Notice Information
Notice Title
Permanent Recruitment 2 - Lot 2
Notice Description
Crown Commercial Service, as the Authority, has put in place an agreement for the provision of Permanent Recruitment Services for use by Central Government and UK public sector bodies. This is the replacement agreement for RM6002 Permanent Recruitment Solutions and supports the hiring needs of UK central government departments including arms-length bodies (ALBs) and all other public sector bodies across the wider public sector. Permanent Recruitment 2 will provide permanent and supporting services including, but not limited to, * Clinical recruitment * General recruitment * Recruitment process outsourcing (RPO) * Talent mapping * Testing and assessment centres * Technology services * International recruitment
Lot Information
Clinical Recruitment
Lot 2 General Recruitment (Non Clinical) The successful framework suppliers are expected to provide core and noncore services Core Services * Customer planning * Candidate identification and attraction * Candidate assessment and evaluation * Offer and appointment Non-Core Services * Strategy and planning * Talent Development * Technology services * International recruitment * Project RPO The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation Additional information: The Framework is being run with 2 lots awarded on a staggered basis. The overall framework is being run for 24 months and Lot 2 is being let for 20 months to run co-terminously. A minimum threshold score of 50 was applied against the overall quality score for Lot 2. 119 suppliers were appointed to this Lot on the framework.
Renewal: The initial duration of the Framework is 2 years, with an option to extend for 2 periods of 1 year (2+1+1). CCS reserve the right to extend lots by varying durations
General Recruitment (Non Clinical)Lot 2 General Recruitment (Non Clinical) The successful framework suppliers will be expected to provide core and non-core services Core Services * Customer planning * Candidate identification and attraction * Candidate assessment and evaluation * Offer and appointment Non-Core Services * Strategy and planning * Talent Development * Technology services * International recruitment * Project RPO The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation Additional information: The framework will be established for 24 months +12months + 12months A minimum threshold score of 50 will be applied against the overall quality score for Lot 2. It is anticipated that a maximum of 100 suppliers will be appointed to this framework lot. However CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position if 100 are appointed
Renewal: The Framework will be established for up to 2 years with the option to extend for up to 2 periods, each of 12 months (2+1+1) The framework is divided into 2 lots, which will be awarded separately, due to staggered expiry dates for existing arrangements. The framework will commence when Lot 1 is awarded. Lot 2 will be awarded for a shorter initial duration, so that all lots will end coterminously
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02df36
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014360-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79600000 - Recruitment services
79610000 - Placement services of personnel
79635000 - Assessment centre services for recruitment
Notice Value(s)
- Tender Value
- £45,000,000 £10M-£100M
- Lots Value
- £45,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £45,000,000 £10M-£100M
Notice Dates
- Publication Date
- 3 May 20241 years ago
- Submission Deadline
- 12 Oct 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Mar 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Additional Buyers
- Contact Name
- Paige Ward
- Contact Email
- paige.ward@sussex.police.uk, supplier@crowncommercial.gov.uk
- Contact Phone
- +44 3454102222, +44 7977425972
Buyer Location
- Locality
- LEWES
- Postcode
- BN7 2FZ
- Post Town
- Brighton
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02df36-2024-05-03T13:56:34+01:00",
"date": "2024-05-03T13:56:34+01:00",
"ocid": "ocds-h6vhtk-02df36",
"description": "This Contract Award Notice replaces the previous CAN issued on the 08/07/2022 https://www.find-tender.service.gov.uk/Notice/018723-2022 The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/3bf7cefd-ce21-4841-915e-dcb5aa7890cb 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 2 119 suppliers were awarded a place as opposed to the number of 100 as was originally stated in the Contract Notice that was published on 09/09/2021.",
"initiationType": "tender",
"tender": {
"id": "RM6229",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Permanent Recruitment 2 - Lot 2",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
"mainProcurementCategory": "services",
