Recruitment Agencies Preferred Supplier List
Preferred supplier list relating to recruitment agencies to supply fixed term and permanent roles across London and nationally.
United Kingdom-London: Recruitment services
2018/S 182-412180
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
30441R
One Kings Hall Mews, Lewisham
London
SE13 5JQ
United Kingdom
Contact person: Robin Armstrong
Telephone: +44 2085368899
E-mail: procurement@lqgroup.org.uk
NUTS code: UKI
Address of the buyer profile: https://in-tendhost.co.uk/lqgroup
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Agency Staff, Care Staff, and Permanent Recruitment
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
London and Quadrant Housing Association wish to invite tenders to bid for award to a preferred supplier list relating to recruitment agencies to supply fixed term and permanent roles across London and nationally. We are a regulated charitable housing association,and have the largest and most ambitious residential development programme in the sector, with plans to deliver 100 000 new homes over the next 10 years. We aim to do this by expanding our geographic focus beyond our traditional areas of operation, while also increasing output in the South East. The agencies will be arranged in lots in a preferred supplier list to provide temporary staff cover and permanent recruitment services across a range of roles and disciplines, where direct recruitment has not been successful, this requirement will also include agency care staff for our various sheltered accommodation and care schemes in Essex and East London.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Construction Roles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
Construction roles – agencies to provide candidates as required to sustain L&Q business requirements – maximum of 3 agencies may be awarded to Lot 1.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 one year extensions are allowed if all parties agree, for years 2022 and 2023.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Development Land Projects Sales Roles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
Development, land, projects and sales roles – agencies to provide candidates as required to support the business – maximum of 3 agencies may be awarded to Lot 2.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 one year extensions are available if all parties agree to cover years 2022 and 2023.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Marketing Communications Lettings Roles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
Marketing communications lettings roles – agencies to provide candidates as required by the business – maximum of 3 agencies may be awarded to Lot 3.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 one year extensions are available if all parties agree to cover years 2022 and 2023.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Information Technology Roles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
Information technology roles – agencies to provide candidates as required to support the business – maximum of 3 agencies may be awarded to Lot 4.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 one year extensions are available if all parties agree to cover years 2022 and 2023.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Finance Roles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
Finance roles – agencies to provide candidates as required by the business – maximum of 3 agencies may be awarded to Lot 5.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 one year extensions are available subject to all parties agreement to cover years 2022 and 2023.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Human Resources Legal Admin Contact Centre Strategy Policy Roles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
Human resources legal admin contact centre strategy policy roles – agencies to provide candidates as required to support the business – maximum of 3 agencies may be awarded to Lot 6.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 one year extensions are available if all parties agree to cover years 2022 and 2023.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Neighbourhood Management Roles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
Neighbourhood management roles – agencies to provide candidates as required to support the business – maximum of 3 agencies may be awarded to Lot 7.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 one year extensions are available if all parties agree to cover years 2022 and 2023.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Technical Services Roles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
Technical services roles – procurement, health and safety, mechanical and engineering, direct maintenance roles – agencies to provide candidates as required to support the business – maximum of 3 agencies may be awarded to Lot 8.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 one year extensions are available if all parties agree to cover years 2022 and 2023.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Agency Care Staff Roles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
Temporary care staff roles within London and quadrant care schemes homes and sites – agencies to provide personnel as required to cover various shift patterns Acrodd East London and Essex – maximum of 3 agencies will be awarded to Lot 9.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 one year extensions are available if all parties agree to cover years 2022 and 2023.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
29-35 West Ham Lane
Stratford
E15 4PH
United Kingdom
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: