Workforce Solutions Framework (Великобритания (Англия, Шотландия, Уэльс) - Тендер #52101343) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: The Minister for the Cabinet Office acting through Crown Commercial Service Номер конкурса: 52101343 Дата публикации: 07-03-2024 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
Title: | Workforce Solutions Framework |
OCID: | ocds-h6vhtk-0315f9 |
Published by: | The Minister for the Cabinet Office acting through Crown Commercial Service |
Authority ID: | AA77645 |
Publication Date: | 07/03/2024 |
Deadline Date: | |
Deadline Time: | |
Notice Type: | Contract Award Notice |
Has Documents: | No |
Has SPD: | No |
Abstract: |
Managed Service Provider – this is a single supplier arrangement required to deliver the full scope of the framework, covering the following service lines: Contingent Labour - including; Professional workers; Admin/clerical workers; and Operational workers Recruit-Train-Deploy (RTD) delivery Statement of Works (SOW) / Outcome based delivery (OBD) Permanent Recruitment Employed resource / Resource augmentation partnering Campaigns The service lines are delivered through the Vendor Management System (VMS) that the supplier will provide. It is a mandatory requirement of the procurement that a supplier must appoint a third party contractor for the VMS, who will be considered a key subcontractor. The supplier provides an end to end solution. Full details regarding the services required are set out within the specification that forms part of the ITPD pack. |
Results of the procurement procedure
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, 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
The contract is awarded by a central purchasing body
Ministry or any other national or federal authority, including their regional or local subdivisions
General public services
Workforce Solutions Framework
Reference number: RM6288
II.1.2) Main CPV code79620000
II.1.3) Type of contractServices
II.1.4) Short descriptionCrown Commercial Service (CCS) has put in place a new long-term contracting solution for the provision of workforce solutions replacing the previous framework, RM3749 Public Sector Resourcing.
The aim of this framework is to build a market leading commercial model to connect workers with public sector demand, enabling contracting authorities to engage the right resources, with the right skills, at the right price, through a range of delivery models. This will include sourcing temporary workers, engaging pre-identified nominated workers, delivering work through statements of work (SOW), and engaging workers via a Recruit-Train-Deploy (RTD) model.
II.1.6) Information about lotsThis contract is divided into lots: No
II.1.7) Total value of the procurementValue excluding VAT: 20 000 000 000.00 GBP
72600000
79000000
79211110
79414000
79600000
79610000
79620000
79621000
79623000
79631000
80500000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementManaged Service Provider – this is a single supplier arrangement required to deliver the full scope of the framework, covering the following service lines:
Contingent Labour - including; Professional workers; Admin/clerical workers; and Operational workers
Recruit-Train-Deploy (RTD) delivery
Statement of Works (SOW) / Outcome based delivery (OBD)
Permanent Recruitment
Employed resource / Resource augmentation partnering
Campaigns
The service lines are delivered through the Vendor Management System (VMS) that the supplier will provide. It is a mandatory requirement of the procurement that a supplier must appoint a third party contractor for the VMS, who will be considered a key subcontractor. The supplier provides an end to end solution. Full details regarding the services required are set out within the specification that forms part of the ITPD pack.
II.2.5) Award criteriaPrice
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe Framework duration is for 90 months, however, bidders should note the last 18 months of the contract is a transition period, no new call-offs can be placed during this time.
The value is estimated at II.1.7 and does not guarantee any spend under this arrangement. The actual spend will depend on demand from buyers purchasing under the Framework Contract.
Competitive dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe 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
Notice number in the OJ S:
2023/S 000-020123
IV.2.9) Information about termination of call for competition in the form of a prior information noticeThe contracting authority will not award any further contracts based on the above prior information notice
A contract/lot is awarded: Yes
06/02/2024
V.2.2) Information about tendersNumber of tenders received: 14
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorSee Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street. L3 9PP
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
URL: https://www.gov.uk/ccs
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: : 20 000 000 000.00 GBP
V.2.5) Information about subcontractingThe 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/e76742d3-df42-429a-9e4d-7f9f21a2042d
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.
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.4.2) Body responsible for mediation proceduresThe Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
06/03/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.No further information has been uploaded. |
Main Contact: | supplier@crowncommercial.gov.uk |
Admin Contact: | N/a |
Technical Contact: | N/a |
Other Contact: | N/a |
ID | Title | Parent Category |
---|---|---|
79000000 | Business services: law, marketing, consulting, recruitment, printing and security | Other Services |
72600000 | Computer support and consultancy services | IT services: consulting, software development, Internet and support |
79414000 | Human resources management consultancy services | Business and management consultancy services |
79211110 | Payroll management services | Accounting services |
79631000 | Personnel and payroll services | 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 |
79623000 | Supply services of commercial or industrial workers | Supply services of personnel including temporary staff |
79621000 | Supply services of office personnel | Supply services of personnel including temporary staff |
79620000 | Supply services of personnel including temporary staff | Recruitment services |
80500000 | Training services | Education and training services |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |