Opportunity

Managed Staff Banks

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

F02: Contract notice

Notice reference: 2022/S 000-029585

Published 20 October 2022, 12:50pm



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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, 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

Other activity

Public Procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Managed Staff Banks

Reference number

RM6278

two.1.2) Main CPV code

  • 79600000 - Recruitment services

two.1.3) Type of contract

Services

two.1.4) Short description

CCS is procuring this Framework Agreement on behalf of NHS Workforce Alliance.

Managed Staff Banks (RM6278) is a single-Lot Framework Agreement available for use by UK public sector bodies and future successor organisation, which includes Central Government Departments and their arm’s length bodies and agencies, the wider public sector and third sector including, but not limited to, local government, health, education, police, fire and rescue, housing associations and charities.

Suppliers shall offer innovative solutions to support Buyers in the effective and flexible use of resources. This is particularly relevant in the context of facilitating collaboration between Buyers across different organisations in terms of managed staff banks.

Services will be delivered within the United Kingdom.

This Framework Agreement will replace Flexible Resource Pool – Staff Bank (RM6158).

two.1.5) Estimated total value

Value excluding VAT: £2,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff
  • 79624000 - Supply services of nursing personnel
  • 79625000 - Supply services of medical personnel

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under the Framework Agreement, Suppliers shall offer innovative solutions to support Buyers in the effective and flexible use of resources. This is particularly relevant in the context of facilitating collaboration between Buyers across different organisations in terms of managed staff banks.

Suppliers shall deliver all services included in the scope of Framework Schedule 1 - Specification (set out at Attachment 1a of the Invitation to Tender documentation) and shall be capable of providing any combination of the services as specified by the Buyer at Call-Off.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 85

Price - Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £2,000,000,000

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

Duration in months

48

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 initial duration of the Framework is 3 years, with an option to extend for a further 1 year.


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 tender (ITT) 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

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

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 000-009944

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

Date

21 November 2022

Local time

3:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 November 2022

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/dd035f92-2d50-4ee1-a0b7-769ce5cd5391

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

4) Government Security Classifications (GSC) information.

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.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last awarded position (10th position).

The value at II.1.5 is an estimate. We cannot guarantee suppliers any business under the framework.

Minimum standards of reliability:

CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the ITT documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20 000 000 GBP.

The Minister for the Cabinet Office represented by its executive agency the Crown Commercial Service (CCS), are the Authority, acting on behalf of ‘NHS Workforce Alliance’ a public sector collaboration.

The Contracting Authorities comprising the NHS Workforce Alliance are;

The Minister for the Cabinet Office represented by its executive agency the Crown Commercial Service (CCS), its offices are at: 9th Floor, The Capital, Old Hall Street, Liverpool L3 9PP.

NHS London Procurement Partnership, its offices are at: 200 Great Dover Street, London SE1 4YB

NHS North of England Commercial Procurement Collaborative, its offices are at: Don Valley House, Savile Street East, Sheffield, S4 7UQ

NHS East of England Collaborative Procurement Hub, its offices are at: NHS Victoria House, Capital Park, Fulbourn, Cambridge, CB21 5XB

and NHS Commercial Solutions, its offices are at: The Atrium, Curtis Road, Dorking, Surrey, RH4 1XA

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 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/