Tender

Recruitment Agency Services

  • The Police & Crime Commissioner for Warwickshire

F02: Contract notice

Notice identifier: 2021/S 000-024598

Procurement identifier (OCID): ocds-h6vhtk-02e783

Published 4 October 2021, 1:38pm



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

Email

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