Disabled Colleagues: Framework Agreement for the Supply of Recruitment Services

  Disabled Colleagues is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework Agreement for the Supply of Recruitment Services
Notice type: Contract Notice
Authority: Disabled Colleagues
Nature of contract: Services
Procedure: Restricted
Short Description: The purpose of this framework agreement is to provide Recruitment Services for SHG who require a number of reliable recruitment agencies to meet their temporary, permanent or interim recruitment requirements. This framework presents a distinct offering and welcomes niche suppliers to apply for specific lots. SHG is purchasing on behalf of all its current and future subsidiaries that will include but not be limited to Southern Development Services Ltd, Southern Housing Home Ownership, Southern Space and Southern Maintenance Services.
Published: 22/09/2016 18:00
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Recruitment services.
Section I: Contracting Authority
      I.1) Name and addresses
             Southern Housing Group Limited
             Fleet House,, 59 – 61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
             Email: contracts@shgroup.org.uk
             Contact: The Group Procurement Team
             Main Address: www.shgroup.org.uk, Address of the buyer profile: https://www.delta-esourcing.com/delta/
             NUTS Code: UKJ
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/delta/
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/ 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://www.delta-esourcing.com/delta/
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Framework Agreement for the Supply of Recruitment Services       
      Reference Number: 209682055
      II.1.2) Main CPV Code:
      79600000 - Recruitment services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The purpose of this framework agreement is to provide Recruitment Services for SHG who require a number of reliable recruitment agencies to meet their temporary, permanent or interim recruitment requirements. This framework presents a distinct offering and welcomes niche suppliers to apply for specific lots.
SHG is purchasing on behalf of all its current and future subsidiaries that will include but not be limited to Southern Development Services Ltd, Southern Housing Home Ownership, Southern Space and Southern Maintenance Services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Finance       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the Finance sector. Organisations must have extensive IT industry knowledge in the private and not-for-profit sector. Knowledge of the Housing sector would be useful.

•Business Protection
•Operational Finance
•Value Creation

Location
The team is based primarily in London and Horsham offices and the Organisation is expected to source candidates for both these locations.

Qualifications
The Organisation must have the capabilities to source qualified candidates that hold all the experience, certifications and/ or qualifications detailed within the job role profile. These are likely to include but are not be limited to ACCA and CIMA.

Roles
Although requirements will vary, it is expected that a wide range of disciplines will be recruited. This will include, but is not limited to;
•Income Management
•Accounting
•Business Planning
•Financial Accountants
•Financial Systems
•Special Projects & Tax
•Many specialist roles
      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: 978,000       
      Currency: 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: Autumn 2020
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Information Technology       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the IT sector. Organisations must have extensive IT industry knowledge in the private and/ or not-for-profit sector.

SHG’s IT team is modernising their technology and ways of working with particular focus on agile working. The Organisation is expected to be aware of SHG’s technology modernisation plans.


Location
The team is mainly based in Horsham office (Appendix C2- Offices) and the Organisation is expected to source candidates for this location only at the present.

Qualifications
The Organisation must have the capabilities to source qualified candidates that hold all the essential experience, certifications and/ or qualifications detailed within the job role profile. These are likely to include but are not be limited to:
•ITEL
•TOGAF
•Prince2 Training

Roles
Although requirements will vary, it is expected that a wide range of disciplines will need to be recruited. This will include, but is not limited to;
•IT Change
•Service Strategy and Portfolio
•IT Customer Service delivery and support
• Service design and transition
      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: 707,000       
      Currency: 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: Autumn 2020
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: HR & Legal / Executive       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the HR & Legal / Executive function Organisations must have extensive IT industry knowledge in the private and/ or not-for-profit sector.

Location
The team is based primarily in London and Horsham offices (Appendix C2- Offices) and the Organisation is expected to source candidates for both these locations

Roles
Although requirements will vary, it is expected that a wide range of disciplines will need to be recruited. This will include, but is not limited to;

•Director roles of all functions
•Heads of roles of all functions
•HR Business Partner
•Company Secretary
      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: 1,100,000       
      Currency: 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: Autumn 2020
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Housing Recruitment Services       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the Housing sector. Organisations must have extensive Housing industry knowledge in the private and not-for-profit sector

Location
These roles are Groupwide and the majority will be roles that are required to adopt an agile approach to working and often require mobile working.. The Organisation is expected to source candidates who adopt this approach.
      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: 490,000       
      Currency: 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: Autumn 2020
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Development       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the Development sector. Organisations must have extensive Development industry knowledge in the private and/ or not-for-profit sector.

