By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The Provision of Temporary Staff.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Reigate and Banstead Borough Council
Town Hall, Castlefield Road, Surrey
Contact point(s): Human Resources
For the attention of: Jackie Relffe-Arnold
RH2 0SH Reigate
UNITED KINGDOM
Telephone: +44 1737276093
E-mail:

Internet address(es):

General address of the contracting authority: www.reigate-banstead.gov.uk

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1393

Further information can be obtained from: Reigate and Banstead Borough Council
Town Hall, Castlefield Road
Contact point(s): Human Resources
For the attention of: Jackie Relff-Arnold
RH2 0SH Reigate
UNITED KINGDOM
Telephone: +44 1737276093
E-mail:
Internet address: www.reigate-banstead.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Reigate and Banstead Borough Council
Town Hall, Castlefield Road
Contact point(s): Human Resources
For the attention of: Jackie Relff-Arnold
RH2 0SH Reigate, Surrey
UNITED KINGDOM
Telephone: +44 1737276093
E-mail:
Internet address: www.reigate-banstead.gov.uk

Tenders or requests to participate must be sent to: Reigate and Banstead Borough Council
Town Hall, Castlefield Road
Contact point(s): Human Resources
For the attention of: Jackie Relff-Arnold
RH2 0SH Reigate
UNITED KINGDOM
Telephone: +44 1737276093
E-mail:
Internet address: www.reigate-banstead.gov.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Provision of Temporary Staff.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 22: Personnel placement and supply services
Main site or location of works, place of delivery or of performance: Various locations within the Borough and possibly the County of Surrey.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 1 088 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Council wishes to let one or more framework contracts (a maximum of 3) for the provision of temporary operative, adminstrative/general and professional staff. It is therefore seeking Expressions of Interest from suitably qualified and experienced organisations.It may be that other members of the Surrey Procurement Network (a partnership between Surrey County Council and the 11 District and Borough Councils in the county of Surrey) will at some stage in the future wish to enter into the resulting agreements. Therefore, the framework contracts must be made available to other Local Authorities in the region under the agreed terms and conditions.
II.1.6)Common procurement vocabulary (CPV)

79600000, 79610000, 79612000, 79620000, 79621000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contracts will be for a term of 4 years. The estimated value of the contract(s) is based on a term of 4 years.
Estimated value excluding VAT: 1 088 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.11.2013. Completion 31.10.2017

Information about lots

Lot No: 1 Lot title: Provision of Temporary Operational Staff
1)Short description
The Council employs temporary operational staff throughout the Borough, but the main requirements come from Neighbourhood Services and are most commonly for: refuse/recycling loaders; street sweepers; parks/highways/grounds/cementaries maintenance
2)Common procurement vocabulary (CPV)

79600000, 79610000, 79620000

3)Quantity or scope
The Council's estimated expenditure on this category of employment over the next 4 years to be approximately 800 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Provision of Temporary Administrative Staff
1)Short description
The Council employs a range of temporary administrative and general staff across the majority of its sites. The most common job types are: customer care advisors; admin support officers;wp operators; support services assistants; clerical support officers; payroll assistants; cleaners; caretakers; personnel assistants; and secretaries. This list is not exhaustive and new roles are expected to be created over the term of the contract
2)Common procurement vocabulary (CPV)

79600000, 79610000, 79612000, 79621000

3)Quantity or scope
The Council's estimated expenditure on this category of employment over the next 4 years is approximately 120 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Provision of Temporary Professional Staff
1)Short description
The Council employs a range of temporary professional staff throughout all its service areas. The most common job types are: accountants; lawyers; building control officers; planners; environmental health officers; policy officers; housing officers; benefits officers; asset managers; fraud officers; computer/IT support officers; and local taxation officers. This list is not exhaustive as new jobs will be created throughout the term of the contract.
2)Common procurement vocabulary (CPV)

79600000, 79610000, 79620000

3)Quantity or scope
The Council's estimated expenditure on this category of employment over next 4 years is approximately 168 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
9.4.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
3.6.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The contracting authority reserves the right not to award contracts to the lowest, or any tenderers; nor will it be responsible for the costs of any tenderers.
(MT Ref:98436)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.2.2013