- Scope of the procurement
- Lot 1a: Professional services staff - Temporary
- Lot 1b: Professional services staff - Permanent
- Lot 2a: Manual services staff - Temporary
- Lot 2b: Manual services staff - Permanent
- Lot 3a: Executive and management level staff - Temporary
- Lot 3b: Executive and management level staff - Permanent
- Lot 4: Neutral vendor
- Lot 5: Master vendor
Section one: Contracting authority
one.1) Name and addresses
Cirrus Consortium c/o Halton Housing
Waterfront Point
Widnes
WA8 0TD
Contact
Claire Paton
tenders@cirruspurchasing.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
RS007744
Internet address(es)
Main address
https://www.haltonhousing.co.uk/
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://www.delta-esourcing.com/respond/5Z76AQJ4EF
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/respond/5Z76AQJ4EF
one.4) Type of the contracting authority
Other type
Central Purchasing Body
one.5) Main activity
Other activity
Central Purchasing Body
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cirrus Consortium Agency Labour and Recruitment Services Framework 2025
Reference number
CALF04
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 Cirrus Consortium is seeking bids from service providers to participate in an agency labour and recruitment services framework covering a full range of roles required by consortium members across England, Scotland and Wales.
In compliance with Public Contracts Regulations 2015 #102, Halton Housing (Community Benefit Society Registration number: 7744) are the principle contracting authority for the establishment of this framework and Cirrus Purchasing Ltd are the managing agent on behalf of the Cirrus Consortium.
Services include:
- Temporary staff placements
- Staff on a temporary to fixed term basis
- Staff on a temporary to permanent basis
- Recruitment of permanent staff positions
- Interim placements
- Managed service provision (MSP)
- Recruitment process outsourcing (RPO)
- Hybrid model
The framework is split into lots. It is envisaged that the final framework will be awarded to approximately 30-35 suppliers per lot for Lots 1-3 and 10-15 suppliers per lot for Lots 4 & 5, however this may vary based on the bids received. Bidders can bid on one or more lots.
The 4 year framework is expected to commence during mid-2025.
The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102.
Defined groups can be found in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.
two.1.5) Estimated total value
Value excluding VAT: £800,000,000
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
Lot 1a: Professional services staff - Temporary
Lot No
1a
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.
two.2.4) Description of the procurement
Provision of professional services staff on a temporary basis.
Including, but not limited to, administration, contact centre, IT, finance, HR, legal, specialist consultant, housing services, asset management staff.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £800,000,000
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 framework will be re-tendered to ensure sufficient coverage for the Consortium members.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 1b: Professional services staff - Permanent
Lot No
1b
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.
two.2.4) Description of the procurement
Provision of professional services staff on a permanent basis.
Including, but not limited to, administration, contact centre, IT, finance, HR, legal, specialist consultant, housing services, asset management staff.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £800,000,000
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 framework will be re-tendered to ensure sufficient coverage for the Consortium members.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2a: Manual services staff - Temporary
Lot No
2a
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.
two.2.4) Description of the procurement
Provision of manual services staff on a temporary basis.
Including, but not limited to, plumbers, joiners, electricians, labourers, ancillary, catering staff
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £800,000,000
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 framework will be re-tendered to ensure sufficient coverage for the Consortium members.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2b: Manual services staff - Permanent
Lot No
2b
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.
two.2.4) Description of the procurement
Provision of manual services staff on a permanent basis.
Including, but not limited to, plumbers, joiners, electricians, labourers, ancillary, catering staff
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £800,000,000
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 framework will be re-tendered to ensure sufficient coverage for the Consortium members.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 3a: Executive and management level staff - Temporary
Lot No
3a
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.
two.2.4) Description of the procurement
Provision of executive and management level staff on a temporary basis.
Including, but not limited to, senior management, directors, board members, technical roles
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: £800,000,000
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 framework will be re-tendered to ensure sufficient coverage for the Consortium members.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 3b: Executive and management level staff - Permanent
Lot No
3b
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.
two.2.4) Description of the procurement
Provision of executive and management level staff on a permanent basis.
Including, but not limited to, senior management, directors, board members, technical roles
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: £800,000,000
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 framework will be re-tendered to ensure sufficient coverage for the Consortium members.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 4: Neutral vendor
Lot No
4
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.
two.2.4) Description of the procurement
Neutral vendor - Service providers that can manage a supply chain of agencies to deliver all roles required by a Consortium member including those covered in lots 1-3.
Bidders who are submitting for lot 4 must be able to provide personnel covering all roles identified in lots 1 to 3.
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: £800,000,000
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 framework will be re-tendered to ensure sufficient coverage for the Consortium members.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 5: Master vendor
Lot No
5
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland
two.2.4) Description of the procurement
Master vendor: Service providers that can deliver all roles required by a Consortium member including those covered in lots 1-3.
Bidders who are submitting for lot 5 must be able to provide personnel covering all roles identified in lots 1 to 3.
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: £800,000,000
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 framework will be re-tendered to ensure sufficient coverage for the Consortium members.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
Any supplier may be disqualified who has been convicted of:
(a) conspiracy within the meaning of Section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) corruption within the meaning of Section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or Section 1 of the Prevention of Corruption Act 1906(e),
(c) the common law offence of bribery;
(d) bribery within the meaning of Sections 1, 2 or 6 of the Bribery Act 2010(f), or Section 113 of the Representation of the People Act 1983(g);
(e) where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):
(i) the common law offence of cheating the Revenue;
(ii) the common law offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) fraudulent trading within the meaning of Section 458 of the Companies Act 1985(m), Article 451 of the Companies (Northern Ireland) Order 1986(n) or Section 993 of the Companies Act 2006(o);
(v) fraudulent evasion within the meaning of Section 170 of the Customs and Excise Management Act 1979(p) or Section 72 of the Value-Added Tax Act 1994(q);
(vi) an offence in connection with taxation in the European Union within the meaning of Section 71 of the Criminal Justice Act 1993(r);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of Section 20 of the Theft Act 1968(s) or Section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) fraud within the meaning of Section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) the possession of articles for use in frauds within the meaning of Section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of Section 7 of that Act;
(f) any offence listed:
(i) in Section 41 of the Counter Terrorism Act 2008(a); or
(ii) in Schedule 2 to that act where the court has determined that there is a terrorist connection;
(g) any offence under Sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) money laundering within the meaning of Sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) an offence in connection with the proceeds of criminal conduct within the meaning of Section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or Article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) an offence under Section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f));
(k) an offence under Section 59A of the Sexual Offences Act 2003(g);
(l) an offence under Section 71 of the Coroners and Justice Act 2009(h);
(m) an offence in connection with the proceeds of drug trafficking within the meaning of Section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) created, after the day on which these regulations were made, in the law of England and Wales or Northern Ireland.
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
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
Envisaged maximum number of participants to the framework agreement: 135
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
An electronic auction will not be used as part of selection onto the framework agreement. However Consortium Members reserve the right to conduct mini-competitions through e-auctions.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
25 April 2025
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 April 2025
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102.
Defined groups can be found in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice.
The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).