Current structure of the Development Team:
•New Business
•Development
•Market Rent

Location
The team is based primarily in London and Horsham offices (Appendix C2- Offices) with travelling limited within the current regions (Appendix C3 – Regions). The Organisation is expected to source candidates for both these locations.

Qualifications
The Organisation must have the capabilities to source qualified candidates that hold all the essential experience, certifications and/ or qualifications detailed within the job role profile. These are could include but are not be limited to Chartered Institute of Builders, RICs qualified Surveyors, Quantity Surveyors and related qualifications, etc.

Roles
Although requirements will vary, it is expected that a wide range of disciplines will be recruited.
      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: 781,000       
      Currency: 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: Autumn 2020
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Communication, Sales and Marketing       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the communication, sales and marketing sector. Organisations must have extensive Communication and Sales and Marketing industry knowledge in the private and/ or not-for-profit sector.

Location
The team is based primarily in the London office (Appendix C2– Offices) and the Organisation is expected to source candidates for this location only at the present.

Roles
Although requirements will vary, it is expected that a wide range of disciplines will be recruited.
      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: 200,000       
      Currency: 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: Autumn 2020
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Clerical and Admin       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the clerical and admin sector.

Location
Location for this area is Groupwide so the Organisation is expected to source candidates for all SHG’s offices (Appendix C2– Offices).

Roles
Although requirements will vary, it is expected that a wide range of disciplines will be recruited.
      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: 220,000       
      Currency: 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: Autumn 2020
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Care and Support       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the care and support sector.

Location
The team is based primarily in Isle of Wight office (Appendix C3 – Offices) and the Organisation is expected to source candidates for this location but this may expand to other group offices too.

Roles
Although requirements will vary, it is expected that a wide range of disciplines will be recruited.
      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: 26,000       
      Currency: 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: Autumn 2020
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Any requirements are set out in the Pre-Qualification Questionnaire (PQQ) / Invitation To Tender (ITT) consistent with the provisions of the Public Procurement Regulations 2015.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Any requirements are set out in the Pre-Qualification Questionnaire (PQQ) / Invitation To Tender (ITT) consistent with the provisions of the Public Procurement Regulations 2015.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 22               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 26/10/2016 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/12/2016       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 48
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Autumn 2020
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Recruitment-services./4N88J3XTX2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4N88J3XTX2
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Court of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
       Internet address: www.hmcourts-service.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             Centre for Effective Dispute Resolution (CEDR)
          70 Fleet Street, London, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000, Email: info@cedr.com
          Internet address: www.cedr.com
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
   VI.5) Date Of Dispatch Of This Notice: 22/09/2016

Annex A


View any Notice Addenda

View Award Notice

UK-London: Recruitment services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Southern Housing Group Limited
       Fleet House,, 59 – 61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
       Email: contracts@shgroup.org.uk
       Contact: The Group Procurement Team
       Main Address: www.shgroup.org.uk, Address of the buyer profile: https://www.delta-esourcing.com/delta/
       NUTS Code: UKJ

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Framework Agreement for the Supply of Recruitment Services            
      Reference number: 209682055

      II.1.2) Main CPV code:
         79600000 - Recruitment services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: PLEASE NOTE THAT THIS IS A CONTRACT AWARD NOTICE AND THIS CONTRACT HAS BEEN LET.

The purpose of this framework agreement is to provide Recruitment Services for SHG who require a number of reliable recruitment agencies to meet their temporary, permanent or interim recruitment requirements. This framework presents a distinct offering and welcomes niche suppliers to apply for specific lots.
SHG is purchasing on behalf of all its current and future subsidiaries that will include but not be limited to Southern Development Services Ltd, Southern Housing Home Ownership, Southern Space and Southern Maintenance Services.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                   
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,502,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Finance   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the Finance sector. Organisations must have extensive IT industry knowledge in the private and not-for-profit sector.

      II.2.5) Award criteria:
      Quality criterion - Name: Stage 1 - Evaluation of tender responses / Weighting: 55
      Quality criterion - Name: Stage 2 - Interview / Weighting: 10
                  
      Cost criterion - Name: Commission Levels (Permanent Staff) / Weighting: 20
      Cost criterion - Name: Commission Levels (Temporary Staff) / Weighting: 10
      Cost criterion - Name: Temp to Perm Fees / Weighting: 5
            

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Information Technology   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the IT sector. Organisations must have extensive IT industry knowledge in the private and/ or not-for-profit sector.

