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 - 510439-2018

20/11/2018    S223

United Kingdom-Leicester: Recruitment services

2018/S 223-510439

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: ESPO
Postal address: Barnsdale Way, Grove Park, Enderby
Town: Leicester
NUTS code: UKF21 Leicester
Postal code: LE19 1ES
Country: United Kingdom
Contact person: Mr David Maylin
E-mail: tenders@espo.org
Telephone: +44 1162944005
Internet address(es):
Main address: http://www.espo.org/
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: www.eastmidstenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.eastmidstenders.org
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Other activity: Local Authority Services

Section II: Object

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

653F_19 Managed Services for Temporary Agency Resources (MSTAR3)

Reference number: 653F_19
II.1.2)Main CPV code
79600000 Recruitment services
II.1.3)Type of contract
Services
II.1.4)Short description:

A service provision where one Managed Service Provider takes responsibility for delivering recruitment services on behalf of the Customer, as an alternative to the Customer managing a framework of individual Agencies.

This framework also includes alternative technology platforms for managing the customers’ recruitment processes.

ESPO will impose on economic operators requirements aimed at protecting the confidential nature of information made available throughout the procurement procedure (as permitted by Regulation 21(3)) and, before receiving that information, economic operators will be required to complete and return a Confidentiality Agreement, which will be available once economic operators have expressed an interest in the tender opportunity.

To tender:

(a) Go to www.eastmidstenders.org,

(b) Register,

(c) Search for tender opportunity ‘653F_19’,

d) Express an interest,

(e) Download the tender from the website.

II.1.5)Estimated total value
Value excluding VAT: 3 600 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Managed Service Provision

Lot No: 1
II.2.2)Additional CPV code(s)
79600000 Recruitment services
79620000 Supply services of personnel including temporary staff
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

A service provision where one Managed Service Provider takes responsibility for delivering recruitment services on behalf of the Customer, as an alternative to the Customer managing a framework of individual Agencies. Managed Services can often involve the Managed Service Provider operating a ‘tiered’ structure of Agencies to deliver the Services, dependent on the service model provided.

The below information is applicable to all three lots: ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself. Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 3 000 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 11/04/2019
End: 10/04/2021
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: yes
Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

II.2)Description
II.2.1)Title:

Vendor Management System

Lot No: 2
II.2.2)Additional CPV code(s)
79600000 Recruitment services
79620000 Supply services of personnel including temporary staff
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This Lot is for Customers who are looking for a technology solution that helps them manage recruitment Agencies, either on a self-service basis where recruitment is devolved to Hiring Managers, or via their own internal recruitment team.

The system used will help Customers to manage their supply chain, and interact with Agencies and Temporary Agency Workers through the system in regards to ordering, timesheet reconciliation, compliance and management information

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 200 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 11/04/2019
End: 10/04/2021
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: yes
Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

II.2)Description
II.2.1)Title:

Talent Pool Technology

Lot No: 3
II.2.2)Additional CPV code(s)
79600000 Recruitment services
79620000 Supply services of personnel including temporary staff
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This Lot is for Customers who are looking for a Talent Pool Technology Platform that they can contract with directly and either include within their existing MSP delivery model or develop as a stand-alone solution.

A Talent Pool Technology Platform is an on-line database which allows a Worker to register, create, maintain and delete their own profile and be matched automatically to jobs put forward through the platform by Hiring Managers.

The Talent Pool Technology Platform will be available via desktop and/or app. As such, Tenders will only be accepted for Lot 3 from Tenderers who fulfil the Talent Pool Technology Core Specification.

Tenderers for Lot 3 Talent Pool Technology will own the intellectual property rights (IPR) and development of the platform.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 400 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 11/04/2019
End: 10/04/2021
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: yes
Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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
III.2.2)Contract performance conditions:

Throughout the Term ESPO shall monitor the Service Provider’s financial standing against the Service Provider’s financial position taken on the Commencement Date. In the event that the Service Provider’s financial position falls below the position recorded on the Commencement Date ESPO shall discuss the Service Provider’s circumstances with the Service Provider. ESPO reserves the right to terminate the Framework Agreement by serving notice on the Service Provider in writing with effect from the date specified in such notice where (in the reasonable opinion of ESPO) there is a material detrimental change in the financial standing of the Service Provider which:

— adversely impacts on the Service Provider’s ability to provide the Services under this Agreement; or

— could reasonably be expected to have an adverse impact on the Service Provider’s ability to provide the Services under this 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/12/2018
Local time: 12:00
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: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 19/12/2018
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-%281%29/FAQs/Legal

VI.4)Procedures for review
VI.4.1)Review body
Official name: ESPO
Postal address: Barnsdale Way, Grove Park, Enderby
Town: Leicester
Postal code: LE19 1ES
Country: United Kingdom
Internet address: www.espo.org
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5)Date of dispatch of this notice:
15/11/2018