Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 159661-2018

13/04/2018    S72

United Kingdom-Liverpool: Recruitment services

2018/S 072-159661

Prior information notice

This notice is for prior information only

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, 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://crowncommercialservice.bravosolution.co.uk
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from 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
Other activity: Public Procurement

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Health Sector Resourcing

Reference number: RM3833
II.1.2)Main CPV code
79600000 Recruitment services
II.1.3)Type of contract
Services
II.1.4)Short description:

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of health sector resourcing services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Third Sector and Education and Devolved Administrations.

II.1.5)Estimated total value
Value excluding VAT: 6 000 000 000.00 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:

This framework aims to establish an agreement with a comprehensive range of suppliers providing national and regional coverage.

It is anticipated that the services to be covered by this Procurement will be subdivided into lots covering:

Permanent recruitment services (clinical roles, including nursing, doctors, allied health professionals and social workers).

Contingent labour services (clinical roles, including nursing, doctors, allied health professionals and social workers).

Contingent labour services (non clinical roles, including administrative and clerical and professional).

Managed staff bank services (clinical and non clinical roles).

Tailored managed service solutions for one or more of the above services (clinical and non clinical roles).

The full lotting structure of this framework will be determined as a result of the market engagement.

CCS wishes to carry out market engagement to test the proposed scope, structure and services for the agreement and to shape the optimal solution to achieve the commercial aim of this procurement.

The estimated value over the course of the agreement will be 3 000 000 000 GBP to 6 000 000 000 GBP.

Further details of this procurement and our stakeholder engagement can be found here:

http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline

II.2.14)Additional information
II.3)Estimated date of publication of contract notice:
01/10/2018

Section IV: Procedure

IV.1)Description
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes

Section VI: Complementary information

VI.3)Additional information:

This Prior Information Notice is to signal an intention to commence market engagement with those within the health resourcing market.

Crown Commercial Service intends to hold market engagement sessions during May 18 with industry experts and suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending a market engagement session please visit the “Health Sector Resourcing” page, accessed via the CCS procurement pipeline webpage:

http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline

Details on how to register your interest in the market engagement sessions will be made available on the “Health Sector Resourcing” page:

http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline/health-sector-resourcing

Participation in any of the market engagement events is not a pre-requisite to participating in the procurement.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is: https://crowncommercialservice.bravosolution.co.uk

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The date in II.3) is the estimated date of publication, please refer to the CCS pipeline page http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline for updates and monitor Tenders Electronic Daily for the publication of the OJEU contract notice.

Please be advised that in preparation to participate in this competition for this framework that:

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in the procurement for the Health Sector Resourcing agreement, bidders will be required to demonstrate that they comply with the technical requirements prescribed by Cyber Essentials for the services under and in connection with the procurement.

The bidder may be awarded a framework contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of official. It will be a condition of this contract that this material must be protected. Baseline protection controls are defined in ISO27001:2013 and further defined by the Security Policy Framework https://www.gov.uk/government/collections/government-security

VI.5)Date of dispatch of this notice:
11/04/2018