Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Other type
Public Procurement for Permanent Recruitment Services
one.5) Main activity
Other activity
Public Procurement for Permanent Recruitment Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Permanent Recruitment 2 - Lot 1
Reference number
RM6229
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service, as the Authority, has put in place an agreement for the provision of Permanent Recruitment Services for use by Central Government and UK public sector bodies. This has replaced the agreement for RM6002 Permanent Recruitment Solutions and will support the hiring needs of UK central government departments including arms-length bodies (ALBs) and all other public sector bodies across the wider public sector.
Permanent Recruitment 2 will provide permanent and supporting services including, but not limited to,
• Clinical recruitment
• General recruitment
• Recruitment process outsourcing (RPO)
• Talent mapping
• Testing and assessment centres
• Technology services
• International recruitment
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: £7,500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
- 79610000 - Placement services of personnel
- 79635000 - Assessment centre services for recruitment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 Clinical Recruitment
The successful framework suppliers will provide core and non-core services
Core Services
• Customer planning
• Candidate identification and attraction
• Candidate assessment and evaluation
• Offer and appointment
Non-Core Services
• Strategy and planning
• Talent Development
• Technology services
• International recruitment
• Project RPO
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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 framework will be for 24 months +12months + 12months
52 suppliers have been appointed to this framework lot.
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: 2021/S 000-022471
Section five. Award of contract
Contract No
RM6229
Lot No
1
Title
Clinical Recruitment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 March 2022
five.2.2) Information about tenders
Number of tenders received: 166
Number of tenders received from SMEs: 146
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
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: £7,500,000
Section six. Complementary information
six.3) Additional information
This Contract Award Notice replaces the previous CAN issued on the 28/04/2022 -
https://www.find-tender.service.gov.uk/Notice/011000-2022.
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/1f55e5d2-60bf-40cb-8b2f-e3d8578f2206
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. For Lot 1, 52 suppliers were awarded a place as opposed to the number of 50 as was originally stated in the Contract Notice that was published on 09/09/2021.
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom