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 Award Notice

Permanent Recruitment 2 - Lot 2

  • First published: 04 May 2024
  • Last modified: 04 May 2024
  • Record interest

     

  • 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)

Contents

Summary

OCID:
ocds-h6vhtk-02df36
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
04 May 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Crown Commercial Service, as the Authority, has put in place an agreement for the provision of Permanent Recruitment Services for use by Central Government and UK public sector bodies. This is the replacement agreement for RM6002 Permanent Recruitment Solutions and supports the hiring needs of UK central government departments including arms-length bodies (ALBs) and all other public sector bodies across the wider public sector.

Permanent Recruitment 2 will provide permanent and supporting services including, but not limited to,

• Clinical recruitment

• General recruitment

• Recruitment process outsourcing (RPO)

• Talent mapping

• Testing and assessment centres

• Technology services

• International recruitment

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

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

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Other: Public Procurement for Permanent Recruitment Services

I.5) Main activity

Other: Public Procurement for Permanent Recruitment Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Permanent Recruitment 2 - Lot 2

Reference number: RM6229

II.1.2) Main CPV code

79600000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service, as the Authority, has put in place an agreement for the provision of Permanent Recruitment Services for use by Central Government and UK public sector bodies. This is the replacement agreement for RM6002 Permanent Recruitment Solutions and supports the hiring needs of UK central government departments including arms-length bodies (ALBs) and all other public sector bodies across the wider public sector.

Permanent Recruitment 2 will provide permanent and supporting services including, but not limited to,

• Clinical recruitment

• General recruitment

• Recruitment process outsourcing (RPO)

• Talent mapping

• Testing and assessment centres

• Technology services

• International recruitment

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 37 500 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

79600000

79610000

79635000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 General Recruitment (Non Clinical)

The successful framework suppliers are expected to provide core and noncore

services

Core Services

• Customer planning

• Candidate identification and attraction

• Candidate assessment and evaluation

• Offer and appointment

Non-Core Services

• Strategy and planning

• Talent Development

• Technology services

• International recruitment

• Project RPO

The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

The Framework is being run with 2 lots awarded on a staggered basis. The overall framework is being run for 24 months and Lot 2 is being let for 20 months to run co-terminously.

A minimum threshold score of 50 was applied against the overall quality score for Lot 2.

119 suppliers were appointed to this Lot on the framework.

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

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:

2021/S 000-022471

Section V: Award of contract

Lot No: 2

Title: General Recruitment (Non Clinical)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/06/2022

V.2.2) Information about tenders

Number of tenders received: 253

Number of tenders received from SMEs: 210

Number of tenders received by electronic means: 253

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street. L3 9PP

Liverpool

L3 9PP

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 37 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

This Contract Award Notice replaces the previous CAN issued on the 08/07/2022 https://www.find-tender.service.gov.uk/Notice/018723-2022

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/3bf7cefd-ce21-4841-915e-dcb5aa7890cb

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 2 119 suppliers were awarded a place as opposed to the number of 100 as was originally stated in the Contract Notice that was published on 09/09/2021.

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, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

03/05/2024

Coding

Commodity categories

ID Title Parent category
79635000 Assessment centre services for recruitment Personnel services except placement and supply services
79610000 Placement services of personnel Recruitment services
79600000 Recruitment services Business services: law, marketing, consulting, recruitment, printing and security

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.