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 Award Notice

Workforce Solutions Framework

  • First published: 07 March 2024
  • Last modified: 07 March 2024

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:
ocds-h6vhtk-0315f9
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
07 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

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

I.2) Joint procurement

The contract is awarded by a central purchasing body

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

Workforce Solutions Framework

Reference number: RM6288

II.1.2) Main CPV code

79620000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown 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 lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 20 000 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

72600000

79000000

79211110

79414000

79600000

79610000

79620000

79621000

79623000

79631000

80500000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Price

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

The 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.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The 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

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

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 notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/02/2024

V.2.2) Information about tenders

Number 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 contractor

See 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 subcontracting

Section VI: Complementary information

VI.3) Additional information

The 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.

VI.4) Procedures for review

VI.4.1) Review body

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 procedures

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

VI.5) Date of dispatch of this notice

06/03/2024

Coding

Commodity categories

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

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:
supplier@crowncommercial.gov.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.