Recruitment Services Tender – Financial Reporting Council
The Financial Reporting Council regulates auditors, accountants and actuaries and sets the UK’s Corporate Governance and Stewardship Codes.
United Kingdom-London: Recruitment services
2020/S 099-238544
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 8th Floor, 125 London Wall
Town: London
NUTS code: UKI
Postal code: EC2Y 5AS
Country: United Kingdom
Contact person: Head of Procurement
E-mail: procurement@frc.org.uk
I.3)Communication
Postal address: 8th Floor, 125 London Wall
Town: London
NUTS code: UKI
Postal code: EC2Y 5AS
Country: United Kingdom
E-mail: procurement@frc.org.uk
Address of the buyer profile: https://www.frc.org.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Recruitment Services Framework Agreement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Financial Reporting Council (FRC) regulates auditors, accountants and actuaries and sets the UK’s Corporate Governance and Stewardship Codes. We seek to promote transparency and integrity in business; our work is aimed at investors and others who rely on company accounts, audit and high-quality risk management.
We are seeking to set up a framework agreement for the provision of recruitment services:
• permanent/fixed term,
• interim.
The framework will comprise of four lots:
Lot 1: Regulatory Standards and Codes,
Lot 2: Supervision,
Lot 3: Enforcement,
Lot 4: Corporate Services.
The lots reflect our anticipated recruitment services needs based on roles/skill set.
Please refer to the tender pack for full details. The tender pack should be requested from procurement@frc.org.uk
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Regulatory Standards and Codes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Please refer to tender pack.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Proposed framework a maximum of 48 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Supervision
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Please refer to tender pack.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Refer to tender pack.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Enforcement
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Refer to tender pack.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Refer to tender pack.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Corporate Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Refer to tender pack.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Refer to tender pack.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
Refer to tender pack.
III.1.2)Economic and financial standing
Refer to tender pack.
III.1.3)Technical and professional ability
Refer to tender pack.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Please refer to Tender Pack – The maximum varies per Lot
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
2024
VI.3)Additional information:
Important: Please email procurement@frc.org.uk to request the tender pack.
VI.4.1)Review body
Postal address: 8th Floor, 125 London Wall
Town: London
Postal code: EC2Y 5AS
Country: United Kingdom
VI.5)Date of dispatch of this notice: