Provision of Recruitment Services London
Recruitment Framework London.
United Kingdom-London: Recruitment services
2015/S 039-067586
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Go-Ahead Holding Limited
4 Matthew Parker Street, Westminster
For the attention of: Damilola Adefeyisan
SW1H 9NP London
UNITED KINGDOM
E-mail: damilola.adefeyisan@go-ahead.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activity
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: yes
Govia Thameslink Railway Limited
3rd Floor, 41-51 Grey Street
NE1 6EE Newcastle upon Tyne
UNITED KINGDOM
London & South Eastern Railway Limited
3rd Floor, 41-51 Grey Street
NE1 6EE Newcastle upon Tyne
UNITED KINGDOM
London Midland
3rd Floor, 41-51 Grey Street
NE1 6EE Newcastle upon Tyne
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
NUTS code UK
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: 25
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 10 000 000 and 15 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
79600000
II.1.8)Information about lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Operating companies in scope are:
Go-Ahead Group Train Operating Companies (TOCs);
Go-Ahead Group Bus Operating Companies;
Head Offices at Newcastle and Westminster, London.
Train Operating Companies (TOCs):
London Midland;
Southeastern;
Govia Thameslink Railway (Where Southern Railway will join GTR in July 2015).
Bus Operating Companies:
Go Ahead London;
Brighton and Hove Bus & Coach Company;
Go North East;
Plymouth City Bus;
Oxford Bus Company;
Thames Travel (Wallingford);
Carousel Buses;
Anglian Bus;
Konectbus;
Hedingham Omnibuses;
H.C. Chambers;
Go South Coast.
Estimated value excluding VAT
Range: between 10 000 000 and 15 000 000 GBP
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Engineering
1)Short description:
2)Common procurement vocabulary (CPV)
79600000
Lot No: 2Lot title: Facilities Management
1)Short description:
Crowd Management;
Security;
Facilities, Safety and Environment;
Rail Depot Staff;
Customer Services, Station and On-Train Staff.
2)Common procurement vocabulary (CPV)
79600000
Lot No: 3Lot title: Senior/Qualified Finance and Payroll
2)Common procurement vocabulary (CPV)
79600000
Lot No: 4Lot title: Procurement
2)Common procurement vocabulary (CPV)
79600000
Lot No: 5Lot title: Human Resources
2)Common procurement vocabulary (CPV)
79600000
Lot No: 6Lot title: Junior Finance and Office Support
2)Common procurement vocabulary (CPV)
79600000
Lot No: 7Lot title: Information Technology
2)Common procurement vocabulary (CPV)
79600000
Lot No: 8Lot title: Marketing and Communications
2)Common procurement vocabulary (CPV)
79600000
Lot No: 9Lot title: Graduate Search
2)Common procurement vocabulary (CPV)
79600000
Lot No: 10Lot title: Online job site
2)Common procurement vocabulary (CPV)
79600000
Section III: Legal, economic, financial and technical information
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
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: