Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Security Screening Process of Pre-recruitment Candidates and Existing Employees

  • First published: 28 February 2020
  • Last modified: 28 February 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
United Kingdom Research and Innovation (UKRI)
Authority ID:
AA78657
Publication date:
28 February 2020
Deadline date:
30 March 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Pre-employment screening is the background checking of staff, contractors, agency personnel and other people with access to the organisation’s assets. Checks are conducted to validate and verify information provided by the screening candidate to ensure that they have provided an honest and factual representation to enable organisations to make the best hiring decisions.

Individuals who have access to government assets are required to be checked against the HMG Baseline Personnel Security Standard (BPSS).

The BPSS and supporting guidance describe the mandatory pre-employment controls required to address the problems of identity fraud, illegal working and deception generally. As well as posing serious risks to reputation, integrity and financial assets they may also be indicators of more serious national security concerns.

The screening process requires that the screening candidate provides information, usually via an online system and/or the submission of electronic documents that are then validated and cross checked to ensure that the information is correct. These checks will include reference to legal and robust sources to ensure that the information obtained relates to the named person to ensure fairness to the screening candidate and validated information to assist the organisation in making the correct decision.

Additional checks are added for specific roles, for example, a driver’s licence check for the organisation’s drivers.

Time scales for ‘Baseline’ screens will be a very important element of the screening service and must meet the HR SLA screen turn around target days (Level A,B,C,D, F – 4 working days, Level E – 2 working days, Level G – 8 working days) which we currently use. This does not include the time spent waiting for the candidate to upload information, waiting for references or the time it takes to complete the criminal record checks

The successful supplier must be able to provide a ‘white label type service’ for the handling and management of UK SBS and UKRI users of the service. This requirements is to provide a UK SBS branded extranet system that will be used to collect and interact with users of the service. The successful supplier must have the ability to interface with the new Oracle Taleo Applicant Tracking System (ATS) or be prepared to build this capability. The ATS is planned to be implemented during Q1 2020. Taleo is a cloud-based ATS that is used to manage the talent acquisition processes.

All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). This procurement will be managed electronically via thee-sourcing portal Delta. The contracting authority expressly reserves the right

(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by any supplier.

The contracting authority shall utilise the Delta eSourcing Procurement Tool available at www.uksbs.delta-esourcing.co.uk to conduct this procurement. All enquirers with respect to problems or functionality within the tool may be submitted to Delta eSourcing on 0845 270 7050. Please utilise the messaging system within thee-sourcing tool at the above link. Please note this is a free self-registration website and this can be done by completing the online questionnaire at www.uksbs.delta-esourcing.co.uk. If you wish to participate in this procurement, please use the link: https://uksbs.delta-esourcing.co.uk and the follow the instructions to 'Login'

Once you are logged into the system you will be able to link yourself into this procurement using the access code: 5P982H7258

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

United Kingdom Research and Innovation (UKRI)

Swindon

SN2 1FL

UK

Contact person: Professional Services

E-mail: professionalservices@uksbs.co.uk

NUTS: UKK14

Internet address(es)

Main address: www.ukri.org

I.1) Name and addresses

UK Shared Business Services (UK SBS)

Swindon

SN2 1FF

UK

Contact person: Professional Services

E-mail: professionalservices@uksbs.co.uk

NUTS: UKK14

Internet address(es)

Main address: www.uksbs.co.uk

I.2) Joint procurement

The contract involves 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.uksbs.delta-esourcing.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uksbs.delta-esourcing.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: UKRI Research Councils and UK SBS providing shared and specialist business services to our public sector owners

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Security Screening Process of Pre-recruitment Candidates and Existing Employees

Reference number: UK SBS CS19295

II.1.2) Main CPV code

79600000

 

II.1.3) Type of contract

Services

II.1.4) Short description

UK Shared Business Services (UK SBS), on behalf of the UK Research and Innovation wishes to put in place services for pre-employment screening, this is the background checking of staff, contractors, agency personnel and other people with access to the organisation’s assets. This means that checks are conducted to validate and verify information provided by the screening candidate to ensure that they have provided an honest and factual representation to enable organisations to make the best hiring decisions.

