Section one: Contracting authority
one.1) Name and addresses
Orchard Hill College & Academy Trust
Quadrant House 8th Floor, The Quadrant Sutton
Surrey
SM2 5AS
Telephone
+44 3454020453
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=AA42971
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ohcat.mytenders.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ohcat.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
https://ohcat.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
OHC and AT - Preferred Supplier List (PSL) for the recruitment and placement of Temporary and Permanent Staff
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
Orchard Hill College wishes to create a Preferred Supplier List (PSL) for the recruitment and placement of temporary and permanent personnel, as detailed ITT.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
- 79610000 - Placement services of personnel
- 85141000 - Services provided by medical personnel
- 80340000 - Special education services
- 80400000 - Adult and other education services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
College centres (and schools) in www.ohcat.org
two.2.4) Description of the procurement
Orchard Hill College (and OHCAT) wishes to create a Preferred Supplier List (PSL) for the recruitment and placement of temporary and permanent personnel, as detailed in the ITT.
The PSL will commence in September 2023 and will be in place for a total of three years with an option to extend to a maximum of four years.
The PSL will be run as a dynamic purchasing system and will be refreshed annually at which OHC will review current suppliers to assess if their position on the PSL should remain and if sufficient vacancies arise then OHC will re-advertise for new entrants to be considered.
At the time of publishing this tender OHC has 8 college centres (a 9th will be in place from September 2023). OHC has immediate, short-term and long-term staffing requirements centred mostly on temporary teaching and support roles.
We are looking for established recruitment agencies that can demonstrate a proven track record of delivering mandates in the education sector and particularly SEND environments.
NB There is an expectation that all agency personnel put forward for placement will have undertaken safeguarding level 1 training, manual handling and Team Teach training, however, OHC can provide this training at additional cost if required. Personnel should also be fully conversant with KCSiE and will have also read relevant OHC and OHCAT policies prior to taking up any role.
The PSL will initially be split into two categories:
Curriculum staff
- Learning (Teaching) Support Assistant - Level 1
- Learning (Teaching) Support Assistant - Level 2
- Senior Teaching Aide (STA)
- Lecturer
Non-Curriculum staff
- Occupational therapist
- Physiotherapist
- Speech and language therapist
- Art Therapist
- Nurse
NB More categories and job roles can be added at any point during the lifetime of the PSL.
1The purpose of the PSL is to provide efficient routes to supply personnel who meet our requirements. Agencies will act as our recruitment partners under a centrally managed framework, underpinned by a common set of terms of business and bespoke pricing agreements. The HR Department will be responsible for promoting the PSL internally as part of our wider resourcing strategy and will support college centres to engage directly with preferred suppliers via this PSL.
We anticipate that no more than 12 recruitment agencies will be appointed to the PSL at any one time for curriculum and 8 for non-curriculum.
Suppiers must agree to be bound by our Terms of Business.
We do not guarantee usage or volume through the PSL, however, we will approach approved PSL providers in the first instance for our staffing requirements which are covered by this PSL. OHC engage over 400 days of agency personnel per week to give an indication of current volume.
We reserve the right to add OHCAT to be a recipient of the PSL at any time during the lifetime of the PSL. At the time of publishing this tender OHCAT has 14 SEND schools and a central services team.
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
36
This contract is subject to renewal
Yes
Description of renewals
An option to extend to a maximum of four years.
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
See ITT, in particular, instructions to bidders and time table. Supplier briefing event [1 person per agency] via Teams at 10am on 23/05/23.
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
See ITT and associated documentation.
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
Professional recruitment and placement services.
three.2.2) Contract performance conditions
See ITT and associated documentation.
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: 20
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
19 June 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 June 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: 3-3.5 years time
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
See ITT and associated documentation.
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=229400.
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:229400)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit