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 3454102222
Country
United Kingdom
Region 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.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Workforce Solutions Framework
Reference number
RM6288
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
Crown Commercial Service (CCS) has put in place a new long-term contracting solution for the provision of workforce solutions replacing the previous framework, RM3749 Public Sector Resourcing.
The aim of this framework is to build a market leading commercial model to connect workers with public sector demand, enabling contracting authorities to engage the right resources, with the right skills, at the right price, through a range of delivery models. This will include sourcing temporary workers, engaging pre-identified nominated workers, delivering work through statements of work (SOW), and engaging workers via a Recruit-Train-Deploy (RTD) model.
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: £20,000,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72600000 - Computer support and consultancy services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79211110 - Payroll management services
- 79414000 - Human resources management consultancy services
- 79600000 - Recruitment services
- 79610000 - Placement services of personnel
- 79620000 - Supply services of personnel including temporary staff
- 79621000 - Supply services of office personnel
- 79623000 - Supply services of commercial or industrial workers
- 79631000 - Personnel and payroll services
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Managed Service Provider – this is a single supplier arrangement required to deliver the full scope of the framework, covering the following service lines:
Contingent Labour - including; Professional workers; Admin/clerical workers; and Operational workers
Recruit-Train-Deploy (RTD) delivery
Statement of Works (SOW) / Outcome based delivery (OBD)
Permanent Recruitment
Employed resource / Resource augmentation partnering
Campaigns
The service lines are delivered through the Vendor Management System (VMS) that the supplier will provide. It is a mandatory requirement of the procurement that a supplier must appoint a third party contractor for the VMS, who will be considered a key subcontractor. The supplier provides an end to end solution. Full details regarding the services required are set out within the specification that forms part of the ITPD pack.
two.2.5) Award criteria
Price
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.2.14) Additional information
The Framework duration is for 90 months, however, bidders should note the last 18 months of the contract is a transition period, no new call-offs can be placed during this time.
The value is estimated at II.1.7 and does not guarantee any spend under this arrangement. The actual spend will depend on demand from buyers purchasing under the Framework Contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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: 2023/S 000-020123
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
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
6 February 2024
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street. L3 9PP
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £20,000,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot
guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/e76742d3-df42-429a-9e4d-7f9f21a2042d
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the
technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
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 3454102222
Country
United Kingdom
Internet address
https://www.crowncommercial.gov.uk/
six.4.2) Body responsible for mediation procedures
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 3454102222
Country
United Kingdom