Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
Contact
etnitranslink.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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://etendersni.gov.uk/epps
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for the Provision of End-to-End Recruitment Services for Infrastructure and Projects Division
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
Translink wishes to establish a Framework for the Provision of End-to-End Recruitment Services. The appointed Contractor(s) will provide all services from candidate sourcing to verbal offer stage, to support the Infrastructure and Projects division within Translink, who potentially will require a variety of technical and professional specialist roles to fulfil a programme of capital and maintenance works projects. The Framework Agreement will appoint one Primary Contractor and one Secondary Contractor. Under this procurement the Contractor(s) will be required to support the Clients social value objectives. Accordingly, contract performance conditions and / or award criteria may relate, in particular, to social value. Your response must be submitted via the relevant Call for Tender (CfT) on the eTendersNI portal. Instructions on how to submit your response can be found within the Interactive Walkthrough on the eTendersNI Homepage. No other method of submission will be accepted.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75131100 - General personnel services for the government
- 79610000 - Placement services of personnel
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
Translink wishes to establish a Framework for the Provision of End-to-End Recruitment Services. The appointed Contractor(s) will provide all services from candidate sourcing to verbal offer stage, to support the Infrastructure and Projects division within Translink, who potentially will require a variety of technical and professional specialist roles to fulfil a programme of capital and maintenance works projects. The Framework Agreement will appoint one Primary Contractor and one Secondary Contractor. Under this procurement the Contractor(s) will be required to support the Clients social value objectives. Accordingly, contract performance conditions and / or award criteria may relate, in particular, to social value. Your response must be submitted via the relevant Call for Tender (CfT) on the eTendersNI portal. Instructions on how to submit your response can be found within the Interactive Walkthrough on the eTendersNI Homepage. No other method of submission will be accepted.
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2023
End date
28 February 2025
This contract is subject to renewal
Yes
Description of renewals
The option to extend by a further 24 months. No individual single extension will be granted for a period longer than 12 months and any extension will be at the discretion of the Client.
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 2
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
20 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
Tender must be valid until: 18 June 2023
four.2.7) Conditions for opening of tenders
Date
20 December 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.4) Procedures for review
six.4.1) Review body
refer to Translink complaints process
Belfast
Country
United Kingdom
Internet address
https://www.translink.co.uk/procurement
six.4.2) Body responsible for mediation procedures
refer to Translink complaints process
Belfast
Country
United Kingdom
Internet address
https://www.translink.co.uk/procurement
six.4.4) Service from which information about the review procedure may be obtained
refer to Translink complaints process
Belfast
Country
United Kingdom