National Audit Office is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | GEN_21_20 Candidate Assessment, Screening and Interviewing |
Notice type: | Contract Notice |
Authority: | National Audit Office |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | The NAO is looking to put in place a contract with suppliers to support us with assessing and hiring a diverse pool of graduates and apprentices. This contract is divided into two Lots: Lot 1 - Candidate Screening and Interviewing Lot 2 - Hosting Virtual Assessment Centre We are looking to appoint 1 supplier to each lot. |
Published: | 23/06/2022 14:02 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
National Audit Office
157-197, Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 2077987372, Email: nao.procurement@nao.org.uk
Main Address: https://www.nao.org.uk/, Address of the buyer profile: https://www.nao.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: https://www.delta-esourcing.com/tenders/UK-UK-Victoria:-Recruitment-services./USC33W7H45
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Victoria:-Recruitment-services./USC33W7H45 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: GEN_21_20 Candidate Assessment, Screening and Interviewing
Reference Number: GEN_21_20
II.1.2) Main CPV Code:
79600000 - Recruitment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The NAO is looking to put in place a contract with suppliers to support us with assessing and hiring a diverse pool of graduates and apprentices. This contract is divided into two Lots:
Lot 1 - Candidate Screening and Interviewing
Lot 2 - Hosting Virtual Assessment Centre
We are looking to appoint 1 supplier to each lot.
II.1.5) Estimated total value:
Value excluding VAT: 180,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The NAO are looking to appoint 1 supplier to each lot. Suppliers may submit tenders for any number of the Lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Candidate Screening and Interviewing
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 NAO is looking to appoint a supplier who can:
•Mark first stage application competency questions including ratings by competency, brief comments against competency, and overall pass/fail outcome. Applications include 4 x competency questions plus communication which is indirectly assessed aligned to NAO competencies. The NAO require the supplier to commit to a 2-3 day SLA for competencies questions to be reviewed and scored onto the Applicant Tracking System (ATS).
•Conduct first stage telephone interviews in line with the NAO’s script and sifting guidelines to provide a shortlist of candidates including ratings by competency, brief comments, and overall pass/fail outcome. Telephone interviews include a blend of competency and scenario questions plus communication which is indirectly assessed aligned to NAO competencies. The NAO require the supplier to commit to a 2-3 day SLA for telephone interviews to be reviewed and scored onto the Applicant Tracking System (ATS). The NAO also require the supplier to conduct video interviews for candidates that require this under reasonable adjustments.
•Manage the telephone interview booking process for candidates including rescheduling where required.
•Exporting data in order to provide the NAO with reports on where candidates are failing at certain stages and on specific competencies.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality Questionnaire / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 110,400
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/USC33W7H45
II.2) Description Lot No. 2
II.2.1) Title: Hosting of Virtual Assessment Centres
Lot No: 2
II.2.2) Additional CPV codes:
79635000 - Assessment centre services for recruitment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The NAO requires a supplier who can:
•Set up, implement, and host an NAO branded virtual assessment centre based on assessment material provided by the NAO.
•Ensure accommodation of candidates who require reasonable adjustments including compliance with WCAG 2.1 level AA accessibility standards.
•Provide dedicated Account Management and ongoing technical support to both candidates and assessors.
•Centralised Administrator access for HR to enable them to schedule and manage assessment centres efficiently.
•User-friendly interface where candidates and assessors can access all exercises and instructions within their dedicated login.
•Instant analytics so when assessors score exercises, candidate feedback is automatically generated directly to the platform which the HR facilitator can monitor and review in real-time.
•Admin dashboard that provides assessment centre overview and HR can view several different matrices such as assessor averages.
•Provide full user guides to both Candidates and Assessors.
•Enable data extraction to save assessment data on NAO’s system.
•Provide the facility for note taking within the solution.
•Incorporate periodic changes to assessment materials. Please note changes are not anticipated to be required on a regular basis but likely to occur once in the lifetime of the contract.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality Questionnaire / Weighting: 50
Quality criterion - Name: Demonstration / Weighting: 10
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 68,400
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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 NEGOTIATED
IV.1.1) Type of procedure:
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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.5) Information about negotiation: No.
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: 25/07/2022 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:
Duration in month(s): 3
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: 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-Victoria:-Recruitment-services./USC33W7H45
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/USC33W7H45
VI.4) Procedures for review
VI.4.1) Review body:
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 2077987372
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: 23/06/2022
Annex A