"description": "Crown Commercial Service, as the Authority, has put in place an agreement for the provision of Permanent Recruitment Services for use by Central Government and UK public sector bodies. This is the replacement agreement for RM6002 Permanent Recruitment Solutions and supports the hiring needs of UK central government departments including arms-length bodies (ALBs) and all other public sector bodies across the wider public sector. Permanent Recruitment 2 will provide permanent and supporting services including, but not limited to, * Clinical recruitment * General recruitment * Recruitment process outsourcing (RPO) * Talent mapping * Testing and assessment centres * Technology services * International recruitment",
"value": {
"amount": 45000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Clinical Recruitment",
"description": "Lot 2 General Recruitment (Non Clinical) The successful framework suppliers are expected to provide core and noncore services Core Services * Customer planning * Candidate identification and attraction * Candidate assessment and evaluation * Offer and appointment Non-Core Services * Strategy and planning * Talent Development * Technology services * International recruitment * Project RPO The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation Additional information: The Framework is being run with 2 lots awarded on a staggered basis. The overall framework is being run for 24 months and Lot 2 is being let for 20 months to run co-terminously. A minimum threshold score of 50 was applied against the overall quality score for Lot 2. 119 suppliers were appointed to this Lot on the framework.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 7500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 2 years, with an option to extend for 2 periods of 1 year (2+1+1). CCS reserve the right to extend lots by varying durations"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "General Recruitment (Non Clinical)",
"description": "Lot 2 General Recruitment (Non Clinical) The successful framework suppliers will be expected to provide core and non-core services Core Services * Customer planning * Candidate identification and attraction * Candidate assessment and evaluation * Offer and appointment Non-Core Services * Strategy and planning * Talent Development * Technology services * International recruitment * Project RPO The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation Additional information: The framework will be established for 24 months +12months + 12months A minimum threshold score of 50 will be applied against the overall quality score for Lot 2. It is anticipated that a maximum of 100 suppliers will be appointed to this framework lot. However CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position if 100 are appointed",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 37500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework will be established for up to 2 years with the option to extend for up to 2 periods, each of 12 months (2+1+1) The framework is divided into 2 lots, which will be awarded separately, due to staggered expiry dates for existing arrangements. The framework will commence when Lot 1 is awarded. Lot 2 will be awarded for a shorter initial duration, so that all lots will end coterminously"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
{
"scheme": "CPV",
"id": "79610000",
"description": "Placement services of personnel"
},
{
"scheme": "CPV",
"id": "79635000",
"description": "Assessment centre services for recruitment"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "Lewes"
}
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
{
"scheme": "CPV",
"id": "79610000",
"description": "Placement services of personnel"
},
{
"scheme": "CPV",
"id": "79635000",
"description": "Assessment centre services for recruitment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-10-12T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-10-12T15:01:00+01:00"
},
"bidOpening": {
"date": "2021-10-12T15:01:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.crowncommercial.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Public Procurement for Permanent Recruitment Services"
}
]
},
"additionalContactPoints": [
{
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-45397",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street. L3 9PP",
"locality": "Liverpool",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-28612",
"name": "Office of the Sussex Police & Crime Commissioner",
"identifier": {
"legalName": "Office of the Sussex Police & Crime Commissioner",
"id": "N/A"
},
"address": {
"streetAddress": "Sackville House, Brooks Close, Lewes, East Sussex",
"locality": "Lewes",
"region": "UK",
"postalCode": "BN7 2FZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Paige Ward",
"telephone": "+44 7977425972",
"email": "Paige.Ward@sussex.police.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.sussex-pcc.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-86762",
"name": "Global Resourcing Ltd",
"identifier": {
"legalName": "Global Resourcing Ltd"
},
"address": {
"locality": "Harpenden",
"region": "UK",
"postalCode": "AL5 4US",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-14696",
"name": "The Police and Crime Commissioner for Sussex",
"identifier": {
"legalName": "The Police and Crime Commissioner for Sussex"
},
"address": {
"locality": "Lewes",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-3754",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "The Capital Building, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Public Procurement for Permanent Recruitment Services"
},
{
"scheme": "COFOG",
"description": "Public Procurement for Permanent Recruitment Services"
}
]
}
},
{
"id": "GB-FTS-3755",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital Building, Old Hall Street",
"locality": "Liverpool",
"postalCode": "L3 9PP",
"countryName": "United Kingdom",
"region": "UK"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Public Procurement for Permanent Recruitment Services"
},
{
"scheme": "COFOG",
"description": "Public Procurement for Permanent Recruitment Services"
}
]
}
},
{
"id": "GB-FTS-49012",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street. L3 9PP",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-3755",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:455082-2020:TEXT:EN:HTML"
}
],
"language": "en",
"awards": [
{
"id": "011000-2022-RM6229-1",
"relatedLots": [
"1"
],
"title": "Clinical Recruitment",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
},
{
"id": "018723-2022-1",
"relatedLots": [
"1"
],
"title": "General Recruitment (Non Clinical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-45397",
"name": "See Contracts Finder Notice for full supplier list"
}
]
},
{
"id": "019293-2023-1-1",
"relatedLots": [
"1"
],
"title": "DDaT Recruitment",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-86762",
"name": "Global Resourcing Ltd"
}
]
},
{
"id": "014346-2024-RM6229-1",
"relatedLots": [
"1"
],
"title": "Clinical Recruitment",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
},
{
"id": "014360-2024-1",
"relatedLots": [
"1"
],
"title": "General Recruitment (Non Clinical)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-49012",
"name": "See Contracts Finder Notice for full supplier list"
}
]
}
],
"contracts": [
{
"id": "011000-2022-RM6229-1",
"awardID": "011000-2022-RM6229-1",
"title": "Clinical Recruitment",
"status": "active",
"value": {
"amount": 7500000,
"currency": "GBP"
},
"dateSigned": "2022-03-29T00:00:00+01:00"
},
{
"id": "018723-2022-1",
"awardID": "018723-2022-1",
"title": "General Recruitment (Non Clinical)",
"status": "active",
"value": {
"amount": 37500000,
"currency": "GBP"
},
"dateSigned": "2022-06-21T00:00:00+01:00"
},
{
"id": "019293-2023-1-1",
"awardID": "019293-2023-1-1",
"title": "DDaT Recruitment",
"status": "active",
"dateSigned": "2023-07-06T00:00:00+01:00"
},
{
"id": "014346-2024-RM6229-1",
"awardID": "014346-2024-RM6229-1",
"title": "Clinical Recruitment",
"status": "active",
"value": {
"amount": 7500000,
"currency": "GBP"
},
"dateSigned": "2022-03-29T00:00:00+01:00"
},
{
"id": "014360-2024-1",
"awardID": "014360-2024-1",
"title": "General Recruitment (Non Clinical)",
"status": "active",
"value": {
"amount": 37500000,
"currency": "GBP"
},
"dateSigned": "2022-06-21T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 166
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 146
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 253
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 210
},
{
"id": "7",
"measure": "electronicBids",
"relatedLot": "1",
"value": 253
},
{
"id": "12",
"measure": "bids",
"relatedLot": "1",
"value": 11
},
{
"id": "10",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1,
"currency": "GBP"
},
{
"id": "11",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 243000,
"currency": "GBP"
},
{
"id": "8",
"measure": "lowestValidBidValue",
"value": 1,
"currency": "GBP"
},
{
"id": "9",
"measure": "highestValidBidValue",
"value": 243000,
"currency": "GBP"
},
{
"id": "13",
"measure": "bids",
"relatedLot": "1",
"value": 166
},
{
"id": "14",
"measure": "smeBids",
"relatedLot": "1",
"value": 146
},
{
"id": "15",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "16",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "17",
"measure": "bids",
"relatedLot": "1",
"value": 253
},
{
"id": "18",
"measure": "smeBids",
"relatedLot": "1",
"value": 210
},
{
"id": "19",
"measure": "electronicBids",
"relatedLot": "1",
"value": 253
}
]
}
}