There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 100894-2019

04/03/2019    S44

United Kingdom-Liverpool: Recruitment services

2019/S 044-100894

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Crown Commercial Service
Postal address: The Capital Building, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address(es):
Main address: https://www.gov.uk/ccs
Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk
I.2)Information about 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 submitted electronically via: https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted 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:

Flexible Resource Pools — Staff Bank

Reference number: RM6158
II.1.2)Main CPV code
79600000 Recruitment services
II.1.3)Type of contract
Services
II.1.4)Short description:

Crown Commercial Service (the Authority) is seeking to establish a Framework Contract for the provision of flexible resource pool — staff bank services. This requires suppliers to deliver selected flexible resource pool — staff bank services to Contracting Authority’s in order to achieve organisational efficiency. The Framework Contract will focus on the provision of flexible resource pool — staff bank services to NHS Contracting Authority’s but will be open to public sector bodies as outlined in the attached OJEU Customer List.

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: no
II.2)Description
II.2.2)Additional CPV code(s)
48330000 Scheduling and productivity software package
48332000 Scheduling software package
48450000 Time accounting or human resources software package
48451000 Enterprise resource planning software package
48900000 Miscellaneous software package and computer systems
79410000 Business and management consultancy services
79414000 Human resources management consultancy services
79600000 Recruitment services
79610000 Placement services of personnel
79612000 Placement services of office-support personnel
79620000 Supply services of personnel including temporary staff
79622000 Supply services of domestic help personnel
79623000 Supply services of commercial or industrial workers
79624000 Supply services of nursing personnel
79625000 Supply services of medical personnel
79630000 Personnel services except placement and supply services
79631000 Personnel and payroll services
85100000 Health services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Crown Commercial Service (CCS) is developing a new commercial agreement to replace the existing Workforce Management agreement (RM1072) which expires in 2019. The Framework Contract will focus on the provision of flexible resource pool — staff bank services to NHS Contracting Authority’s but will be open to public sector bodies as outlined in the attached OJEU Customer List. The provisional of flexible resource pool — staff bank service may be described as the management of the flexible workers and providers of contingent labour (employment agencies) to ensure overall organisational efficiency.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Award / Weighting: 90
Price - Weighting: 10
II.2.6)Estimated value
Value excluding VAT: 2 000 000 000.00 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.2.10)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

This is for initial period for 24 months with the option to extend for 12 months plus 12 months.

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
List and brief description of selection criteria:

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”).

Minimum level(s) of standards possibly required:

The Authority will assess whether the selection criterion is met on request from the Framework Agreement user prior to the proposed conclusion of a Project Contract agreement with a value of 20 000 000 GBP or greater (excluding VAT). Failure to meet the selection criterion set will render the Supplier Alliance Member ineligible for that Project Contract agreement.

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
IV.1.8)Information about the 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: 27/03/2019
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 120 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 27/03/2019
Local time: 15:01

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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/32a8a923-5093-4105-8725-f57d53d89db2

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights Reserved for CCS Framework;

4) Lot structure and number of awards (if applicable);

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 9-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 1 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.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Crown Commercial Service
Postal address: 9th Floor, The Capital Building, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
VI.5)Date of dispatch of this notice:
27/02/2019