Housing 21 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Recruitment Agency - Temporary & Permanent - Preferred Supplier List Framework |
Notice type: | Contract Notice |
Authority: | Housing 21 |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The main tender objective is to create award of ‘Preferred Supplier List (PSL)’ framework to enable the recruitment team to have central oversite of recruitment agency usage. This aims to increases transparency, compliance, and overall management of recruitment agencies across Housing 21. The PSL framework will manage future recruitment requirement for temporary and permanent staff and will be split into three lots which include Care, Housing and Corporate. To ensure specialist recruitment agencies can support our requirements sub lots for Care and Housing will be across North, Central and South locations. The Corporate lot will be one entire lot. Further detail of the lot breakdown is set out in Table 2 below. |
Published: | 19/10/2023 10:24 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Housing 21
Tricorn House, Edgbaston, Birmingham, B16 9TP, United Kingdom
Tel. +44 7759133400, Email: procurementteam@housing21.org.uk
Main Address: https://www.housing21.org.uk, Address of the buyer profile: www.housing21.co.uk
NUTS Code: UK
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
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: Not provided
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: Recruitment Agency - Temporary & Permanent - Preferred Supplier List Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
79600000 - Recruitment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The main tender objective is to create award of ‘Preferred Supplier List (PSL)’ framework to enable the recruitment team to have central oversite of recruitment agency usage. This aims to increases transparency, compliance, and overall management of recruitment agencies across Housing 21.
The PSL framework will manage future recruitment requirement for temporary and permanent staff and will be split into three lots which include Care, Housing and Corporate. To ensure specialist recruitment agencies can support our requirements sub lots for Care and Housing will be across North, Central and South locations. The Corporate lot will be one entire lot. Further detail of the lot breakdown is set out in Table 2 below.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
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: Care
Lot No: 1
II.2.2) Additional CPV codes:
79600000 - Recruitment services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The PSL framework will manage future recruitment requirement for temporary and permanent staff and will be split into three lots which include Care, Housing and Corporate. To ensure specialist recruitment agencies can support our requirements. Sub lots for Care and Housing will be across North, Central and South locations. The Corporate lot will be one entire lot.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Pricing / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: 12 months plus 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
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: Housing
Lot No: 2
II.2.2) Additional CPV codes:
79600000 - Recruitment services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The PSL framework will manage future recruitment requirement for temporary and permanent staff and will be split into three lots which include Care, Housing and Corporate. To ensure specialist recruitment agencies can support our requirements. Sub lots for Care and Housing will be across North, Central and South locations. The Corporate lot will be one entire lot.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: 12 months plus 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
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: Corporate
Lot No: 2
II.2.2) Additional CPV codes:
79600000 - Recruitment services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The PSL framework will manage future recruitment requirement for temporary and permanent staff and will be split into three lots which include Care, Housing and Corporate. To ensure specialist recruitment agencies can support our requirements. Sub lots for Care and Housing will be across North, Central and South locations. The Corporate lot will be one entire lot.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Pricing / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: 12 months plus 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
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
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:
Not Provided
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
Not Provided
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
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:
Not Provided
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: No
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: 20/11/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=816617649
VI.4) Procedures for review
VI.4.1) Review body:
Housing 21
51-53 Hagley Road, Birmingham, B16 8TP, Birmingham, B16 8TP, United Kingdom
Email: oliver.butts@housing21.org.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 19/10/2023
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Housing 21
Tricorn House, Edgbaston, Birmingham, B16 9TP, United Kingdom
Tel. +44 7759133400, Email: procurementteam@housing21.org.uk
Main Address: https://www.housing21.org.uk, Address of the buyer profile: www.housing21.co.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Recruitment Agency - Temporary & Permanent - Preferred Supplier List Framework Reference number: Not Provided
II.1.2) Main CPV code:
79600000 - Recruitment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The main tender objective is to create award of ‘Preferred Supplier List (PSL)’ framework to enable the recruitment team to have central oversite of recruitment agency usage. This aims to increases transparency, compliance, and overall management of recruitment agencies across Housing 21.
The PSL framework will manage future recruitment requirement for temporary and permanent staff and will be split into three lots which include Care, Housing and Corporate. To ensure specialist recruitment agencies can support our requirements sub lots for Care and Housing will be across North, Central and South locations. The Corporate lot will be one entire lot. Further detail of the lot breakdown is set out in Table 2 below.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 19/10/2023
VI.6) Original notice reference:
Notice Reference: 2023 - 616191
Notice number in OJ S: 2023/S 000 - 616191
Date of dispatch of the original notice: 19/10/2023
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: I.3)
Lot No: Not provided
Place of text to be modified: 0
Instead of: 0
Read: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com. Access Code : 5QB6D6SS67
VII.2) Other additional information: Please access the SQ via https://www.delta-esourcing.com/ using the Access Code detailed below. Access Code : 5QB6D6SS67
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Recruitment-services./5QB6D6SS67
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5QB6D6SS67