Awarded contract

Managed Staff Banks

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

F03: Contract award notice

Notice reference: 2023/S 000-011353

Published 20 April 2023, 1:25pm



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 3150103503

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

Other activity

Public Procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Managed Staff Banks

Reference number

RM6278

two.1.2) Main CPV code

  • 79600000 - Recruitment services

two.1.3) Type of contract

Services

two.1.4) Short description

CCS has procured this Framework Agreement on behalf of NHS Workforce Alliance.

Managed Staff Banks (RM6278) is a single-Lot Framework Agreement available for use by UK public sector bodies and future successor organisation, which includes Central Government Departments and their arm’s length bodies and agencies, the wider public sector and third sector including, but not limited to, local government, health, education, police, fire and rescue, housing associations and charities.

Suppliers offer innovative solutions to support Buyers in the effective and flexible use of resources. This is particularly relevant in the context of facilitating collaboration between Buyers across different organisations in terms of managed staff banks.

Services are delivered within the United Kingdom.

This Framework Agreement replaces Flexible Resource Pool – Staff Bank (RM6158).

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: £2,000,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff
  • 79624000 - Supply services of nursing personnel
  • 79625000 - Supply services of medical personnel

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under the Framework Agreement, Suppliers will offer innovative solutions to support Buyers in the effective and flexible use of resources. This is particularly relevant in the context of facilitating collaboration between Buyers across different organisations in terms of managed staff banks.

Suppliers will deliver all services included in the scope of Framework Schedule 1 - Specification (set out at Attachment 1a of the Invitation to Tender documentation) and shall be capable of providing any combination of the services as specified by the Buyer at Call-Off.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 85

Price - Weighting: 15

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 initial duration of the Framework is 3 years, with an option to extend for a further 1 year.


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

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: 2022/S 000-029585


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 March 2023

five.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 8

Number of tenders received by electronic means: 15

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

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,000,000,000


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/01abbf7c-86ff-4f74-ba13-6d9014ee4b2b

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.

CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position.

Number of Places Awarded:

10

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 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/