We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

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

Services - 195390-2019

26/04/2019    S82

United Kingdom-Liverpool: Business services: law, marketing, consulting, recruitment, printing and security

2019/S 082-195390

Contract notice

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, 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:

Non Clinical Temporary and Fixed Term Staff

Reference number: RM6160
II.1.2)Main CPV code
79000000 Business services: law, marketing, consulting, recruitment, printing and security
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
II.2.1)Title:

Admin and Clerical Supply

Lot No: 1
II.2.2)Additional CPV code(s)
79510000 Telephone-answering services
79520000 Reprographic services
79550000 Typing, word-processing and desktop publishing services
79560000 Filing services
79570000 Mailing-list compilation and mailing services
79610000 Placement services of personnel
79612000 Placement services of office-support personnel
79621000 Supply services of office personnel
79622000 Supply services of domestic help personnel
79623000 Supply services of commercial or industrial workers
79630000 Personnel services except placement and supply services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
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 - Name: 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.2.10)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.

II.2)Description
II.2.1)Title:

Corporate Functions

Lot No: 2
II.2.2)Additional CPV code(s)
72220000 Systems and technical consultancy services
79200000 Accounting, auditing and fiscal services
79410000 Business and management consultancy services
79420000 Management-related services
79430000 Crisis management services
79510000 Telephone-answering services
79520000 Reprographic services
79530000 Translation services
79540000 Interpretation services
79550000 Typing, word-processing and desktop publishing services
79560000 Filing services
79570000 Mailing-list compilation and mailing services
79610000 Placement services of personnel
79612000 Placement services of office-support personnel
79621000 Supply services of office personnel
79622000 Supply services of domestic help personnel
79623000 Supply services of commercial or industrial workers
79630000 Personnel services except placement and supply services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
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 - Name: 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.2.10)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.

II.2)Description
II.2.1)Title:

IT Professionals

Lot No: 3
II.2.2)Additional CPV code(s)
48814100 Nursing information system
48814200 Patient-administration system
48814300 Theatre management system
48814400 Clinical information system
48814500 Casemix system
72224100 System implementation planning services
72224200 System quality assurance planning services
79610000 Placement services of personnel
79620000 Supply services of personnel including temporary staff
79621000 Supply services of office personnel
79622000 Supply services of domestic help personnel
79623000 Supply services of commercial or industrial workers
79630000 Personnel services except placement and supply services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
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 - Name: 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.2.10)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.

II.2)Description
II.2.1)Title:

Legal Supply

Lot No: 4
II.2.2)Additional CPV code(s)
79500000 Office-support services
79610000 Placement services of personnel
79620000 Supply services of personnel including temporary staff
79621000 Supply services of office personnel
79622000 Supply services of domestic help personnel
79623000 Supply services of commercial or industrial workers
79630000 Personnel services except placement and supply services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
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 - Name: 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.2.10)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.

II.2)Description
II.2.1)Title:

Clinical Coding

Lot No: 5
II.2.2)Additional CPV code(s)
48814000 Medical information systems
79610000 Placement services of personnel
79620000 Supply services of personnel including temporary staff
79630000 Personnel services except placement and supply services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
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 - Name: 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.2.10)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.

II.2)Description
II.2.1)Title:

Ancillary Staff

Lot No: 6
II.2.2)Additional CPV code(s)
45310000 Electrical installation work
45320000 Insulation work
45330000 Plumbing and sanitary works
45340000 Fencing, railing and safety equipment installation work
45350000 Mechanical installations
45410000 Plastering work
45420000 Joinery and carpentry installation work
45430000 Floor and wall covering work
45440000 Painting and glazing work
45450000 Other building completion work
50246000 Harbour equipment maintenance services
79610000 Placement services of personnel
79620000 Supply services of personnel including temporary staff
79621000 Supply services of office personnel
79622000 Supply services of domestic help personnel
79623000 Supply services of commercial or industrial workers
79630000 Personnel services except placement and supply services
79710000 Security services
79930000 Specialty design services
79960000 Photographic and ancillary services
90900000 Cleaning and sanitation services
98360000 Marine services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
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 - Name: 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.2.10)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

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: 300
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: 23/05/2019
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: 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
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
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
VI.5)Date of dispatch of this notice:
23/04/2019