Financial Services Compensation Scheme is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | FSCS467 Supply of Temporary and Permanent Personnel (Master Vendor) Services |
Notice type: | Contract Notice |
Authority: | Financial Services Compensation Scheme |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | In September 2024, FSCS published a Prior Information Notice in relation to procurement of master vendor contracts under two Lots, (i) Claims handler and (ii) Non-claims handler. The two Lots covering both permanent and contractor roles across the Scheme. Following a Supplier Briefing event, FSCS decided to procure all its requirements for temporary and permanent personnel under a single Master Vendor contract. FSCS already has a specialist recruitment framework for executive and non-executive roles. The new master vendor contract will be in addition to this arrangement and will therefore not include executive and non-executive roles. The services will include supporting a FSCS’s People Team to attract, recruit and retain candidates with the right blend of skills, qualifications, experience, knowledge, and attitude into the right roles and in the right place to deliver on the Scheme’s strategy. The services must include the smooth transition from our existing master vendor arrangement. |
Published: | 15/11/2024 17:08 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758175, Email: Jean.Mutudza@fscs.org.uk
Contact: Jean Mutudza
Main Address: www.fscs.org.uk
NUTS Code: UKI
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: www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via 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
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: FSCS467 Supply of Temporary and Permanent Personnel (Master Vendor) Services
Reference Number: FSCS467
II.1.2) Main CPV Code:
79600000 - Recruitment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: In September 2024, FSCS published a Prior Information Notice in relation to procurement of master vendor contracts under two Lots, (i) Claims handler and (ii) Non-claims handler. The two Lots covering both permanent and contractor roles across the Scheme. Following a Supplier Briefing event, FSCS decided to procure all its requirements for temporary and permanent personnel under a single Master Vendor contract. FSCS already has a specialist recruitment framework for executive and non-executive roles. The new master vendor contract will be in addition to this arrangement and will therefore not include executive and non-executive roles. The services will include supporting a FSCS’s People Team to attract, recruit and retain candidates with the right blend of skills, qualifications, experience, knowledge, and attitude into the right roles and in the right place to deliver on the Scheme’s strategy. The services must include the smooth transition from our existing master vendor arrangement.
II.1.5) Estimated total value:
Value excluding VAT: 56,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: In September 2024, FSCS published a Prior Information Notice in relation to procurement of master vendor contracts under two Lots, (i) Claims handler and (ii) Non-claims handler. The two Lots covering both permanent and contractor roles across the Scheme. Following a Supplier Briefing event, FSCS decided to procure all its requirements for temporary and permanent personnel under a single master vendor contract. FSCS already has a specialist recruitment framework for executive and non-executive roles. The new master vendor contract will be in addition to this arrangement and will therefore not include executive and non-executive roles. The services will include supporting a FSCS’s People Team to attract, recruit and retain candidates with the right blend of skills, qualifications, experience, knowledge, and attitude into the right roles and in the right place to deliver on the Scheme’s strategy. The services must include the smooth transition from our existing master vendor arrangement.
We currently have a Master Vendor in place to support all our recruitment needs, temporary agency worker, contractor, fixed term and permanent, except for Executive and NED recruitment. Our current Master Vendor contract is coming to the end of its life and therefore we are seeking a new Master Vendor initially for a two-year contract with the option to extend for up to a further two years in two twelve-month extensions.
We aim to build and maintain the trust of everyone we work with through rigorously independent decisions, efficient operations, resilience in tackling financial failures and always putting our customers first. Our claim handlers are our customer facing roles and as such we rely on their professionalism, skills, and expertise to handle the process with the customers and to arrive at the right outcome in every case.
We recognise that to achieve the levels of service and trust we strive for we must recruit the right contractors and permanent staff.
The Service Provider will handle all our recruitment requirements within the scope defined in this Statement of Requirements for temporary agency workers, contractors, fixed term, and permanent staff, i.e., all roles except for Executive and NED roles. They will be required to source talent with the essential technical skills and expertise required as well as the attitudinal attributes and qualities that are consistent with those of FSCS.
More detail about the requirement can be found in the tender documents on FSCS's e-procurement portal Delta. Details on how to access documents are contained within this notice.
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: 56,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The contract will have an option to extend for up to a further two years in two twelve-month extensions (maximum term of 48 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum 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
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 - NO
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: 2024/S 000 - 030698
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/12/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/01/2025
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): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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./96PABT2345
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/96PABT2345
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Court of Justice
The Strand, London, United Kingdom
Tel. +44 2073758197, Email: procurement@fscs.org.uk
VI.4.2) Body responsible for mediation procedures:
The Royal Court of Justice
The Strand, London, United Kingdom
Tel. +44 2073758197, Email: procurement@fscs.org.uk
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:
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758175
VI.5) Date Of Dispatch Of This Notice: 15/11/2024
Annex A