Awarded contract

Workforce Solutions Framework

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F03: Contract award notice

Notice reference: 2024/S 000-007255

Published 6 March 2024, 4:41pm



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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.gov.uk/ccs

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

Email

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom