Financial Ombudsman Service: Contingent Services Provider

  Financial Ombudsman Service is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Contingent Services Provider
Notice type: Contract Notice
Authority: Financial Ombudsman Service
Nature of contract: Services
Procedure: Restricted
Short Description: To manage and process resource advertising, application processing, screening, testing and potential candidate identification for a range of contingent roles within Managed Operations primarily covering the following roles: adjudicator (standard level), adjudicator (lower level), technical manager, technical coach, QA manager, team manager and accreditation managers. To manage and process the sourcing, selection and placement of contingent adjudicators, including contracting, payroll and to support on-boarding.
Published: 24/02/2015 10:13
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-London: Supply services of personnel including temporary staff.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Financial Ombudsman Service
      Exchange Tower, London, E14 9SR, United Kingdom
      Tel. +44 2034873164, Fax. +44 20334873165, Email: colin.masters@financial-ombudsman.org.uk, URL: http://financial-ombudsman.org.uk/
      Contact: Colin Masters, Attn: Colin Masters
      Electronic Access URL: https://www.delta-esourcing.com/delta
      Electronic Submission URL: https://www.delta-esourcing.com/delta

      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:
      Other: Economic and Financial Affairs

   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: Contingent Services Provider
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 22

         Region Codes: UKI12 - Inner London - East         
      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:
      Supply services of personnel including temporary staff. Recruitment services. Placement services of personnel. To manage and process resource advertising, application processing, screening, testing and potential candidate identification for a range of contingent roles within Managed Operations primarily covering the following roles: adjudicator (standard level), adjudicator (lower level), technical manager, technical coach, QA manager, team manager and accreditation managers. To manage and process the sourcing, selection and placement of contingent adjudicators, including contracting, payroll and to support on-boarding.
         
      II.1.6)Common Procurement Vocabulary:
         79620000 - Supply services of personnel including temporary staff.
         
         79600000 - Recruitment services.
         
         79610000 - Placement services of personnel.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      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:
      To manage and process resource advertising, application processing, screening, testing and potential candidate identification for a range of contingent roles within Managed Operations primarily covering the following roles: adjudicator (standard level), adjudicator (lower level), technical manager, technical coach, QA manager, team manager and accreditation managers. To manage and process the sourcing, selection and placement of contingent adjudicators, including contracting, payroll and to support on-boarding. Managed Operations is a flexible resource currently staffed with 292 contingent adjudicators and is managed and operated by 57 permanent members of staff.         
         Estimated value excluding VAT: 80,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (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:
      No deposits are required but guarantees may be required at a later stage.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payment will be made 30 days in arrears in accordance with the terms of the contract.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form but each service provider will be required to become jointly and severably responsible for the contract before acceptance.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(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.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         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 the Authority.

      A full list of these criteria are at http://www.delta-esourcing.com/delta      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Details of information and formalities are contained within the PQQ.         
         Minimum Level(s) of standards possibly required:
         Details of minimum level(s) of standards possibly required contained in PQQ.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      
      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 number of operators: 5
         
         Objective Criteria for choosing the limited number of candidates:
         See PQQ documentation.   
   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: FO/HR/260      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 29/03/2015
      Time-limit for receipt of requests for documents or for accessing documents: 10:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 30/03/2015
         Time: 10:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 24/04/2015      
      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 Respondent’s PQQ submitted for evaluation must comprise the entire PQQ document populated with responses to the questions posed by the Service. The PQQ must not be completed in any format other than that provided with this document pack. Respondents should answer all questions accurately and concisely.All PQQ submissions should be completed using the on-line questionnaire template that can be accessed via the Service’s e-tendering tool “Delta” (https://www.delta-esourcing.com/delta) using access code 9F5W9HCV7C Respondents are reminded to attach all supporting documents clearly labelled and cross referenced to the appropriate question. The inclusion of unsolicited additional information (e.g. marketing and/or general company literature) is not recommended, and will not be considered by the Service in the evaluation and may result in the Respondent’s submission being rejected.If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com .
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Supply-services-of-personnel-including-temporary-staff./9F5W9HCV7C

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9F5W9HCV7C
GO-2015224-PRO-6390540 TKR-2015224-PRO-6390539
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Financial Ombudsman Service
      Exchange Tower, London, E14 9SR, United Kingdom

      Body responsible for mediation procedures:
               Financial Ombudsman Service
         Exchange Tower, London, E14 9SR, United Kingdom

      VI.4.2)Lodging of appeals: Not Provided   
   
      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: 24/02/2015

ANNEX A

View any Notice Addenda

UK-London: Supply services of personnel including temporary staff.

Section I: Contracting Authority
   Title: UK-London: Supply services of personnel including temporary staff.
   I.1)Name, Addresses And Contact Point(s)
      Financial Ombudsman Service
      Exchange Tower, London, E14 9SR, United Kingdom
      Tel. +44 2034873164, Fax. +44 20334873165, Email: colin.masters@financial-ombudsman.org.uk, URL: http://financial-ombudsman.org.uk/
      Contact: Colin Masters, Attn: Colin Masters
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Contingent Services Provider
      II.1.2)Short description of the contract or purchase:
      Supply services of personnel including temporary staff. Recruitment services. Placement services of personnel. To manage and process resource advertising, application processing, screening, testing and potential candidate identification for a range of contingent roles within Managed Operations primarily covering the following roles: adjudicator (standard level), adjudicator (lower level), technical manager, technical coach, QA manager, team manager and accreditation managers. To manage and process the sourcing, selection and placement of contingent adjudicators, including contracting, payroll and to support on-boarding.
      
      II.1.3)Common procurement vocabulary:
      79620000 - Supply services of personnel including temporary staff.
      
      79600000 - Recruitment services.
      
      79610000 - Placement services of personnel.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: FO/HR/260      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 153271
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 24/02/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction
Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In both
            In the original Notice.
            In the corresponding tender documents.

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: IV.3.4) Time-limit for receipt of PQQ            
            Instead of: 30/03/2015 Time: 10:00
            Read: 02/04/2015 Time: 09:30

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      The Respondent’s PQQ submitted for evaluation must comprise the entire PQQ document populated with responses to the questions posed by the Service. The PQQ must not be completed in any format other than that provided with this document pack. Respondents should answer all questions accurately and concisely.All PQQ submissions should be completed using the on-line questionnaire template that can be accessed via the Service’s e-tendering tool “Delta” (https://www.delta-esourcing.com/delta) using access code 9F5W9HCV7C Respondents are reminded to attach all supporting documents clearly labelled and cross referenced to the appropriate question. The inclusion of unsolicited additional information (e.g. marketing and/or general company literature) is not recommended, and will not be considered by the Service in the evaluation and may result in the Respondent’s submission being rejected.If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com .
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=134292387
GO-201533-PRO-6409758 TKR-201533-PRO-6409757

      VI.5)Date of dispatch: 03/03/2015

View Award Notice