Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://crowncommercialservice.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Public Procurement for Executive and Non-Executive Recruitment Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Executive and Non-Executive Recruitment Services
Reference number
RM6290
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service, as the authority, intends to put in place an agreement for the supply of recruitment Services to UK public sector bodies including central government departments (and their arm’s length bodies and agencies) and non-departmental public bodies, as well as wider public sector organisations, hereby known as the Customer.
This will be a replacement agreement for the Executive Search services found within Permanent Recruitment Solutions (RM6002).
It is anticipated that Executive and Non-Executive Recruitment Services will provide permanent, fixed term, inward secondment and supporting services including, but not limited to;
-Executive & Non Executive Recruitment
-Talent Development Services
-Talent Mapping
-Reserve Lists & Talent Pools
-Executive Development and Coaching
-Technology Services
-International Recruitment
The number of suppliers to be awarded a Framework Contract for each lot is:
Lot 1 up to 50 Operators
Lot 2 up to 25 Operators
Lot 3 up to 25 Operators
CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
two.1.5) Estimated total value
Value excluding VAT: £45,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Executive Search - Grade 6, SCS1 & SCS2 (and equivalents)
Lot No
1
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
- 79610000 - Placement services of personnel
- 79635000 - Assessment centre services for recruitment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The successful framework suppliers will be expected to provide core and non-core services to contracting authorities with candidate requirements at Grade 6, SCS1 & SCS2 or their equivalents across the Public Sector Core Services
-Customer planning
-Candidate identification and attraction
-Candidate assessment and evaluation
-Offer and appointment
Non Core Services
-Talent Development Services
-Talent Mapping
-Reserve Lists & Talent Pools
-Executive Development and Coaching
-Technology Services
-International Recruitment
The full scope of Lot 1 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90% Technical
Price - Weighting: 10% Commercial
two.2.6) Estimated value
Value excluding VAT: £24,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 2 years, with an option to extend for 2 periods of 1 year (2+1+1). CCS reserve the right to extend lots by varying durations.
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
two.2) Description
two.2.1) Title
Executive Search - SCS3 & SCS4 (and equivalents)
Lot No
2
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
- 79610000 - Placement services of personnel
- 79635000 - Assessment centre services for recruitment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The successful framework suppliers will be expected to provide core and non-core services to contracting authorities with candidate requirements at SCS 3 & SCS 4 (or their equivalents across the Public Sector).
Core Services
-Customer planning
-Candidate identification and attraction
-Candidate assessment and evaluation
-Offer and appointment
Non-Core Services
-Talent Development Services
-Talent Mapping
-Reserve Lists & Talent Pools
-Executive Development and Coaching
-Technology Services
-International Recruitment
The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90% Technical
Price - Weighting: 10% Commercial
two.2.6) Estimated value
Value excluding VAT: £11,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 2 years, with an option to extend for 2 periods of 1 year (2+1+1). CCS reserve the right to extend lots by varying durations
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
two.2) Description
two.2.1) Title
Non-Executive and Public Appointments
Lot No
3
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
- 79610000 - Placement services of personnel
- 79635000 - Assessment centre services for recruitment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The successful framework suppliers will be expected to provide core and non-core services to contracting authorities with candidate requirements for either Non-Executive or Public Appointments (or their equivalents across the Public Sector).
Core Services
-Customer planning
-Candidate identification and attraction
-Candidate assessment and evaluation
-Offer and appointment
Non-Core Services
-Talent Development Services
-Talent Mapping
-Reserve Lists & Talent Pools
-Executive Development and Coaching
-Technology Services
-International Recruitment
The full scope of Lot 3 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90% Technical
Price - Weighting: 10% Commercial
two.2.6) Estimated value
Value excluding VAT: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 2 years, with an option to extend for 2 periods of 1 year (2+1+1). CCS reserve the right to extend lots by varying durations.
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
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
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
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 2020/S 188-455082
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 March 2022
Local time
3:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 March 2022
Local time
3:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/2ae1d50c-1e8d-4060-9b7f-76e1bcd64d72
1) Contract notice transparency information;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement for all Lots. Cyber Essentials Plus may be required by some Customers at call off stage and this will apply to all Lots.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
Central Government decided that a reduction from the initial 4 lot structure to a refined 3 lot structure would be preferable.
The existing structure is as below:
Lot 1: Executive Search - Grade 6, SCS1 & SCS2 (and equivalents)
Lot 2: Executive Search - SCS2 (and equivalents)
Lot 3: Executive Search - SCS3 & SCS4 (and equivalents)
Lot 4: Non-Executive and Public Appointments
The new structure is as follows:
Lot 1: Executive Search - Grade 6, SCS1 & SCS2 (and equivalents)
Lot 2: Executive Search - SCS3 & SCS4 (and equivalents)
Lot 3: Non-Executive and Public Appointments
The rationale behind this decision is that there is not a sufficient difference between SCS1 and SCS2 recruitment principles to warrant a standalone lot for SCS2.
PLEASE NOTE:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 03454102222
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom