Contract

Cirrus Consortium Agency Labour and Recruitment Services Framework 2022

  • Cirrus Consortium C/O Halton Housing

F20: Modification notice

Notice identifier: 2025/S 000-037687

Procurement identifier (OCID): ocds-h6vhtk-036afe (view related notices)

Published 7 July 2025, 11:19am



Section one: Contracting authority/entity

one.1) Name and addresses

Cirrus Consortium C/O Halton Housing

Waterfront Point, Warrington Road

Widnes

WA80TD

Contact

Tashi Jackson

Email

tenders@cirruspurchasing.co.uk

Country

United Kingdom

Region code

UKD71 - East Merseyside

Mutuals Public Register

7744

Internet address(es)

Main address

https://www.haltonhousing.co.uk/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cirrus Consortium Agency Labour and Recruitment Services Framework 2022

two.1.2) Main CPV code

  • 79620000 - Supply services of personnel including temporary staff

two.1.3) Type of contract

Services

two.2) Description

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 at the time of conclusion of the contract:

The Consortium sought bids from service providers to participate in an agency labour and recruitment services framework covering a full range of roles required by consortium members across England, Scotland and Wales. Services include: - Temporary staff placements - Staff on a temporary to fixed term basis - Staff on a temporary to permanent basis - Recruitment of permanent staff positions - Interim placements - Managed service provision (MSP)- Recruitment process outsourcing (RPO)The framework is split into 5 lots. The 4 year framework is expected to commence during January 2023.

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

Duration in months

48


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2023/S 000-001344


Section five. Award of contract/concession

Contract No

1

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

19 December 2022

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Multiple companies awarded place on the framework

See original notice 2023/S 000-001344

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

Multiple companies awarded place on the framework - See original notice 2023/S 000-001344

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £100,000,000


Section six. Complementary information

six.3) Additional information

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, including but not limited to the definable groups referenced in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.

Please see original contract award notice for all awarded suppliers.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process incorporated a minimum 10 calendar day standstill period at the point information on the award was communicated to tenderers. Appeals could be directly raised via the contact points detailed in section VI.4.1 of this contract award notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 79620000 - Supply services of personnel including temporary staff

seven.1.2) Additional CPV code(s)

  • 79600000 - Recruitment services

seven.1.3) Place of performance

NUTS code
  • UK - United Kingdom
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.

seven.1.4) Description of the procurement:

The Consortium sought bids from service providers to participate in an agency labour and recruitment services framework covering a full range of roles required by consortium members across England, Scotland and Wales.

Services include:

- Temporary staff placements

- Staff on a temporary to fixed term basis

- Staff on a temporary to permanent basis

- Recruitment of permanent staff positions

- Interim placements

- Managed service provision (MSP)

- Recruitment process outsourcing (RPO)

The framework is split into 5 lots. The 4 year framework commenced during January 2023.

Please note: the scope of services available and duration of the framework has remained the same.

The Cirrus Consortium have decided to modify the estimated value of the framework from £100,000,000 to £150,000,000 in accordance with Regulation 72(1)(c) of the Public Contracts Regulations 2015. This modification is necessary due to the unexpected number and size of call-off contracts completed through the framework, which could not have been reasonably foreseen at the time of award. The change does not alter the overall nature of the framework and remains within the 50% increase limit permitted by the regulations.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£150,000,000

seven.1.7) Name and address of the contractor/concessionaire

Multiple companies awarded place on the framework - See original notice 2023/S 000-001344

Multiple companies awarded place on the framework - See original notice 2023/S 000-001344

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

Multiple companies awarded place on the framework - See original notice 2023/S 000-001344

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The Cirrus Consortium have decided to modify the estimated value of the framework from £100,000,000 to £150,000,000 in accordance with Regulation 72(1)(c) of the Public Contracts Regulations 2015.

This modification is necessary due to the unexpected number and size of call-off contracts completed through the framework, which could not have been reasonably foreseen at the time of award. The change does not alter the overall nature of the framework and remains within the 50% increase limit permitted by the regulations.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

The Cirrus Consortium have decided to modify the estimated value of the framework from £100,000,000 to £150,000,000 in accordance with Regulation 72(1)(c) of the Public Contracts Regulations 2015.

This modification is necessary due to the unexpected number and size of call-off contracts completed through the framework, which could not have been reasonably foreseen at the time of award. The change does not alter the overall nature of the framework and remains within the 50% increase limit permitted by the regulations.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £100,000,000

Total contract value after the modifications

Value excluding VAT: £150,000,000