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 |
View Full Notice
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
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