East West Railway Company is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | East West Rail Executive Search Firm Procurement |
Notice type: | Contract Notice |
Authority: | East West Railway Company |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The East West Railway Company is seeking to appoint an executive (c-suite) search firm, on an exclusive basis, to work in partnership with the company to run a open, fair and transparent recruitment process in order to permanently appoint the company leadership team (excluding the CEO and Chair). This includes the following roles: - Finance Director - Strategy Director - Engineering Director - Western Section Delivery Director - Central Section Delivery Director These individuals will report directly to the Chief Executive Officer and will be employed on permanent contracts of employment directly by EWR Co. The appointed firm will be expected to demonstrate expert knowledge in the field of rail infrastructure/construction recruitment and undertake full executive search, and other related services, on behalf of EWR Co. |
Published: | 04/03/2019 17:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
East West Railway Company Limited
4th Floor, Albany House, 94-98 Petty France, London, SW1H 9EA, United Kingdom
Tel. +44 7977436583, Email: tenders@eastwestrail.co.uk
Contact: Sebastian Ambaye & Ami Keilah
Main Address: www.eastwestrail.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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Recruitment-services./S98E8EGX28
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: East West Rail Executive Search Firm Procurement
Reference Number: CT055
II.1.2) Main CPV Code:
79600000 - Recruitment services.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The East West Railway Company is seeking to appoint an executive (c-suite) search firm, on an exclusive basis, to work in partnership with the company to run a open, fair and transparent recruitment process in order to permanently appoint the company leadership team (excluding the CEO and Chair). This includes the following roles:
- Finance Director
- Strategy Director
- Engineering Director
- Western Section Delivery Director
- Central Section Delivery Director
These individuals will report directly to the Chief Executive Officer and will be employed on permanent contracts of employment directly by EWR Co. The appointed firm will be expected to demonstrate expert knowledge in the field of rail infrastructure/construction recruitment and undertake full executive search, and other related services, on behalf of EWR Co.
II.1.5) Estimated total value:
Value excluding VAT: 200,000
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:
UK UNITED KINGDOM
II.2.4) Description of procurement: The successful firm will be appointed on a campaign-specific agreement to undertake full executive search, and other related services, on behalf of EWR Co. This will include, as a minimum;
•Full client briefings around role and candidate requirements
•Direct headhunting and advertising of roles in locations
•Identification of suitable candidates for presentation in a Long List
•Identification of suitable candidates for presentation in a Short List
•Collection of Diversity Monitoring Information as per EWR Co. Diversity Monitoring Standards
•Provide guidance over salary expectations and complete salary negotiations on behalf of EWR Co. with the preferred candidates
•Full Candidate Management throughout the recruitment process, including candidate interview availability and providing candidate feedback
•Complete offer management; both verbal and written acceptance of role
•Follow up candidate management following successful placement of the candidate for a period of six months
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Proposed Methdology / Weighting: 50
Quality criterion - Name: Capability / Weighting: 20
Cost criterion - Name: Fee as a percentage of first-year salary. / Weighting: 30
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: 12
This contract is subject to renewal: No
Description of renewals: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/S98E8EGX28
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:
As part of their tender response, interested parties will be requested to self-declare that they have not breached any of the mandatory grounds for exclusion as per regulation 57 (1) and (2) of the Public Contracts Regulations 2015. These criteria are listed at the following link: https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/551130/List_of_Mandatory_and_Discretionary_Exclusions.pdf
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
List and brief description of selection criteria:
Interested parties will be asked to provide details of up to two contracts, in any combination from either the public or private sector, where they have recruited executive-level roles within the construction/infrastructure sector. Failure to provide these examples will result in exclusion from this competition, unless a suitable justification is provided.
Minimum level(s) of standards possibly required (if applicable) :
The appointed firm will be expected to demonstrate:
- Expert knowledge in the field of rail infrastructure/construction recruitment.
- Prior extensive proficiency in placing experienced skilled candidates into C-suite positions for sustainable periods.
- Full search and source capability.
- Efficient and sustainable back office capabilities
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.2.2) 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 OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 15/04/2019 Time: 00:00
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): 3
IV.2.7) Conditions for opening of tenders:
Date: 16/04/2019
Time: 09:00
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Recruitment-services./S98E8EGX28
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S98E8EGX28
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
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: 04/03/2019
Annex A