Notice Information
Notice Title
Executive and Non-Executive Recruitment Services
Notice Description
Crown Commercial Service, as the authority, has put in place an agreement for the supply of recruitment Services to UK public sector bodies including central government departments (and their arm's length bodies and agencies) and non-departmental public bodies, as well as wider public sector organisations, hereby known as the Customer. This is a replacement agreement for the Executive Search services found within Permanent Recruitment Solutions (RM6002). Executive and Non-Executive Recruitment Services will provide permanent, fixed term, inward secondment and supporting services including, but not limited to; -Executive & Non Executive Recruitment -Talent Development Services -Talent Mapping -Reserve Lists & Talent Pools -Executive Development and Coaching -Technology Services -International Recruitment The number of suppliers that have been awarded a Framework Contract for each lot is: Lot 1 up to 53 Operators Lot 2 up to 25 Operators Lot 3 up to 26 Operators CCS reserved the right to award a framework to any bidder whose final score is within 1% of the last position.
Lot Information
Executive Search - Grade 6, SCS1 & SCS2 (and equivalents)
The successful framework suppliers will provide core and non-core services to contracting authorities with candidate requirements at Grade 6, SCS1 & SCS2 or their equivalents across the Public Sector Core Services -Customer planning -Candidate identification and attraction -Candidate assessment and evaluation -Offer and appointment Non Core Services -Talent Development Services -Talent Mapping -Reserve Lists & Talent Pools -Executive Development and Coaching -Technology Services -International Recruitment
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.
Executive Search - SCS3 & SCS4 (and equivalents)The successful framework suppliers will provide core and non-core services to contracting authorities with candidate requirements at SCS 3 & SCS 4 (or their equivalents across the Public Sector). Core Services -Customer planning -Candidate identification and attraction -Candidate assessment and evaluation -Offer and appointment Non-Core Services -Talent Development Services -Talent Mapping -Reserve Lists & Talent Pools -Executive Development and Coaching -Technology Services -International Recruitment
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
Non-Executive and Public AppointmentsThe successful framework suppliers will provide core and non-core services to contracting authorities with candidate requirements for either Non-Executive or Public Appointments (or their equivalents across the Public Sector). Core Services -Customer planning -Candidate identification and attraction -Candidate assessment and evaluation -Offer and appointment Non-Core Services -Talent Development Services -Talent Mapping -Reserve Lists & Talent Pools -Executive Development and Coaching -Technology Services -International Recruitment
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-031714
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028990-2022
- 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
- 14 Oct 20223 years ago
- Submission Deadline
- 16 Mar 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Oct 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- 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
- Contact Name
- Not specified
- Contact Email
- supplier@crowncommercial.gov.uk
- Contact Phone
- +44 3450103503
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- 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-031714-2022-10-14T12:06:11+01:00",
"date": "2022-10-14T12:06:11+01:00",
"ocid": "ocds-h6vhtk-031714",
"description": "As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/f36d63c3-0dc9-4ea5-b76f-c99c8 1) Contract notice transparency information; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement for all Lots. Cyber Essentials Plus may be required by some Customers at call off stage and this will apply to all Lots. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. Central Government decided that a reduction from the initial 4 lot structure to a refined 3 lot structure would be preferable. The existing structure is as below: Lot 1: Executive Search - Grade 6, SCS1 & SCS2 (and equivalents) Lot 2: Executive Search - SCS2 (and equivalents) Lot 3: Executive Search - SCS3 & SCS4 (and equivalents) Lot 4: Non-Executive and Public Appointments The new structure is as follows: Lot 1: Executive Search - Grade 6, SCS1 & SCS2 (and equivalents) Lot 2: Executive Search - SCS3 & SCS4 (and equivalents) Lot 3: Non-Executive and Public Appointments The rationale behind this decision is that there is not a sufficient difference between SCS1 and SCS2 recruitment principles to warrant a standalone lot for SCS2. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.",
"initiationType": "tender",
"tender": {
"id": "RM6290",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Executive and Non-Executive Recruitment Services",
"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 supply of recruitment Services to UK public sector bodies including central government departments (and their arm's length bodies and agencies) and non-departmental public bodies, as well as wider public sector organisations, hereby known as the Customer. This is a replacement agreement for the Executive Search services found within Permanent Recruitment Solutions (RM6002). Executive and Non-Executive Recruitment Services will provide permanent, fixed term, inward secondment and supporting services including, but not limited to; -Executive & Non Executive Recruitment -Talent Development Services -Talent Mapping -Reserve Lists & Talent Pools -Executive Development and Coaching -Technology Services -International Recruitment The number of suppliers that have been awarded a Framework Contract for each lot is: Lot 1 up to 53 Operators Lot 2 up to 25 Operators Lot 3 up to 26 Operators CCS reserved the right to award a framework to any bidder whose final score is within 1% of the last position.",
"value": {
"amount": 45000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Executive Search - Grade 6, SCS1 & SCS2 (and equivalents)",
"description": "The successful framework suppliers will provide core and non-core services to contracting authorities with candidate requirements at Grade 6, SCS1 & SCS2 or their equivalents across the Public Sector Core Services -Customer planning -Candidate identification and attraction -Candidate assessment and evaluation -Offer and appointment Non Core Services -Talent Development Services -Talent Mapping -Reserve Lists & Talent Pools -Executive Development and Coaching -Technology Services -International Recruitment",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 24750000,
"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": "Executive Search - SCS3 & SCS4 (and equivalents)",
"description": "The successful framework suppliers will provide core and non-core services to contracting authorities with candidate requirements at SCS 3 & SCS 4 (or their equivalents across the Public Sector). Core Services -Customer planning -Candidate identification and attraction -Candidate assessment and evaluation -Offer and appointment Non-Core Services -Talent Development Services -Talent Mapping -Reserve Lists & Talent Pools -Executive Development and Coaching -Technology Services -International Recruitment",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 11250000,
"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": "3",
"title": "Non-Executive and Public Appointments",
"description": "The successful framework suppliers will provide core and non-core services to contracting authorities with candidate requirements for either Non-Executive or Public Appointments (or their equivalents across the Public Sector). Core Services -Customer planning -Candidate identification and attraction -Candidate assessment and evaluation -Offer and appointment Non-Core Services -Talent Development Services -Talent Mapping -Reserve Lists & Talent Pools -Executive Development and Coaching -Technology Services -International Recruitment",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 9000000,
"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"
}
],
"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"
}
],
"relatedLot": "1"
},
{
"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"
},
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"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"
}
],
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk/web/login.html",
"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": "2022-03-16T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2022-03-16T15:01:00Z"
},
"bidOpening": {
"date": "2022-03-16T15:01:00Z"
},
"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/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody",
"mediationBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"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 Executive and Non-Executive Recruitment Services"
}
]
},
"additionalContactPoints": [
{
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-65948",
"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"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.gov.uk/ccs",
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-575",
"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": "028990-2022-RM6290-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-65948",
"name": "See Contracts Finder Notice for full supplier list"
}
]
}
],
"contracts": [
{
"id": "028990-2022-RM6290-1",
"awardID": "028990-2022-RM6290-1",
"status": "active",
"value": {
"amount": 45000000,
"currency": "GBP"
},
"dateSigned": "2022-10-04T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 110
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 92
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 110
}
]
}
}