Opportunity

Temporary Workers & Supply Teachers

  • Welsh Government - Commercial Delivery

F02: Contract notice

Notice reference: 2022/S 000-031935

Published 11 November 2022, 9:34am



Section one: Contracting authority

one.1) Name and addresses

Welsh Government - Commercial Delivery

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

Contact

Neil Thomas

Email

CommercialProcurement.PeopleCorporate@gov.wales

Telephone

+44 3007900170

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://gov.wales/public-sector-procurement

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

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://etenderwales.bravosolution.co.uk/home.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/home.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/home.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Temporary Workers & Supply Teachers

Reference number

WGCD-PCS-119-22

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

The Welsh Government Commercial & Delivery team (formerly NPS), on behalf of the Welsh public sector, wishes to establish a collaborative framework

agreement for the supply of Temporary Workers (including Supply Teachers).

Key areas include (but are not limited to):

- Corporate Workers

- Social Care

- Supply Teachers

- Non Teaching and Support Staff for Schools

- Police roles

- ICT

- Health (non medical)

- Interim Managers

- A Technology Booking Platform for School Workers

two.1.5) Estimated total value

Value excluding VAT: £800,000,000

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

Vendor Neutral Managed Service Provider for Corporate Staff

Lot No

2

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 79610000 - Placement services of personnel
  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This Lot will be for a Vendor Neutral Service Provider of Corporate Staff

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Master Vendor Managed Service Provider for Corporate Workers

Lot No

1

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 79610000 - Placement services of personnel
  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This Lot will be for a Master Vendor Service Provider of Corporate Staff.

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Hybrid Managed Service Provider for Corporate Staff

Lot No

3

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 79610000 - Placement services of personnel
  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This Lot will be for a Hybrid Service Provider of Corporate Staff.

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Light-touch Managed Service Provider for Corporate Staff

Lot No

4

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 79610000 - Placement services of personnel
  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This Lot will be for a Service Provider of Corporate Staff.

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Supply Teacher Agencies

Lot No

5

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 79610000 - Placement services of personnel
  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Direct provision of Supply Teachers, Education Support Staff and other temporary staffing services. This requirement covers temporary and fixed term teaching and non-teaching roles within the Welsh public sector, to schools, colleges and other educational establishments.

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Temporary Education Worker Booking Platform

Lot No

6

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 79610000 - Placement services of personnel
  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

A technology platform provider will take responsibility for providing the Customer with access to a talent pool / database of individuals who can be approached to meet recruitment needs in a local authority or school.

two.2.5) Award criteria

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

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


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

Selection criteria as stated in the procurement documents.

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 000-018509

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

Date

15 December 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

15 December 2022

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

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

Over 73 public sector organisation in Wales are eligible to use WGCD Agreements, including all Local Authorities, NHS bodies, Welsh

Government, Welsh Government Sponsored Bodies, the Police, Fire and Rescue Services, Higher and Further Education.

In accordance with Regulation 33(5) of the Public Contracts Regulations 2015 (as amended), these procedures for awarding call-off

contracts under the framework may be applied only between the contracting authorities clearly identified in the tender documentation.

A copy of this list has been uploaded in the suppliers attachment area of the ITT at the time the notice was published to ensure compliance

with the requirements of the Public Contracts Regulations.

The Welsh Ministers will not be liable for any bidder costs arising from the non-award of the framework.

NOTE: The authority is using eTenderwales to carry out this procurement process. All tender documentation can be found within the

supplier attachments area applicable to all lots.

Under the terms of this contract the successful supplier(s) will be required to deliver Social Value Commitments to support the Client and

Customer Organisations to deliver the Well-Being of Future Generations Act goals. The WGCD is committed to a performance and

evidence-based approach to Social Value. Based on the National TOMs (Themes, Outcomes and Measures), developed in partnership with

the National Social Value Taskforce for Wales (including WLGA and other Public Sector Stakeholders), Bidders are required to propose

credible targets against which performance (of the Framework Supplier(s)) will be monitored. Further details are included within the tender documentation.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=126419

(WA Ref:126419)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom