Opportunity

Workforce Solutions Framework

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

F02: Contract notice

Notice reference: 2023/S 000-020123

Published 13 July 2023, 1:51pm



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 3454102222

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.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Workforce Solutions Framework

Reference number

RM6288

two.1.2) Main CPV code

  • 79620000 - Supply services of personnel including temporary staff

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS), with this procurement, wants to develop a new long-term contracting solution for the provision of workforce solutions to replace the current framework, RM3749 Public Sector Resourcing.

The aim of this framework is to build a market leading commercial model to connect workers with public sector demand, enabling contracting authorities to engage the right resources, with the right skills, at the right price, through a range of delivery models. This will include sourcing temporary workers, engaging pre-identified nominated workers, delivering work through statements of work (SOW), and engaging workers via a Recruit-Train-Deploy (RTD) model.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72600000 - Computer support and consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79211110 - Payroll management services
  • 79414000 - Human resources management consultancy services
  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff
  • 79621000 - Supply services of office personnel
  • 79623000 - Supply services of commercial or industrial workers
  • 79631000 - Personnel and payroll services
  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Managed Service Provider – this is a single supplier arrangement that will be required to deliver the full scope of the framework, covering the following service lines:

Contingent Labour - including; Professional workers; Admin/clerical workers; and Operational workers

Recruit-Train-Deploy (RTD) delivery

Statement of Works (SOW) / Outcome based delivery (OBD)

Permanent Recruitment

Employed resource / Resource augmentation partnering

Campaigns

The service lines will be delivered through the Vendor Management System (VMS) that the supplier will provide. It is a mandatory requirement of the procurement that a supplier must appoint a third party contractor for the VMS, who will be considered a key subcontractor. The supplier will provide an end to end solution. Full details regarding the services required are set out within the specification that forms part of the ITPD pack.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £20,000,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

90

This contract is subject to renewal

No

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

The Framework Contract duration referenced at II.2.7 is for 90 months. However, bidders should note the last 18 months of the contract is a transition period, no new call-offs can be placed during that time.

Value referenced at II.2.6 is estimated and does not guarantee any spend under this arrangement. The actual spend will depend on demand from buyers purchasing under the Framework Contract.


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

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to participate (ITP) registering for access.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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 a single operator

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: 2022/S 000-003934

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

Date

14 August 2023

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 September 2023

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

Tender must be valid until: 10 June 2024


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/9ada8912-27b3-4fc4-8f8c-ad66a0587cd6

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to participate in the dialogue tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

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/