Section one: Contracting authority
one.1) Name and addresses
Harris Federation
4th Floor Norfolk House, Wellesley Road
Croydon
CR0 1LH
procurement@harrisfederation.org.uk
Telephone
+44 2082537777
Fax
+44 2082537778
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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