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