Opportunity

The Provision of Agency and Recruitment Services

  • SE TRAINS LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-004352

Published 16 February 2022, 9:23am



Section one: Contracting entity

one.1) Name and addresses

SE TRAINS LIMITED

GREAT MINSTER HOUSE,HORSEFERRY ROAD

LONDON

SW1P4DR

Contact

Rebecca Bowers

Email

becky.bowers@southeasternrailway.co.uk

Telephone

+44 7772769040

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.southeasternrailway.co.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.smartsurvey.co.uk/s/XOTVXJ/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.southeasternrailway.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision of Agency and Recruitment Services

two.1.2) Main CPV code

  • 79600000 - Recruitment services

two.1.3) Type of contract

Services

two.1.4) Short description

The scope of this procurement is to place an agreement for a framework supporting Recruitment Agents that can support our HR Team with headhunting, sourcing candidates and helping with fixed and permanent hires and specialisms; and, Temporary Agency support across the business functions supporting front line, stations, security, engineering etc. These shall be split into pools, to allow supplier capabilities and specialisms to be easily identifiable, making it easy to compete and identify which agencies can support specific areas of the business.

two.1.5) Estimated total value

Value excluding VAT: £31,651,000

two.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

two.2) Description

two.2.1) Title

Agency Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

London, Kent and East Sussex

two.2.4) Description of the procurement

Temporary agency resourcing for engineering and customer facing staff

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

up to 3 year extension options included on top of the initial term

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

up to 3 year extension options included on top of the initial term

two.2) Description

two.2.1) Title

Recruitment Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

London, Kent and East Sussex

two.2.4) Description of the procurement

Recruitment services for temporary, fixed term and permanent hires

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Options to extend term by up to 3 years

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Options to extend term by up to 3 years


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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.2.2) Time limit for receipt of tenders or requests to participate

Date

18 March 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 March 2022

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: To be re-tendered every 2 (minimum) and 5 (maximum) years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

SE Trains Limited

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

SE Trains Limted

London

Country

United Kingdom