YPO - 000569 The Provision of HR Services and Solutions.
Contract notice
Services
Section I: Contracting authority
YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Miss Lizzy Grayson
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924831779
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: http://www.ypo.co.uk/
Address of the buyer profile: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
Electronic access to information: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
Electronic submission of tenders and requests to participate: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
Further information can be obtained from: YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Miss Lizzy Grayson
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924831779
E-mail: [email protected]
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Miss Lizzy Grayson
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924831779
E-mail: [email protected]
Tenders or requests to participate must be sent to: YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Miss Lizzy Grayson
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924831779
E-mail: [email protected]
Education
Other: Framework for HR Services and Solutions
The contracting authority is purchasing on behalf of other contracting authorities: yes
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
UNITED KINGDOM
Cumbria County Council
UNITED KINGDOM
Section II: Object of the contract
Service category No 22: Personnel placement and supply services
NUTS code UK
Number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in years: 4Lot 1 - Managed services for Contingent Labour
Lot 2 - Managed services for Professional Services and Consultancy
Lot 3 - HR Services and Support Solutions
Lot 4 - Manages Services for Executive/Interim Recruitment and Permanent Recruitment.
Lot 5 - Flexible HR Solutions.
Lot 6 - The provision of Temporary Agency Workers at Cumbria County Council.
The lots on this framework are for managed services and tenderers need to ensure they are capable of providing all/majority of services within each lot. In respect to lot 1, tenderers must be able to provide all services in one of the sub-lots.
There may be occasions where customer will procure the use of just one service through the framework instead of using the Managed Service route to market; this is due to the specialist nature of some requirements.
Lot 1 - Managed Services for Contingent Labour
This service will provide contingent labour to the public sector via a neutral vendor, Master Vendor or Hybrid Model approach. The aim is to appoint 4-6 suppliers onto the framework that will then allow Customers to procure via further Competition or direct award. The requirements for this service will be across a wide range of public sector services, Managed Service Providers must be able to work with different supply chains such Admin and Clerical, Blue Light Services, Catering and hospitality, Children's Services, Education (qualified and non-qualified), Facilities and Environmental Services, Financial, Housing and Planning, HR, IT, Legal, Procurement, Revenue and Benefits and Social Care and Health.
Lot 2 - Managed Services for professional Services and Consultancy
The aim of this lot is to appoint between 1-3 suppliers to provide a managed service for professional services and consultancy. There is no particular model that must be used to provide this service the key is that the customer has one point of contact that will manage and support all requirements for Professional Services and Consultancy.
The framework will:
- provide specialist skills,
- give guidance on industry and sector knowledge,
- provide extra resources and capabilities,
- give an unbiased opinion on situations.
The customer will appoint a single provider through further competition or direct award; this provider must source all of the customers' requirements within this lot.
Lot 3 - HR Services and Support Solutions
The aim of this lot is to appoint 3-4 providers to deliver all HR Services and Support Solutions to the public sector via a compliant route to market. HR service's incorporates any activity that a HR team would carry out; this lot will allow customers to procure just one service from the framework or all service's listed under the framework using a Managed Service Provider. It will be a flexible model due to the nature of this market; it is unlikely that all providers can provide every area of work.
Lot 4 - Managed Services for Executive/Interim Recruitment and Permanent Recruitment
The aim of Lot 4 is to appoint 1-3 providers to deliver customers with a managed service for Executive and Interim recruitment and a Managed Service for Permanent Recruitment.
The requirements for these lots will be across a wide range of public sector service, the managed service providers will have to work with supply chains and other market specialists to ensure the outcome for the customer is achieved.
Lot 5 - Flexible HR Solutions
This lot is to provide a flexible solution for customers in relation to HR Services and Solutions; the aim is to be outcome driven that may incorporate any service detail in the specification on Lot 1, 2, 3 and 4.
Each customer will carry out a further competition and will provide a detailed specification of their requirements built on top of the specification for each lot within this framework. The customers will have different requirements and the aim of this lot is to ensure all these requirements can be met by providers in a flexible way.
YPO have established Call-off Terms and Conditions, Contracting Authorities can use their own terms and conditions or YPO terms and conditions at call-off stage.
Lot 6 - The provision of Temporary Agency Workers at Cumbria County Council.
Cumbria County Council is looking for a managed service provider to deliver a fully managed service for our temporary and non-permanent workers throughout our Cumbrian offices. This will include managing a supply chain including local suppliers to successfully provide workers in accordance with the current and changing needs of the Council. It will be imperative that the provider establishes excellent working relationships throughout the supply chain and works in partnership with the council to achieve the most economical service. The areas currently included, but are not inclusive to, are Administration and Clerical, operational, Social Care and Professional roles.
The Spend for Cumbria County Council is approximately GBP 4,5 m for Temporary Agency Workers. This spend is an estimate and there is no guaranteed value.
Social Care - Due to the current situation in the Council, we currently require a high number of agency social worker type roles. These are highly qualified and experienced roles and are often required at short notice and need to have all the necessary security clearance. It is essential that a managed service provider will be able to deliver these types of roles in line with our requirements.
Cumbria County Council will appoint 1 managed service provider to deliver the service.
The framework will start on the 17.11.2015 and will be in place for 3 years with an option for a one year extension at YPO's discretion.
The specification for this service will be based on the overall specification provided by YPO for Lot 1, an additional specification will then be provided giving specific details.
79000000, 79600000, 79410000, 79620000, 79411000, 79341000
Tenders may be submitted for one or more lots
Lot 1 - Managed services for Contingent Labour
Lot 2 - Managed services for Professional Services and Consultancy
Lot 3 - HR Services and Support Solutions
Lot 4 - Manages Services for Executive/Interim Recruitment and Permanent Recruitment.
Lot 5 - Flexible HR Solutions
Lot 6 - The provision of Temporary Agency Workers at Cumbria County Council.
Duration in Months: 36 months (from the award of the contract) with an option to extend for a further period of 12 months.
The value of the participation by the wider public sector cannot be calculated accurately or guaranteed, the range of GBP has been set between 2 000 000 000 and 6 000 000 000 for the duration of the framework.
Whilst initially for use by local authorities and educational establishments served by YPO as a Central Purchasing Body and defined in Section 2 of the Public Contracts Regulations 2015 the Framework Agreement will be open to the entire public sector, other contracting authorities, such as the Police, Fire and Rescue Service, NHS Bodies and registered charities within the UK and to those central government departments and their agencies that wish to use it. Any Contracting Authority described below may utilise the resulting Framework Agreement from the commencement date.
See the following link for more details;
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx -
This framework agreement / contract will be open for use by Cheshire East Borough Council and all Cheshire East Borough Council subsidiary and associated companies, including, but not limited to: Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd; Civicance Ltd, Co-Socious Ltd and Everybody Sports Recreational Trust Ltd (Trading as Everybody Ltd), Transport Service Solutions Ltd, and any other wholly or partly owned companies created by Cheshire East Borough Council.The tender also includes Lot 6, one clients specific requirements to establish separate contracts for services for Cumbria County Council. These requirements are specific to the authority area.
Information about lots
Lot No: 1 Lot title: Managed Services for Contingent Labour79620000
The aim of this lot is to appoint between 1-3 suppliers to provide a managed service for professional services and consultancy. There is no particular model that must be used to provide this service the key is that the customer has one point of contact that will manage and support all requirements for Professional Services and Consultancy.
The framework will:
- provide specialist skills,
- give guidance on industry and sector knowledge,
- provide extra resources and capabilities,
- give an unbiased opinion on situations.
The customer will appoint a single provider through further competition or direct award; this provider must source all of the customers' requirements within this lot.
79000000, 79410000
79600000, 79000000
The requirements for these lots will be across a wide range of public sector service, the managed service providers will have to work with supply chains and other market specialists to ensure the outcome for the customer is achieved.
79620000, 79600000
79600000, 79620000
Social Care - Due to the current situation in the Council, we currently require a high number of agency social worker type roles. These are highly qualified and experienced roles and are often required at short notice and need to have all the necessary security clearance. It is essential that a managed service provider will be able to deliver these types of roles in line with our requirements. Cumbria County Council will appoint 1 managed service provider to deliver the service.
The framework will start on the 17.11.2015 and will be in place for 3 years with an option for a one year extension at YPO's discretion. The specification for this service will be based on the overall specification provided by YPO for Lot 1, an additional specification will then be provided giving specific details.
79600000, 79620000
The framework will start on the 17.11.2015 and will be in place for 3 years with an option for a one year extension at YPO's discretion.
The Spend for Cumbria County Council is approximately GBP 4,5 m for Temporary Agency Workers. This spend is an estimate and there is no guaranteed value.
YPO will not be responsible or liable in any way whatsoever for the contents or any documentation in relation to Lot 6 - all responsibility and liability in relation to this lot will rest with Cumbria County Council who have provided YPO with their requirements. Any questions in relation to this Lot should be raised directly through the e-tendering system and YPO shall facilitate a response by forwarding the questions to Cumbria County Council and uploading their response to the e-tendering system.
Section III: Legal, economic, financial and technical information
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate; (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information; (h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Minimum level(s) of standards possibly required: Please refer to the Pre-Qualification Questionnaire/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
Please refer to the Pre-Qualification Questionnaire/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
Minimum level(s) of standards possibly required:
Please refer to the Pre-Qualification Questionnaire/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: - Lot 1 Managed Services for Contingent Labour
- companies must score above 129 points to be invited to submit a tender.
- Lot 2 Managed Services for Professional Services/Consultancy
- invite between 4-6 companies to submit a tender. Fewer companies will be invited to tender if fewer companies apply to submit a tender for this lot.
- Lot 3 HR Services and Support Solutions
- invite between 6-8 companies to submit a tender. Fewer companies will be invited to tender if fewer companies apply to submit a tender for this lot.
- Lot 4 Managed Services for Executive and Interim Searches and Permanent Recruitment
- invite between 6-8 companies to submit a tender. Fewer companies will be invited to tender if fewer companies apply to submit a tender for this lot.
- Lot 5 Flexible HR Solutions
- invite between 4-6 companies to submit a tender. Fewer companies will be invited to tender if fewer companies apply to submit a tender for this lot.
Lot 6 Provision of Temporary Agency Workers for Cumbria County Council
- companies must score above 129 points to be invited to submit a tender.
Prior information notice
Notice number in the OJEU: 2015/S 25-041752 of 5.2.2015
Section VI: Complementary information
Additional Tender document are available at https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadFormAppendix A - Draft Specification Appendix B - Draft Terms and Conditions Suppliers should be aware that at Call-Off stage the model Call-Off terms and conditions may be enhanced or replaced with Option A - Temporary Recruitment Terms and Conditions, Option B Permanent Recruitment Terms and Conditions, Option C Industry acknowledged terms and conditions i.e NEC 3 Professional Services Contract or Option D the Contracting Authorities own Terms and Conditions. Notification will be given at Call-off Stage as to the applicable terms and conditions to be used to allow Suppliers to incorporate the impact of the terms and conditions into their submission. Where contracting authorities appoint by direct award they will need to advise the supplier of which option they wish to use.
Professional Services Team
41 Industrial Park
WF2 0XE Wakefield
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 1924834861
Internet address: www.ypo.co.uk