Awarded contract

Supply Teachers and Temporary Staff (STaTS)

  • Crown Commercial Service

F03: Contract award notice

Notice reference: 2022/S 000-021434

Published 4 August 2022, 3:22pm



Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplyteachers@crowncommercial.gov.uk

Telephone

+44 3450103503

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply Teachers and Temporary Staff (STaTS)

Reference number

RM6238

two.1.2) Main CPV code

  • 79610000 - Placement services of personnel

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service has established an agreement for the recruitment of temporary and fixed term teachers and non-teaching staff for UK schools, colleges and educational establishments including nurseries, pupil referral units, and children centres.

The purpose of this framework agreement is to provide schools with an open, fair and transparent route when hiring supply teachers and other temporary staff that also delivers value for money. Roles include head teachers, qualified and non–qualified teachers both SEN and non- SEN, education support (such as staff cover supervisors and teaching assistants) invigilators and senior leaders. Other temporary staff include but not limited to, administrative and clerical (IT and finance staff) estates and maintenance and cleaners.

The exact duration of the agreement will be for an initial period of 3 years with the option to extend for up to 1 year

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £400,000,000

two.2) Description

two.2.1) Title

Direct Provision of Supply Teachers, Education Support Staff and other temporary staffing services.

Lot No

1

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79612000 - Placement services of office-support personnel
  • 79620000 - Supply services of personnel including temporary staff
  • 79621000 - Supply services of office personnel
  • 79631000 - Personnel and payroll services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The supplier will provide recruitment services for the provision of supply teachers, education support staff and other temporary staffing services from both: — Employment businesses for temporary assignments, and

— Employment agencies for fixed term employment.

The supplier will be required to be aware of and ensure compliance to all changes in practise in the recruitment market and changes in policy and legislation. The Supplier must hold and maintain certification from an approved Accreditation Body. The Supplier will ensure that such changes are communicated in a timely manner to the buyer and where necessary, appropriate changes made to processes and procedures (i.e. AWR, IR35, and Minimum Wage).

To support Buyers in utilising Lot 1 CCS will establish an Agency Selection Tool using details of all suppliers’ branches/offices.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 0

Price - Weighting: 100

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 authority does not consider that transfer of undertakings (protection of employment) Regulations 2006 to be an issue in respect of this procurement at framework agreement stage as services are not provided at this level. It is your responsibility to take your own advice and consider whether TUPE is likely to apply andto act accordingly. You are encouraged to carry out your own due diligence.

two.2) Description

two.2.1) Title

Master Vendor: Managed Service Requirements of Supply Teachers, Education Support Staff and other temporary staffing services.

Lot No

2.1

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79612000 - Placement services of office-support personnel
  • 79620000 - Supply services of personnel including temporary staff
  • 79621000 - Supply services of office personnel
  • 79631000 - Personnel and payroll services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Managed service requirements of supply teachers, education support staff and other temporary staffing services.

A Managed Service Provider will take responsibility for providing the Buyer with recruitment services to meet their Worker needs, including the sourcing, engagement and administration of the non-permanent workforce through standardised processes and use of technology.

The master vendor will take overall responsibility for providing the buyer with recruitment services to meet their worker needs.

The supplier will manage provision of supply teachers, education support staff and other temporary staffing services from both:

— Employment businesses for temporary assignments, and

— Employment agencies for fixed term employment.

The supplier will provide workers directly from their own resource pool and has the option of managing supplementary supply through an approved supply chain The Supplier may set up and manage a talent pool on behalf of the Buyer. Workers supplied via the talent pool may be employed by the Employment Business or the Buyer.

The buyer contracts only with the master vendor Supplier, and the master vendor is responsible for managing their supply chain.

The Supplier must hold and maintain certification from an approved Accreditation Body.

The supplier will ensure that its sourcing of Workers via the accredited supply chain complies with all legislative and regulatory requirements, as detailed in the terms of the framework contract.

The supplier will be required to aware of and ensure compliance to all changes in practise in the recruitment market and changes in policy and legislation The Supplier will ensure that such changes are communicated in a timely manner to the buyer and where necessary, appropriate changes made to processes and procedures (i.e. AWR, IR35, Minimum Wage).

