Section one: Contracting authority
one.1) Name and addresses
The Police & Crime Commissioner for Warwickshire
PO Box 4, Woodcote Drive, Leek Wootton
Warwickshire
CV35 7QB
Contact
Caroline Plane
caroline.plane@warwickshire.pnn.police.uk
Telephone
+44 1926415000
Country
United Kingdom
NUTS code
UKG13 - Warwickshire
National registration number
n/a
Internet address(es)
Main address
https://www.warwickshire.police.uk/
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/86783
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39885&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39885&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Recruitment Agency Services
Reference number
WP20-0040
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police & Crime Commissioner for Warwickshire (The Authority) has a requirement to establish a framework agreement for the provision of Recruitment Agency services in 3 lots:
Lot 1 - Administrative Roles
Lot 2 - ICT / Digital Roles
Lot 3 - Corporate & Professional Roles
The framework agreement shall be for an initial period of 2 years with an option to extend for up to a further 2 years.
This is an open tender procedure and all expressions of interest or queries must be made via the EU Supply Tendering portal: https://uk.eu-supply.com/login.asp?B=BLUELIGHT
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Administrative Roles
Lot No
1
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79620000 - Supply services of personnel including temporary staff
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
two.2.4) Description of the procurement
The scope of Lot 1 shall cover Permanent, Interim and Temporary Administrative roles including but not limited to Administrator, Receptionist, Executive Assistant, Secretary, Data entry / Filing clerk, Call centre /customer service advisor.
The framework shall be for an initial period of 2 years with an option to extend for up to a further 2 years.
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: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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) Description
two.2.1) Title
ICT / Digital Roles
Lot No
2
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
two.2.4) Description of the procurement
The scope of Lot 2 shall cover Permanent, Interim and Temporary ICT / digital roles including all IT, data, digital, cloud and technical roles, and IT project / programme management.
There are two elements to the services required in Lot 2:
•The sourcing and supply of IT staff.
•The provision of a service whereby IT contractors already known to the Authority are paid by the Supplier on the Authority’s behalf.
The framework shall be for an initial period of 2 years with an option to extend for up to a further 2 years.
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: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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) Description
two.2.1) Title
Corporate & Professional Roles
Lot No
3
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
two.2.4) Description of the procurement
The scope of Lot 3 shall cover Permanent, Interim and Temporary Corporate & Professional roles including Financial, Procurement, HR, Marcomms, Estates and Legal.
The framework shall be for an initial period of 2 years with an option to extend for up to a further 2 years.
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: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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: 9
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
4 November 2021
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
4 November 2021
Local time
12:00pm
Place
Warwickshire Police HQ
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.4) Procedures for review
six.4.1) Review body
The Police & Crime Commissioner for Warwickshire
3 Northgate Street
Warwick
CV34 4SP
Country
United Kingdom