Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
LEICESTER
LE19 1ES
Contact
Corporate Solutions Procurement Team
Country
United Kingdom
Region code
UKF22 - Leicestershire CC and Rutland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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://www.eastmidstenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.eastmidstenders.org/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Authority Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
653F_23 Managed Services for Temporary Agency Resources (MSTAR4)
Reference number
653F_23
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
A service provision where one Managed Service Provider takes responsibility for delivering recruitment services on behalf of the Customer, as an alternative to the Customer managing a framework of individual Agencies.
This framework also includes alternative technology platforms/delivery models for managing the customers' recruitment processes.
• Lot 1 Managed Service Provision
o Lot 1a Neutral Vendor
o Lot 1b Master Vendor
• Lot 2 Vendor Management System
• Lot 3 Talent pool Technology
• Lot 4 Statement of Works Project Delivery
Tenderers are invited to bid for one, several, or all of the lots as they wish, and should be clear what lots they are bidding for in their tender document.
The framework requires service providers to supply throughout all regions of the United Kingdom.
ESPO will impose on economic operators requirements aimed at protecting the confidential nature of information made available throughout the procurement procedure (as permitted by Regulation 21(3)) and, before receiving that information, economic operators will be required to complete and return a Confidentiality Agreement, which will be available once economic operators have expressed an interest in the tender opportunity.
To tender: (a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '653F_23' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest; (e) Download the tender from the website (documents can be found in the first question of the Online Questionnaire, but to see these you will first need to click on "Start my response" followed by "Edit" next to the Question set, and "Answer question" next to the first question).
two.1.5) Estimated total value
Value excluding VAT: £4,000,000,000
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
Lot 1 - Managed Service Provision
Lot No
1
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
A service provision where one Managed Service Provider takes responsibility for delivering recruitment services on behalf of the Customer, as an alternative to the Customer managing a framework of individual Agencies. Managed Services can often involve the Managed Service Provider operating a 'tiered' structure of Agencies to deliver the Services, dependent on the service model provided.
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: £3,600,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
11 April 2023
End date
10 April 2025
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2.14) Additional information
This lot will also contain two sub-lots, based on delivery model:
o Lot 1a Neutral Vendor
o Lot 1b Master Vendor
two.2) Description
two.2.1) Title
Lot 2 - Vendor Management System
Lot No
2
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for Customers who are looking for a technology solution that helps them manage recruitment Agencies, either on a self-service basis where recruitment is devolved to Hiring Managers, or via their own internal recruitment team.
The system used will help Customers to manage their supply chain, and interact with Agencies and Temporary Agency Workers through the system in regards to ordering, timesheet reconciliation, compliance and management information.
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
Start date
11 April 2023
End date
10 April 2025
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 3 - Talent Pool Technology
Lot No
3
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for Customers who are looking for a Talent Pool Technology Platform that they can contract with directly and either include within their existing MSP delivery model or develop internally as a stand-alone solution.
A Talent Pool Technology Platform is an on-line database which allows a Worker to register, create, maintain and delete their own profile and be matched automatically to jobs put forward through the platform by Hiring Managers.
The Talent Pool Technology Platform will be available via desktop and/or app. As such, Tenders will only be accepted for Lot 3 from Tenderers who fulfil the Talent Pool Technology Core Specification.
Tenderers for Lot 3 Talent Pool Technology will own the intellectual property rights (IPR) and development of the platform.
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
Start date
11 April 2023
End date
10 April 2025
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 4 - Statement of Works Project Delivery
Lot No
4
two.2.2) Additional CPV code(s)
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for customers seeking a range of advice, support, and provision of services in relation to the management and delivery of various projects. The managed service provider will be able to advise, support, manage and deliver, and assume responsibility for the outcome of, any projects required by the customer. The customer can access services through various sourcing routes to obtain the required Specialist Resources.
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: £400,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
11 April 2023
End date
10 April 2025
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: Yes
Description of options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
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.2.2) Contract performance conditions
Throughout the Term ESPO shall monitor the Service Providers' financial standings against the Service Providers' financial positions taken on the Commencement Date. In the event that a Service Provider's financial position falls below the position recorded on the Commencement Date, ESPO shall discuss the Service Provider's circumstances with the Service Provider.
ESPO reserves the right to terminate the Framework Agreement by serving notice on the Service Provider in writing with effect from the date specified in such notice where (in the reasonable opinion of ESPO) there is a material detrimental change in the financial standing of the Service Provider which:
• Adversely impacts on the Service Provider's ability to provide the Services under this Agreement; or
• Could reasonably be expected to have an adverse impact on the Service Provider's ability to provide the Services under this Agreement.
In particular, Service Providers will need to ensure that their organisation operates within a reasonable score as shall be determined by use of a credit rating agency.
Social Value will also be expected to be demonstrated from Service Providers and monitored throughout, particularly the right is reserved by ESPO to conduct audits in this area.
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
12 January 2023
Local time
12:00pm
Changed to:
Date
16 January 2023
Local time
5:00pm
See the change notice.
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
12 January 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.
ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
LONDON
WC2A 2LL
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.