      II.2.5) Award criteria:
      Quality criterion - Name: Stage 1 - Evaluation of Tender Responses / Weighting: 55
      Quality criterion - Name: Stage 2 - Interview / Weighting: 10
                  
      Cost criterion - Name: Commission Levels (Permanent Staff) / Weighting: 20
      Cost criterion - Name: Commission Levels (Permanent Staff) / Weighting: 10
      Cost criterion - Name: Temp to Perm Fees / Weighting: 5
            

      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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:HR & Legal / Executive   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the HR & Legal / Executive function Organisations must have extensive IT industry knowledge in the private and/ or not-for-profit sector.

Location
The team is based primarily in London and Horsham offices (Appendix C2- Offices) and the Organisation is expected to source candidates for both these locations

Roles
Although requirements will vary, it is expected that a wide range of disciplines will need to be recruited. This will include, but is not limited to;

•Director roles of all functions
•Heads of roles of all functions
•HR Business Partner
•Company Secretary

      II.2.5) Award criteria:
      Quality criterion - Name: Stage 1 - Evaluation of Tender Responses / Weighting: 55
      Quality criterion - Name: Stage 2 - Interview / Weighting: 10
                  
      Cost criterion - Name: Commission Levels (Permanent Staff) / Weighting: 20
      Cost criterion - Name: Commission Levels (Temporary Staff) / Weighting: 10
      Cost criterion - Name: Temp to Perm Fees / Weighting: 5
            

      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: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Housing Recruitment Services   
      Lot No:4

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the Housing sector. Organisations must have extensive Housing industry knowledge in the private and not-for-profit sector

Location
These roles are Groupwide and the majority will be roles that are required to adopt an agile approach to working and often require mobile working.. The Organisation is expected to source candidates who adopt this approach.

      II.2.5) Award criteria:
      Quality criterion - Name: Stage 1 - Evaluation of Tender Responses / Weighting: 55
      Quality criterion - Name: Stage 2 - Interview / Weighting: 10
                  
      Cost criterion - Name: Commission Levels (Permanent Staff) / Weighting: 20
      Cost criterion - Name: Commission Levels (Temporary Staff) / Weighting: 10
      Cost criterion - Name: Temp to Perm Fees / Weighting: 5
            

      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: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Development   
      Lot No:5

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the Development sector. Organisations must have extensive Development industry knowledge in the private and/ or not-for-profit sector.

      II.2.5) Award criteria:
      Quality criterion - Name: Stage 1 - Evaluation of Tender Responses / Weighting: 55
      Quality criterion - Name: Stage 2 - Interview / Weighting: 10
                  
      Cost criterion - Name: Commission Levels (Permanent Staff) / Weighting: 20
      Cost criterion - Name: Commission Levels (Temporary Staff) / Weighting: 10
      Cost criterion - Name: Temp to Perm Fees / Weighting: 5
            

      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: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Communication, Sales and Marketing   
      Lot No:6

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the communication, sales and marketing sector. Organisations must have extensive Communication and Sales and Marketing industry knowledge in the private and/ or not-for-profit sector.

Location
The team is based primarily in the London office (Appendix C2– Offices) and the Organisation is expected to source candidates for this location only at the present.

Roles
Although requirements will vary, it is expected that a wide range of disciplines will be recruited.

      II.2.5) Award criteria:
      Quality criterion - Name: Stage 1 - Evaluation of Tender Responses / Weighting: 55
      Quality criterion - Name: Stage 2 - Interview / Weighting: 10
                  
      Cost criterion - Name: Commission Levels (Permanent Staff) / Weighting: 20
      Cost criterion - Name: Commission Levels (Temporary Staff) / Weighting: 10
      Cost criterion - Name: Temp to Perm Fees / Weighting: 5
            

      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: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Clerical and Admin   
      Lot No:7

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the clerical and admin sector.

Location
Location for this area is Groupwide so the Organisation is expected to source candidates for all SHG’s offices (Appendix C2– Offices).

Roles
Although requirements will vary, it is expected that a wide range of disciplines will be recruited.

      II.2.5) Award criteria:
      Quality criterion - Name: Stage 1 - Evaluation of Tender Responses / Weighting: 55
      Quality criterion - Name: Stage 2 - Interview / Weighting: 10
                  
      Cost criterion - Name: Commission Levels (Permanent Staff) / Weighting: 20
      Cost criterion - Name: Commission Levels (Temporary Staff) / Weighting: 10
      Cost criterion - Name: Temp to Perm Fees / Weighting: 5
            

      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: Not Provided

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Care and Support   
      Lot No:8

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The Organisation will be required to supply a recruitment service for temporary, interim and permanent labour requirements within the care and support sector.

Location
The team is based primarily in Isle of Wight office (Appendix C3 – Offices) and the Organisation is expected to source candidates for this location but this may expand to other group offices too.

Roles
Although requirements will vary, it is expected that a wide range of disciplines will be recruited.

      II.2.5) Award criteria:
      Quality criterion - Name: Stage 1 - Evaluation of Tender Responses / Weighting: 10
      Quality criterion - Name: Stage 2 - Interview / Weighting: 10
                  
      Cost criterion - Name: Commission Levels (Permanent Staff) / Weighting: 10
      Cost criterion - Name: Commission Levels (Temporary Staff) / Weighting: 10
      Cost criterion - Name: Temp to Perm Fees / Weighting: 10
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2016/S 187-335618
      
   

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Finance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 25
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 25

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Badenoch & Clark
             Millennium Bridge House,, 2 Lambeth Hill, London, EC4V 4BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             Hydrogen Group Plc.
             30 Eastcheap,, London, EC3M 1HD, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             Michael Page International Recruitment Limited
             Page House, Bourne Business Park, 1 Dashwood Lang Road, Weybridge,, Surrey, KT15 2QW, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 978,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: IT

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 37
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 37

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Certes Computing Limited
             3 The Courtyard,, Roman Way,, Coleshill, B46 1HQ, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             Badenoch & Clark
             Millennium Bridge House, 2 Lambeth Hill,, London, EC4V 4BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             LA International Computer Consultants Limited
             International House,, Festival Way,, Stoke on Trent, ST1 5UB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.4)
             ReThink Recruitment Solutions Limited
             19 Spring Gardens,, Manchester,, M2 1FB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 707,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: HR & Legal / Executive

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 25
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 25

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Badenoch & Clark
             Millennium Bridge House,, 2 Lambeth Hill,, London,, EC4V 4BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             Carlisle Staffing Plc trading as TateCarlisle Staffing Plc trading as Tate
             800 The Boulevard,, Capability Green,, Luton,, Bedfordshire,, LU1 3BA, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             Deverell Smith Ltd
             D Floor, Cannon Green,, 1 Suffolk Lane,, London,, EC4R 0AX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,100,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Housing Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 21
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 21

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Badenoch & Clark
             Millennium Bridge House,, 2 Lambeth Hill,, London,, EC4V 4BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             STR Ltd
             "Unit 1 Quay Point,, Northarbour Road,, Portsmouth,, Hampshire,, PO6 3TD, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             Service Care Solutions Ltd
             Arthur House,, 12-13 Starkie Street,, Preston,, PR1 3LU, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.4)
             Hays Specialist Recruitment Ltd
             250 Euston Road,, London,, NW1 2AF, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 490,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Development

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Badenoch & Clark
             Millennium Bridge House,, 2 Lambeth Hill,, London,, EC4V 4BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Deverell Smith Ltd
             D Floor,, Cannon Green,, 1 Suffolk Lane,, London,, EC4R 0AX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Hays Specialist Recruitment Ltd
             250 Euston Road,, London,, NW1 2AF, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 781,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Communications, Sales & Marketing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 19
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 19

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Badenoch & Clark
             Millennium Bridge House,, 2 Lambeth Hill,, London,, EC4V 4BG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             Carlisle Staffing Plc trading as TateCarlisle Staffing Plc trading as Tate
             800 The Boulevard,, Capability Green,, Luton,, Bedfordshire,, LU1 3BA, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             Deverell Smith Ltd
             D Floor,, Cannon Green,, 1 Suffolk Lane,, London,, EC4R 0AX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 200,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Admin and Clerical

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 22
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 22

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Carlisle Staffing Plc trading as TateCarlisle Staffing Plc trading as Tate
             800 The Boulevard,, Capability Green,, Luton,, Bedfordshire,, LU1 3BA, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             Deverell Smith Ltd
             D Floor,, 1 Suffolk Lane,, Cannon Green,, London,, EC4R 0AX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             Hays Specialist Recruitment Ltd
             250 Euston Road,, London,, NW1 2AF, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 220,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Care & Support

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=261811980

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Court of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000
          Internet address: www.hmcourts-service.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Centre for Effective Dispute Resolution (CEDR)
          70 Fleet Street, London, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000, Email: info@cedr.com
          Internet address: www.cedr.com

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Office
          70 Whitehall, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

   VI.5) Date of dispatch of this notice: 19/06/2017