Non Clinical Staffing

A Tender Notice
by CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£6B-£2B
Sector
BUSINESS
Published
21 Oct 2022
Delivery
To 31 Oct 2026 (est.)
Deadline
21 Nov 2022 15:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

1 buyer

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.

Lot Division

1 Admin & Clerical
  • Value: £215M

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. 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.

2 Corporate Functions
  • Value: £955M

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. 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.

3 IT Professionals
  • Value: £615M

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. 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.

4 Legal
  • Value: £45M

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. 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.

5 Scientific, Technical & Clinical Coding
  • Value: £15M

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. 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.

6 Estates, Facilities Management & Ancillary Staff
  • Value: £255M

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. 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.

7 MSP: Master/Neutral Vendor
  • Value: £4B

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. 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.

Award Criteria

Quality 20%
price 80%

CPV Codes

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79612000 - Placement services of office-support personnel
  • 79621000 - Supply services of office personnel
  • 79623000 - Supply services of commercial or industrial workers
  • 79630000 - Personnel services except placement and supply services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/1ebf9385-85b6-4dbb-9250-92ddb4... 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.

Reference

Domains