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

Non Clinical Staffing

  • First published: 22 October 2022
  • Last modified: 22 October 2022

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-032ee7
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
22 October 2022
Deadline date:
21 November 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The requirement is for the supply of Non Clinical Staffing 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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3150103503

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.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 sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://crowncommercialservice.bravosolution.co.uk/


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 Staffing

Reference number: RM6277

II.1.2) Main CPV code

79600000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service as the Authority, on behalf of NHS Workforce Alliance, 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 Staffing.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000 000.00  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:

The number of suppliers to be awarded a Framework Contract for each lot is:

Lot 1 – 65

Lot 2 – 110

Lot 3 – 85

Lot 4 – 20

Lot 5 – 20

Lot 6 – 65

Lot 7 - 20

II.2) Description

Lot No: 1

II.2.1) Title

Admin & Clerical

II.2.2) Additional CPV code(s)

79600000

79610000

79612000

79621000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Staffing 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: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 215 000 000.00  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.2.9) 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

It is envisaged that a Framework Contract will be awarded to 65 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 65th position.

Lot No: 2

II.2.1) Title

Corporate Functions

II.2.2) Additional CPV code(s)

79600000

79610000

79612000

79621000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Staffing 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: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 955 000 000.00  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.2.9) 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

It is envisaged that a Framework Contract will be awarded to 110 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 110th position.

Lot No: 3

II.2.1) Title

IT Professionals

II.2.2) Additional CPV code(s)

79600000

79610000

79612000

79621000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Staffing 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: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 615 000 000.00  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.2.9) 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

It is envisaged that a Framework Contract will be awarded to 85 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 85th position.

Lot No: 4

II.2.1) Title

Legal

II.2.2) Additional CPV code(s)

79600000

79610000

79612000

79621000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Staffing 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: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 45 000 000.00  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.2.9) 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

It is envisaged that a Framework Contract will be awarded to 20 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 20th position.

Lot No: 5

II.2.1) Title

Scientific, Technical & Clinical Coding

II.2.2) Additional CPV code(s)

79600000

79610000

79612000

79621000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Staffing 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: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  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.2.9) 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

It is envisaged that a Framework Contract will be awarded to 20 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 20th position.

Lot No: 6

II.2.1) Title

Estates, Facilities Management & Ancillary Staff

II.2.2) Additional CPV code(s)

79600000

79610000

79612000

79621000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Staffing 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: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 255 000 000.00  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.2.9) 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

It is envisaged that a Framework Contract will be awarded to 65 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 65th position.

Lot No: 7

II.2.1) Title

MSP: Master/Neutral Vendor

II.2.2) Additional CPV code(s)

79600000

79610000

79612000

79621000

79623000

79630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirement is for the supply of Non Clinical Staffing 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: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 4 000 000 000.00  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.2.9) 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

It is envisaged that a Framework Contract will be awarded to 20 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 7 is 20th 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


III.2) Conditions related to the contract

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 with several operators.

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:

2022/S 000-010314

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/11/2022

Local time: 15:00

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

Tender must be valid until: 23/05/2023

IV.2.7) Conditions for opening of tenders

Date: 21/11/2022

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/1ebf9385-85b6-4dbb-9250-92ddb45c2f6c

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.

The Contracting Authorities comprising the NHS Workforce Alliance are;

The Minister for the Cabinet Office represented by its executive agency the Crown Commercial Service (CCS), its offices are at: 9th Floor, The Capital, Old Hall Street, Liverpool L3 9PP.

NHS London Procurement Partnership, its offices are at: 200 Great Dover Street, London SE1 4YB

NHS North of England Commercial Procurement Collaborative, its offices are at: Don Valley House, Savile Street East, Sheffield, S4 7UQ

NHS East of England Collaborative Procurement Hub, its offices are at: NHS Victoria House, Capital Park, Fulbourn, Cambridge, CB21 5XB

and

NHS Commercial Solutions, its offices are at: The Atrium, Curtis Road, Dorking, Surrey, RH4 1XA

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite 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.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

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 3450103503

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

21/10/2022

Coding

Commodity categories

ID Title Parent category
79630000 Personnel services except placement and supply services Recruitment services
79612000 Placement services of office-support personnel Placement services of personnel
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

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.