Awarded contract

Permanent Recruitment 2

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

F03: Contract award notice

Notice reference: 2022/S 000-018723

Published 8 July 2022, 10:47am



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 for Permanent Recruitment Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Permanent Recruitment 2

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 is the replacement agreement for RM6002 Permanent Recruitment Solutions and supports 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: £37,500,000

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 2 General Recruitment (Non Clinical)

The successful framework suppliers are expected to provide core and noncore

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

The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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 is being run with 2 lots awarded on a staggered basis. The overall framework is being run for 24 months and Lot 2 is being let for 20 months to run co-terminously.

A minimum threshold score of 50 was applied against the overall quality score for Lot 2.

119 suppliers were appointed to this Lot on the framework.


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

Lot No

2

Title

General Recruitment (Non Clinical)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 June 2022

five.2.2) Information about tenders

Number of tenders received: 253

Number of tenders received from SMEs: 210

Number of tenders received by electronic means: 253

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. L3 9PP

Liverpool

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: £37,500,000


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/7e39f9cf-e073-4a04-a3d4-31ef23155a01

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 2 119 suppliers were awarded a place as opposed to the number of 100 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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

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