Section one: Contracting authority
one.1) Name and addresses
THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED T/A NEPO
Northern Design Centre, Abbots Hill
Gateshead
NE8 3DF
Contact
Rhian Hepple
professional.services@nepo.org
Telephone
+44 1916380040
Country
United Kingdom
Region code
UKC - North East (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NEPO508 Agency Staff
Reference number
79620000
two.1.2) Main CPV code
- 79620000 - Supply services of personnel including temporary staff
two.1.3) Type of contract
Services
two.1.4) Short description
The Association of North East Councils, trading as North East Procurement Organisation (NEPO), is seeking to establish a Framework Agreement with a sole supplier; for the provision of a Vendor Neutral Managed Service for Temporary Agency Staff.
The opportunity can be accessed via the Open eTendering system. Suppliers wishing to be considered for this Framework Agreement must register their expression of interest and submit a tender through the Open eTendering System. If not already registered, candidates should register on the Open eTendering system at https://www.open-uk.org/
Tenders must be submitted using the link above. Tenders submitted via post or email methods will not be accepted.
If you need technical assistance from the Open Support team, this can be requested via open.support@nepo.org
PLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday - Thursday 8:30 - 5pm and Friday 8.30 - 4.30pm
For guidance on how to submit your response through Open, please visit https://www.open-hub.org/training to access the available Training Guides.
NEPO does not give any guarantee and/or warrant the actual value of orders (if any) that will be placed with the successful suppliers by any Contracting Authority using the Framework Agreement pursuant to this process and accepts no liability thereof.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £925,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
NEPO are using a two-stage, restricted procedure for this procurement, set out at Regulation 28 of the Public Contracts Regulations.
A maximum of 5 organisations will be invited to the Invitation to Tender Stage (assuming that there are at least 5 suitably qualified organisations that pass the minimum criteria) following the evaluation of Tenderer's response to the Selection Questionnaire.
If there are fewer than 5 organisations that pass the minimum criteria, then only those who pass will be invited to Invitation to Tender. If there are more than 5 organisations who pass the minimum criteria then the 5 highest scoring tenderers only, based on the scored questions within the SQ, will be invited to Invitation to Invitation to Tender. The minimum criteria are documented within Schedule 1 - Selection Questionnaire and Appendix 1 - Scoring Matrix and include a minimum threshold that must be achieved on the scored question.
Following the evaluation of Tenderer's responses to the Selection Questionnaire, successful Tenderers will be invited to Invitation to Tender. Tenderers responses to the Invitation to Tender will be evaluated against the pre-defined evaluation criteria and NEPO will seek to award to a single operator who has been identified as submitting the most economically advantageous tender.
The selection questionnaire document also contains an ITT overview that sets out the high-level requirements of the Framework Agreement. This document will allow suppliers to determine if they are interested in this opportunity and consider whether they have the required capability and capacity to deliver the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Framework Resource / Weighting: 6
Quality criterion - Name: Implementation - Project Plan / Weighting: 6
Quality criterion - Name: Implementation - Agency Supply Chain Migration / Weighting: 5
Quality criterion - Name: Service Delivery / Weighting: 5
Quality criterion - Name: Compliance, Safeguarding and Vetting / Weighting: 6
Quality criterion - Name: Supply Chain Management / Weighting: 4
Quality criterion - Name: Supply Chain Performance / Weighting: 5
Quality criterion - Name: Agency Social Care / Weighting: 7
Quality criterion - Name: Reporting and Data Assurance / Weighting: 4
Quality criterion - Name: Managed Service Provider Fees / Weighting: 2
Quality criterion - Name: Agency Supplier Fees / Weighting: 2
Quality criterion - Name: System Demonstration / Weighting: 8
Quality criterion - Name: Social Value (Qualitative) / Weighting: 7
Quality criterion - Name: Social Value (Quantitative) / Weighting: 3
Price - Weighting: 30
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-026653
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 February 2025
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Comensura Limited
First Floor, Mulberry House, 750 Capability Green
Luton
LU1 3LU
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
04085767
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £925,000,000
Section six. Complementary information
six.3) Additional information
The agreement will be available for use by all NEPO Member Authorities and Associate Members. A list of member organisations is available in the Associate Members section of the NEPO website at: www.nepo.org.
This agreement will also be made available to all current and future NEPO Associate Members. Current Associate Members are listed in the Associate Member section of the NEPO website at: https://www.nepo.org/associate-members.
NEPO intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities.
A complete list of permissible users is shown on the NEPO website: http://www.nepo.org/associate-membership/permissable-users
Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance.
Further information can be found at: www.nepo.org
six.4) Procedures for review
six.4.1) Review body
NEPO
Northern Design Centre, Abbot's Hill
Gateshead
NE8 3DF
Country
United Kingdom