Tender

Cirrus Consortium Agency Labour and Recruitment Services Framework 2025

  • Cirrus Consortium c/o Halton Housing

F02: Contract notice

Notice identifier: 2025/S 000-005066

Procurement identifier (OCID): ocds-h6vhtk-04df07

Published 14 February 2025, 10:01am



Section one: Contracting authority

one.1) Name and addresses

Cirrus Consortium c/o Halton Housing

Waterfront Point

Widnes

WA8 0TD

Contact

Claire Paton

Email

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).