Opportunity

YPO 001165 - Framework for London in Permanent Children's Social Work Recruitment

  • YPO
  • London Councils

F02: Contract notice

Notice reference: 2023/S 000-010953

Published 17 April 2023, 1:01pm



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

Contracts@ypo.co.uk

Telephone

+44 01924664685

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

https://procontract.due-north.com/register?ReadForm

one.1) Name and addresses

London Councils

London

Email

Rula.Tripolitaki@londoncouncils.gov.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.londoncouncils.gov.uk/

one.2) Information about joint procurement

The contract involves 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://procontract.due-north.com/register?ReadForm

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/register?ReadForm

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO 001165 - Framework for London in Permanent Children's Social Work Recruitment

Reference number

001165

two.1.2) Main CPV code

  • 79600000 - Recruitment services

two.1.3) Type of contract

Services

two.1.4) Short description

YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of services for the permanent recruitment of children’s social workers within London. The Framework is designed to meet the needs of all Local Authorities within London only, by establishing an agreement where the end customer will place the order with the Provider and the Provider delivers direct to the end customer

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This is a new Framework being developed by Yorkshire Purchasing Organisation (YPO) in partnership with London Councils (London Councils) and London Innovation & Improvement Alliance (LIIA) on behalf of the Association of Directors of Children’s Services (ALDCS). The Framework is being developed for the London region specifically to support the recruitment of permanent children’s social workers, and corresponding management and leadership roles, within the London Boroughs.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Start date

31 July 2023

End date

30 July 2027

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 31st July 2023 to 30th July 2025 with two options to extend for an additional 12 months. The first decision to extend the Framework period will be taken by the end of April 2025 and will be dependent on the satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum Framework period will therefore be 4 years, from 31st July 2023 to 30th July 2027 (subject to an annual review, incorporating KPI performance.)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: 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

Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the Tender Documentation/Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘Communication’ section of this notice.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Framework Agreement Terms and Conditions located in our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘Communication’ Section in this notice.


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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

22 May 2023

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

22 May 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

six.3) Additional information

YPO are purchasing on behalf of the following contracting authorities:-

 London Borough of Barking & Dagenham

 London Borough of Barnet

 London Borough of Bexley

 London Borough of Brent

 London Borough of Bromley

 London Borough of Camden

 London Borough of Croydon

 London Borough of Ealing

 London Borough of Enfield

 London Borough of Greenwich

 London Borough of Hackney

 London Borough of Hammersmith & Fulham

 London Borough of Haringey

 London Borough of Harrow

 London Borough of Havering

 London Borough of Hillingdon

 London Borough of Hounslow

 London Borough of Islington

 Royal Borough of Kensington & Chelsea

 Royal Borough of Kingston upon Thames

 London Borough of Lambeth

 London Borough of Lewisham

 London Borough of Merton

 London Borough of Newham

 London Borough of Redbridge

 London Borough of Richmond upon Thames

 London Borough of Southwark

 London Borough of Sutton

 London Borough of Tower Hamlets

 London Borough of Waltham Forest

 London Borough of Wandsworth

 City of Westminster

 City of London Corporation

YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contract Regulations 2015 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).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom