Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Samantha Mason
Country
United Kingdom
NUTS code
UKD - North West (England)
National registration number
02366678
Internet address(es)
Main address
https://www.unitedutilities.com
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59438&B=UNITEDUTILITIES
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59438&B=UNITEDUTILITIES
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Services-Contract-Recruitment Services
Reference number
PRO004635
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of the project is to award a contract for Recruitment Services for the provision of Contingent Resources and a range of other recruitment services to the Company, using a hybrid or modular service model.
The Managed Service Provider (MSP) Master Vendor arrangement required is a hybrid/ modular approach for Contingent Resource and selective engagement of additional recruitment services on a modular basis. The Company requires the ability to call-off services on a flexible and scalable basis in line with business requirements.
The scope of the Agreement is as follows;
1. An MSP Master Vendor arrangement for Contingent Resources, including a Vendor Management System (VMS) and Health Surveillance (including pre-placement) process for Contingent Resource.
2. A technology solution for both Contingent and Permanent Recruitment, an ‘Applicant Tracking System’ (ATS)
3. A range of additional modular services that can be selected as and when required by the Company.
two.1.5) Estimated total value
Value excluding VAT: £240,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of the project is to award a contract for Recruitment Services for the provision of Contingent Resources and a range of other recruitment services to the Company, using a hybrid or modular service model.
The Managed Service Provider (MSP) Master Vendor is described as a hybrid/ modular approach, with a combination of a MSP Master Vendor arrangement for Contingent Resource and engagement of additional Services on a modular basis. The Company requires the ability to call-off services on a flexible and scalable basis in line with business requirements.
The scope of the agreement is as follows:
1 An MSP Master Vendor arrangement for Contingent Recruitment Services including a VMS and Health Surveillance (including pre-placement) for Contingent Resource.
2 A technology solution for both Contingent and Permanent Recruitment Services (ATS).
3 A range of additional modular services that can be selected as and when required by the Company, including;
o Pre-employment background checks
o Recruitment campaign support
o Building and managing talent communities
o Recruitment administration support for recruitment spikes
o Interview scheduling management
o Permanent external recruitment
In relation to the recruitment of Contingent and Permanent Resources, the Company requires a Supplier with capability of sourcing Candidates across the UK for placements in the North West into business areas including, but not limited to;
• Customer Service
• Digital Services
• Operations
• Engineering and Capital Delivery
• Support and Professional Functions
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £240,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-019591
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 February 2023
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 March 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom