Supply of Temporary Workers to National Probation Service
Procurement of employment business to (1) supply temporary workers and (2) manage the supply of temporary workers to the National Probation Service.
United Kingdom-London: Supply services of personnel including temporary staff
2016/S 019-029794
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Justice
102 Petty France
Contact point(s): NPS Operational Agency Team
SW1H 9AJ London
UNITED KINGDOM
Telephone: +44 2033343738
E-mail: priority_programme@justice.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://http:www.justice.gov.uk
Address of the buyer profile: https://esourcing.justice.gov.uk/sso/jsp/login.jsp
Electronic access to information: https://esourcing.justice.gov.uk/sso/jsp/login.jsp
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 22: Personnel placement and supply services
NUTS code UKC,UKD,UKE,UK,UKK,UKJ,UKL,UKG,UKF,UKI,UKH
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 11 000 000 and 19 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
1. Registration.
The Authority will be performing events through the update MOJ’s e-Sourcing Portal. The Portal is an online application that allows all bidders to create and submit their responses to any Authority requests for information and pre-qualification questionnaire and tender responses, via the internet rather than in paper form (where they have been invited to respond).
2. Bidders Instructions: How to Express Interest In this tender.
a. Register your company on the eSourcing Portal (this is only required once)
— Browse to the eSourcing Portal: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html and click the link to register;
— Accept the terms and conditions and click ‘continue’ (Bidders will be required to accept a separate user agreement specific to the Ministry of Justice as part of the pre-qualification questionnaire);
— Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete;
— You will shortly receive an email with your unique password (please keep this secure).
b. Express an Interest in the tender:
— Login to the Portal with the username/password;
— Click the ‘ITTs Open to all Suppliers’ link. (Invitations to tender open to any registered supplier);
— Click on the relevant ITT to access the content using the following: ITT Code — itt_178 and Project Code — prj_128
— Click the ‘Express Interest’ button at the top of the page;
— This will move the ITT into your ‘My ITTs’ page (This is a secure area reserved for your projects only). You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘ITT Details’ box Instructions on how to submit a tender will be provided in the procurement documents.
II.1.6)Common procurement vocabulary (CPV)
79620000, 75231240
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 11 000 000 and 19 000 000 GBP
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Procurement of employment business to (1) supply temporary workers and (2) manage the supply of temporary workers to the National Probation Service — North East and North West
1)Short description
2)Common procurement vocabulary (CPV)
79620000, 75231240
3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 000 000 and 7 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Procurement of employment business to (1) supply temporary workers and (2) manage the supply of temporary workers to the National Probation Service — Wales, Midlands, South Central and South West
1)Short description
2)Common procurement vocabulary (CPV)
79620000, 75231240
3)Quantity or scope
Estimated value excluding VAT:
Range: between 2 000 000 and 3 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Procurement of employment business to (1) supply temporary workers and (2) manage the supply of temporary workers to the National Probation Service — London and South East
1)Short description
2)Common procurement vocabulary (CPV)
79620000, 75231240
3)Quantity or scope
Estimated value excluding VAT:
Range: between 5 000 000 and 8 000 000 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.1.1)Deposits and guarantees required:
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: The authority’s requirements are otherwise as set out in the ITT.
III.2.3)Technical capacity
The authority’s requirements are otherwise as set out in the ITT.
Minimum level(s) of standards possibly required:
The authority’s requirements are otherwise as set out in the ITT.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 153-282522 of 11.8.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 42 months.
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.2)Lodging of appeals
The Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action should be brought within the applicable limitation period (on which economic operators should form their own view).
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine and/or order that the duration of the contract be shortened. The purpose of the standstill period, referred to above, is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: