Coding

II.2.2) Additional CPV code(s)

48814000

79610000

79620000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Temporary and Fixed Term Staff from both Employment Businesses and Employment Agencies as detailed in Attachment 1a Framework Schedule 1 (Specification) of the Invitation to Tender. The Supplier must cover all roles related to this lot as described in Schedule 1 Appendix A — Person Specification.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 11 suppliers for this lot.

The maximum number of suppliers for this lot may increase where 2 or more bidders have tied scores in the last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for Lot 5 is 11th position.

Lot No: 6

II.2.1) Title

Ancillary Staff

II.2.2) Additional CPV code(s)

45310000

45320000

45330000

45340000

45350000

45410000

45420000

45430000

45440000

45450000

50246000

79610000

79620000

79621000

79622000

79623000

79630000

79710000

79930000

79960000

90900000

98360000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Temporary and Fixed Term Staff from both Employment Businesses and Employment Agencies as detailed in Attachment 1a Framework Schedule 1 (Specification) of the Invitation to Tender. The Supplier must cover all roles related to this lot as described in Schedule 1 Appendix A — Person Specification.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 140 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

It is envisaged that a Framework Contract will be awarded to 60 suppliers for this lot.

The maximum number of suppliers for this lot may increase where 2 or more bidders have tied scores in the last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for Lot 6 is 60th position.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (“ITT”) registering for access.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 300

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 072-159661

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

Date: 23/05/2019

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 23/05/2019

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.

As part of this Contract Notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/78bb6ab8-a8ed-4907-8938-062a76dde81a

1) Notice RM6160 — Contract Notice Authorised Customer List Crown Commercial Service Framework Agreement;

2) Notice RM6160 — Contract Notice Reserved rights for Crown Commercial Service Framework Agreement;

3) Notice RM6160 — Contract Notice Transparency Info Crown Commercial Service Framework Agreement;

4) Notice RM6160 — Contract Notice Crown Commercial Service Framework Agreement Lot Structure and Number of Awards;

5) Notice RM6160 — Contract Notice Crown Commercial Service Framework Agreement Further Additional Information;

6) Notice RM6160 — Contract Notice Crown Commercial Service Framework Agreement Process.

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal 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.

To register, you will need to:

1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk

2) Select the link “I am a new supplier user”;

3) Read and agree to the portal user agreement;

4) Complete the registration form, providing information including:

— the full legal name of your organisation,

— your company registration number,

— your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun&Bradstreet,

— user and contact details.

Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.

Note: If you require additional users from your organisation to see the Invitation to Tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via “User Management” > “Manage Users” > “Users” > “Create”.

Expressing an interest:

To express your interest in this procurement:

1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk

2) On the dashboard select the link ITTs Open to All Suppliers;

3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access;

4) Click on Express Interest at the top of the next screen;

5) You can now access the published documents in the BravoSolution portal.

For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at

help@bravosolution.co.uk or call 0800 069 8630.

II.2.7) Framework contract duration is for a period of 24 months but includes an option to extend for 12 months plus an additional option for a further 12 months. This decision will be at the discretion of The Authority (Crown Commercial Service).

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

23/04/2019

Coding

Commodity categories

ID Title Parent category
79200000 Accounting, auditing and fiscal services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
48814500 Casemix system Medical information systems
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
48814400 Clinical information system Medical information systems
79430000 Crisis management services Business and management consultancy and related services
45310000 Electrical installation work Building installation work
45340000 Fencing, railing and safety equipment installation work Building installation work
79560000 Filing services Office-support services
45430000 Floor and wall covering work Building completion work
50246000 Harbour equipment maintenance services Repair, maintenance and associated services related to marine and other equipment
45320000 Insulation work Building installation work
79540000 Interpretation services Office-support services
45420000 Joinery and carpentry installation work Building completion work
79570000 Mailing-list compilation and mailing services Office-support services
79420000 Management-related services Business and management consultancy and related services
98360000 Marine services Miscellaneous services
45350000 Mechanical installations Building installation work
48814000 Medical information systems Information systems
48814100 Nursing information system Medical information systems
79500000 Office-support services Business services: law, marketing, consulting, recruitment, printing and security
45450000 Other building completion work Building completion work
45440000 Painting and glazing work Building completion work
48814200 Patient-administration system Medical information systems
79630000 Personnel services except placement and supply services Recruitment services
79960000 Photographic and ancillary services Miscellaneous business and business-related services
79612000 Placement services of office-support personnel Placement services of personnel
79610000 Placement services of personnel Recruitment services
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
79520000 Reprographic services Office-support services
79710000 Security services Investigation and security services
79930000 Specialty design services Miscellaneous business and business-related services
79623000 Supply services of commercial or industrial workers Supply services of personnel including temporary staff
79622000 Supply services of domestic help personnel Supply services of personnel including temporary staff
79621000 Supply services of office personnel Supply services of personnel including temporary staff
79620000 Supply services of personnel including temporary staff Recruitment services
72224100 System implementation planning services Project management consultancy services
72224200 System quality assurance planning services Project management consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
79510000 Telephone-answering services Office-support services
48814300 Theatre management system Medical information systems
79530000 Translation services Office-support services
79550000 Typing, word-processing and desktop publishing services Office-support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.