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 authority does not consider that transfer of undertakings (protection of employment) Regulations 2006 to be an issue in respect of this procurement at framework agreement stage as services are not provided at this level. It is your responsibility to take your own advice and consider whether TUPE is likely to apply andto act accordingly. You are encouraged to carry out your own due diligence.

two.2) Description

two.2.1) Title

Master Vendor: Managed Service Requirements of Supply Teachers, Education Support Staff and other temporary staffing services with contacts of any value

Lot No

2.2

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79612000 - Placement services of office-support personnel
  • 79620000 - Supply services of personnel including temporary staff
  • 79621000 - Supply services of office personnel
  • 79631000 - Personnel and payroll services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Managed service requirements of supply teachers, education support staff and other

temporary staffing services.

A Managed Service Provider will take responsibility for providing the Buyer with

recruitment services to meet their Worker needs, including the sourcing, engagement

and administration of the non-permanent workforce through standardised processes

and use of technology.

The master vendor will take overall responsibility for providing the buyer with

recruitment services to meet their worker needs.

The supplier will manage provision of supply teachers, education support staff and

other temporary staffing services from both:

— Employment businesses for temporary assignments, and

— Employment agencies for fixed term employment.

The supplier will provide workers directly from their own resource pool and has the

option of managing supplementary supply through an approved supply chain

The Supplier may set up and manage a talent pool on behalf of the Buyer. Workers

supplied via the talent pool may be employed by the Employment Business or the Buyer.

The buyer contracts only with the master vendor Supplier, and the master vendor is

responsible for managing their supply chain.

The Supplier must hold and maintain certification from an approved Accreditation Body.

The supplier will ensure that its sourcing of Workers via the accredited supply chain

complies with all legislative and regulatory requirements, as detailed in the terms of the

framework contract.

The supplier will be required to aware of and ensure compliance to all changes in

practise in the recruitment market and changes in policy and legislation The Supplier

will ensure that such changes are communicated in a timely manner to the buyer and

where necessary, appropriate changes made to processes and procedures (i.e. AWR,

IR35, Minimum Wage).

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 authority does not consider that transfer of undertakings (protection of

employment) Regulations 2006 to be an issue in respect of this procurement at

framework agreement stage as services are not provided at this level. It is your

responsibility to take your own advice and consider whether TUPE is likely to apply and

to act accordingly. You are encouraged to carry out your own due diligence.

two.2) Description

two.2.1) Title

Education Technology Platform Provision of Supply Teachers, Education Support Staff and other temporary staffing services with contract values of no more than £2.499m.

Lot No

4

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 79610000 - Placement services of personnel
  • 79612000 - Placement services of office-support personnel
  • 79620000 - Supply services of personnel including temporary staff
  • 79621000 - Supply services of office personnel
  • 79631000 - Personnel and payroll services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

An Education Technology platform provider will take responsibility for providing the

Buyer with recruitment services to meet their Worker needs, including the sourcing,

engagement and administration of the non-permanent workforce through standardised

processes and use of technology.

An Education Technology platform Supplier shall not supply any Workers directly from

its own business, and a maximum of 20% through any affiliated businesses, and will use

an approved supply chain to meet all Worker requirements. The Supplier will manage

provision of Supply Teachers, Education Support Staff and other temporary staffing

services from both:

- Employment Businesses for temporary Assignments; and

- Employment Agencies for Fixed Term employment

The Supplier may set up and manage a talent pool on behalf of the Buyer. Workers

supplied via the talent pool may be employed by the Employment Business or the Buyer.

The Supplier will ensure that such changes are communicated in a timely manner to the

buyer and where necessary, appropriate changes made to processes and procedures

(i.e. AWR, IR35, Minimum Wage).

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 authority does not consider that transfer of undertakings (protection of

employment) Regulations 2006 to be an issue in respect of this procurement at

framework agreement stage as services are not provided at this level. It is your

responsibility to take your own advice and consider whether TUPE is likely to apply and

to act accordingly. You are encouraged to carry out your own due diligence.


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: 2022/S 000-004473

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 July 2022

five.2.2) Information about tenders

Number of tenders received: 126

Number of tenders received from SMEs: 110

Number of tenders received by electronic means: 126

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £240,000,000


Section six. Complementary information

six.3) Additional information

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/e7f0fbf9-cc73-4bf7-b186-2be01312a252

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.

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

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

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

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom