Recruitment Services – Contingent Services Provider
To manage and process resource advertising, application processing, screening, testing and potential candidate identification for a range of contingent roles within Managed Operations.
United Kingdom-London: Supply services of personnel including temporary staff
2015/S 042-072436
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Financial Ombudsman Service
Exchange Tower
For the attention of: Colin Masters
E14 9SR London
UNITED KINGDOM
Telephone: +44 2034873164
E-mail: colin.masters@financial-ombudsman.org.uk
Fax: +44 20334873165
Internet address(es):
General address of the contracting authority: http://financial-ombudsman.org.uk/
Electronic access to information: https://www.delta-esourcing.com/delta
Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/delta
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
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 UKI12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79620000, 79600000, 79610000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 80 000 000 GBP
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
A full list of these criteria are at http://www.delta-esourcing.com/delta
III.2.2)Economic and financial ability
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Details of information and formalities are contained within the PQQ.
Minimum level(s) of standards possibly required: Details of minimum level(s) of standards possibly required contained in PQQ.
III.2.3)Technical capacity
(b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: See PQQ documentation.
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
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.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Respondent’s PQQ submitted for evaluation must comprise the entire PQQ document populated with responses to the questions posed by the Service. The PQQ must not be completed in any format other than that provided with this document pack. Respondents should answer all questions accurately and concisely. All PQQ submissions should be completed using the on-line questionnaire template that can be accessed via the Service’s e-tendering tool ‘Delta’ (https://www.delta-esourcing.com/delta) using access code 9F5W9HCV7C Respondents are reminded to attach all supporting documents clearly labelled and cross referenced to the appropriate question. The inclusion of unsolicited additional information (e.g. marketing and/or general company literature) is not recommended, and will not be considered by the Service in the evaluation and may result in the Respondent’s submission being rejected. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on +44 8452707050 or emailhelpdesk@delta-esourcing.com
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9F5W9HCV7C
GO Reference: GO-2015224-PRO-6390540.
VI.4.1)Body responsible for appeal procedures
Financial Ombudsman Service
Exchange Tower
E14 9SR London
UNITED KINGDOM
Body responsible for mediation procedures
Financial Ombudsman Service
Exchange Tower
E14 9SR London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: