Sovereign Housing Association : Provision of a Neutral Vendor Managed Service Provider

  Sovereign Housing Association is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of a Neutral Vendor Managed Service Provider
Notice type: Contract Notice
Authority: Sovereign Housing Association
Nature of contract: Services
Procedure: Restricted
Short Description: The contract is to provide a Neutral Vendor Managed Service to work in partnership with Spectrum Housing Group; primarily to manage the supply of temporary workers, but also to provide assistance with permanent recruitment when required and appropriate.
Published: 28/08/2014 12:30
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-Christchurch: Recruitment services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Spectrum Housing Group
      Spectrum House, Grange Road, Christchurch, BH23 4GE, United Kingdom
      Email: procurement@spectrumhousing.co.uk, URL: http://www.spectrumhousing.co.uk, URL: http://spectrum.g2b.info/
      Attn: Nigel Leighton (Procurement Processes) Kevin Barnard (NVMS Subject Matter)

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of a Neutral Vendor Managed Service Provider
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 22

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Recruitment services. Supply services of personnel including temporary staff. Placement services of personnel. Supply services of commercial or industrial workers. Supply services of office personnel. The contract is to provide a Neutral Vendor Managed Service to work in partnership with Spectrum Housing Group; primarily to manage the supply of temporary workers, but also to provide assistance with permanent recruitment when required and appropriate.
         
      II.1.6)Common Procurement Vocabulary:
         79600000 - Recruitment services.
         
         79620000 - Supply services of personnel including temporary staff.
         
         79610000 - Placement services of personnel.
         
         79623000 - Supply services of commercial or industrial workers.
         
         79621000 - Supply services of office personnel.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Spectrum Housing Group (SHG) is a non-profit organisation, formed in 2007. We own and manage approximately 18,000 homes and maintain a further 45,000 across the South of England through Spectrum Property Care. We work in partnership with local authorities, health trusts, statutory bodies, a range of voluntary organisations and higher education establishments to create safe, sustainable communities. SHG are looking to procure a Neutral Vendor Managed Service (NVMS) to work in partnership with SHG; primarily to manage the supply of temporary workers, but also to provide assistance with permanent recruitment when required and appropriate. The NVMS provider is to provide:* A true Neutral Vendor Service (which does not include the service provider directly sourcing candidates)* Effective and Efficient Account Management - via an account manager / management service* Appropriate technology to support account management and provide in-depth clear management information (MI)* Legal and process compliance* A flexible supply network of agencies, which can be customised in partnership with SHG to meet our sourcing requirements.* No delay to (or an enhanced method of) passing requirements to the supply chain.* Controlled communications with agencies; accurate recording of vacancies and progress reporting, combined with direct contact between managers and agencies to ensure clear communications and to build strong relationships. * Full transparency to pricing models, rates and contracts with the supply chain. * Effective engagement with supplying agencies, including a fair apportionment of commissions. * A well managed, efficient implementation. SHG has main locations at Christchurch, Poole, Blandford, Exeter and on the Isle of Wight. The principle recruitment areas include admin and customer service / call centre, trades and maintenance, a variety of Head Office roles and housing operations roles. The number of temps per week during the 2013-14 financial year averaged 21, and it is anticipated that these levels will be maintained during the duration of the contract term, with estimated annual contract value at £500,000. Based on this annual contract value, the potential total contract value will range between £1,000,000 and £2,500,000 if the contract extension is actioned.                  
         Estimated value excluding VAT:
         Range between: 1,000,000 and 2,500,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 1
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 36
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 24 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As described in the Pre-qualification documentation - Appropriate levels of insurance will be required. Further details will be provided in the tender pack.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As described in the Pre-qualification documentation
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As described in Tender Documents
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The Service Provider and its supply chain may be required to actively participate in the achievements of social / environmental policy objectives relating to and in-line with the Public Services (Social Value) Act 2012 including recruitment, training and supply chain initiatives which are relevant and proportionate to this contract. Accordingly contract performance conditions may relate to the social and environmental considerations.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      SHG will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender. Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences / misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of SHG.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         The PQQ response will be reviewed by the Contracting Authority in accordance with the evaluation criteria set out in the PQQ. The PQQ will request the following information: a) audited accounts for the most recent two years (plus where these accounts are more than 12 months old, provide the most recent management accounts (profit and loss account, balance sheet and cash flow statements)). Where an economic operator does not have sufficient trading history, the PQQ will request:a) most recent management accounts (profit and loss account, balance sheet and cash flow statements); and b) statement detailing how your business is funded. A bankers reference maybe requested. Evidence that the economic operator and relevant organisations have or shall have at contract award, Employer's liability insurance, Public Liability Insurance and Professional Indemnity Insurance.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         The PQQ will be sent out to all EOI's ensuring a fair timescale to review, complete and return. The PQQ will request specific responses and information from the economic operator. The deadline for receipt of the PQQ responses by the contact point is set out in IV.3.4.The PQQ response will be reviewed by the Contracting Authority in accordance with the evaluation criteria set out in the PQQ.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         A shortlist of suppliers selected to the Invitation To Tender (ITT) will be compiled based on the information provided in response to the PQQ. It is the intention to select the top scoring 5 suppliers to the next stage of the tender, unless a clear and obvious breakpoint in the scoring makes it more realistic to allow a different number than this to progress.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 29/09/2014
         Time: 12:30      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender. Spectrum are utilising the two stage restricted procedure to guide its procurement process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Christchurch:-Recruitment-services./77TK7UQ73Z

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/77TK7UQ73Z
GO-2014828-PRO-5960199 TKR-2014828-PRO-5960198
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court of England and Wales
      Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

      VI.4.2)Lodging of appeals: The Contracting Authority will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract is communicated to tenderers. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations (SI 2006 No.5) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the high court of England and Wales and Northern Ireland. Any such action must be brought promptly(generally within 3 months). Where a contract has not been entered into, the Court may order the setting aside EN Standard form 02 - Contract notice 13 / 24 EN Standard form 02 - Contract notice 12 / 16 of the award decision or order the Contracting Authority to amend any document and may award damages. If EN Standard form 02 - Contract notice 12 / 16 the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declaire the contract to be "ineffective".   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 28/08/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Christchurch: Recruitment services.

Section I: Contracting Authority
   Title: UK-Christchurch: Recruitment services.
   I.1)Name, Addresses and Contact Point(s):
      Spectrum Housing Group
      Spectrum House, Grange Road, Christchurch, BH23 4GE, United Kingdom
      Email: nigel.leighton@spectrumhousing.co.uk, URL: http://www.spectrumhousing.co.uk, URL: http://spectrum.g2b.info/
      Attn: Nigel Leighton

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of a Neutral Vendor Managed Service Provider      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 22
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Recruitment services. Supply services of personnel including temporary staff. Placement services of personnel. Supply services of commercial or industrial workers. Supply services of office personnel. The contract is to provide a Neutral Vendor Managed Service to work in partnership with Spectrum Housing Group; primarily to manage the supply of temporary workers, but also to provide assistance with permanent recruitment when required and appropriate.
      II.1.5)Common procurement vocabulary:
         79600000 - Recruitment services.
         79620000 - Supply services of personnel including temporary staff.
         79610000 - Placement services of personnel.
         79623000 - Supply services of commercial or industrial workers.
         79621000 - Supply services of office personnel.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 2,700,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 60
         Financial - 40
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 166 - 296574 of 30/08/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 16/02/2015      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Cohesion Recruitment Ltd
         Postal address: 1st Floor Friars Gate, 1011 Stratford Road, Shirley
         Town: Solihull
         Postal code: B90 4BN
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 2,700,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=135404216
GO-2015312-PRO-6435470 TKR-2015312-PRO-6435469   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 12/03/2015