UK SBS HR services, on behalf of UK Research and Innovation (UKRI) recruits employees for, is seeking a competent organisation that can successfully, confidentially and legally, in accordance with all legislation, provide a ‘Baseline’ security screening service carry out pre-employment and pre-engagement of candidates.

UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the ‘Regulations’).

II.1.5) Estimated total value

Value excluding VAT: 1 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Pre-employment screening is the background checking of staff, contractors, agency personnel and other people with access to the organisation’s assets. Checks are conducted to validate and verify information provided by the screening candidate to ensure that they have provided an honest and factual representation to enable organisations to make the best hiring decisions.

Individuals who have access to government assets are required to be checked against the HMG Baseline Personnel Security Standard (BPSS).

The BPSS and supporting guidance describe the mandatory pre-employment controls required to address the problems of identity fraud, illegal working and deception generally. As well as posing serious risks to reputation, integrity and financial assets they may also be indicators of more serious national security concerns.

The screening process requires that the screening candidate provides information, usually via an online system and/or the submission of electronic documents that are then validated and cross checked to ensure that the information is correct. These checks will include reference to legal and robust sources to ensure that the information obtained relates to the named person to ensure fairness to the screening candidate and validated information to assist the organisation in making the correct decision.

Additional checks are added for specific roles, for example, a driver’s licence check for the organisation’s drivers.

Time scales for ‘Baseline’ screens will be a very important element of the screening service and must meet the HR SLA screen turn around target days (Level A,B,C,D, F – 4 working days, Level E – 2 working days, Level G – 8 working days) which we currently use. This does not include the time spent waiting for the candidate to upload information, waiting for references or the time it takes to complete the criminal record checks

The successful supplier must be able to provide a ‘white label type service’ for the handling and management of UK SBS and UKRI users of the service. This requirements is to provide a UK SBS branded extranet system that will be used to collect and interact with users of the service. The successful supplier must have the ability to interface with the new Oracle Taleo Applicant Tracking System (ATS) or be prepared to build this capability. The ATS is planned to be implemented during Q1 2020. Taleo is a cloud-based ATS that is used to manage the talent acquisition processes.

All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). This procurement will be managed electronically via thee-sourcing portal Delta. The contracting authority expressly reserves the right

(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by any supplier.

The contracting authority shall utilise the Delta eSourcing Procurement Tool available at www.uksbs.delta-esourcing.co.uk to conduct this procurement. All enquirers with respect to problems or functionality within the tool may be submitted to Delta eSourcing on 0845 270 7050. Please utilise the messaging system within thee-sourcing tool at the above link. Please note this is a free self-registration website and this can be done by completing the online questionnaire at www.uksbs.delta-esourcing.co.uk. If you wish to participate in this procurement, please use the link: https://uksbs.delta-esourcing.co.uk and the follow the instructions to 'Login'

Once you are logged into the system you will be able to link yourself into this procurement using the access code: 5P982H7258

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: 1 300 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The contract duration shall be for the initial contract term of 2 years with the optional extension on an annual basis 1 + 1 years period from the commencement of the contract.

II.2.9) Information about the limits on the number of candidates to be invited

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

If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders. See Section I.3) for access to procurement documentation

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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: 30/03/2020

Local time: 13:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 30/03/2020

Local time: 14:00

Place:

Electronic.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

To respond to this opportunity please log in to www.delta-esourcing.com and enter the following access code 5P982H7258

VI.4) Procedures for review

VI.4.1) Review body

UK Shared Business Services Ltd

Swindon

SN2 1FL

UK

Telephone: +44 1793867005

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

VI.4.2) Body responsible for mediation procedures

UK Shared Business Services Ltd

Swindon

SN2 1FL

UK

Telephone: +44 1793867005

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

VI.4.4) Service from which information about the review procedure may be obtained

UK Shared Business Services Ltd

Swindon

SN2 1FL

UK

Telephone: +44 1793867005

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

VI.5) Date of dispatch of this notice

25/02/2020

Coding

Commodity categories

ID Title Parent category
79600000 Recruitment services Business services: law, marketing, consulting, recruitment, printing and security

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
professionalservices@uksbs.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.