Tender

Refresh of Preferred Supplier List for Recruitment Agencies for Harris Federation

  • Harris Federation

F02: Contract notice

Notice identifier: 2021/S 000-011650

Procurement identifier (OCID): ocds-h6vhtk-02b4f4

Published 25 May 2021, 5:14pm



Section one: Contracting authority

one.1) Name and addresses

Harris Federation

4th Floor Norfolk House, Wellesley Road

Croydon

CR0 1LH

Email

procurement@harrisfederation.org.uk

Telephone

+44 2082537777

Fax

+44 2082537778

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.harrisfederation.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA30809

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Refresh of Preferred Supplier List for Recruitment Agencies for Harris Federation

two.1.2) Main CPV code

  • 79600000 - Recruitment services

two.1.3) Type of contract

Services

two.1.4) Short description

Harris Federation is refreshing its Preferred Supplier List (PSL) to secure the provision of specialist recruitment services that support the staffing requirements of all existing, and future, academies within the Federation. As one of the largest multi academy trusts in the country, with a pipeline of future academy projects planned, the Harris Federation has a high volume recruitment demand focused on academy / class based staffing. We are seeking the services of established recruitment agencies with a proven track record of delivering mandates in education, or appropriate sectors, and have the means to deliver compliant, high quality staffing solutions for our growing number of primary and secondary academies.

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

The PSL will comprise of suppliers who can service both temporary and permanent recruitment solutions, delivered through 1st or 2nd tier groups of suppliers with specialisms in employment types of job categories.

The PSL will be set up as a dynamic purchasing system for a period of four years that refreshes at least three times a year to review the current composition and suppliers’ placement on Tier 1 and Tier 2. This ‘refreshing’ will also allow the Federation to consider new entrants for inclusion as well as review existing suppliers to ensure they are still meeting the standards detailed in the Selection Questionnaire and in terms of their performance.

The purpose of the PSL is to provide qualitative assurances that enable Harris academies to partner with quality driven suppliers that offer a range of recruitment services under a central Federation framework, underpinned by a common set of terms of business and bespoke pricing agreements. The central Talent Resourcing and Attraction Team will be responsible for coordinating the PSL as part of the wider Federation resourcing strategy, and will support individual academies who engage directly with preferred suppliers through mandatory systems and processes. The level of input required by the central Talent Resourcing and Attraction Team when engaging the PSL will be determined by the type of employment and assignment duration, but the PSL will be mandated across the Federation with all recruitment services drawn from the PSL only.

To achieve a PSL that provides academies a depth and breadth of supplier service, and offers both flexibility and transparency, we anticipate that no more than ten suppliers will be awarded Tier 1 status per job category, and that Tier 1 suppliers only service that category. However, suppliers could hold Tier 1 status for both job categories, or hold Tier 1 and Tier 2 status in each job category based on their capability and specialisms. We therefore expect Tier 2 suppliers to service work across both job categories and all employment types for any academy within the Federation. The Federation reserves the right to vary this based on the outcomes of the tendering process. We anticipate that no more than twenty suppliers will be awarded Tier 2 status per job category.

The objective in creating a PSL with Tier 1 and Tier 2 supplier status is to encourage academy/supplier partnerships based on quality of service, whilst offering periods of exclusivity and driving higher volumes of work to suppliers based on their specialisms, capabilities, market coverage and quality of industry experience. An academy may by exception award supply status to one supplier on Tier 1 for a particular role in a job category.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

As a DPS the framework will be subject to refreshing.

two.2.10) Information about variants

Variants will be accepted: No

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

All information is contained within the ITT, Selection and Award Questionnaires.


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

Please see ITT and Selection Questionnaire

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Recruitment professionals

three.2.2) Contract performance conditions

See ITT


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: 60

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: 2019/S 112-275086

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 June 2021

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 June 2021

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: This is a refresh of the PSL as it has been set up as a Dynamic Purchasing System.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As this procurement is being undertaken using the Open Procedure then bidders are required to submit completed Selection and Award Questionnaires and a SQ Response Document together as their bid submission.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222916.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:222916)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

CR0 1LH

Country

United Kingdom