Supply of Agency Staff to National Procurement Service (Welsh Government)
Corporate-Social Care-Technical, Admin and Professional Staff-Education, Teaching Staff, Non Teaching and Support staff for schools – Specialist Police – ICT – Health – Non Medical – Interim Managers.
United Kingdom-Caerphilly: Supply services of personnel including temporary staff
2014/S 234-412141
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
National Procurement Service (Welsh Government)
T’yr Afon, Bedwas Road
For the attention of: Neil Thomas
CF83 8WT Caerphilly
UNITED KINGDOM
Telephone: +44 3007900170
E-mail: npspeopleservicesandcomms@wales.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://npswales.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA27760
Electronic access to information: www.etenderwales.bravosolution.co.uk
Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.uk
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
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
The National Procurement Service is a pan public sector organisation, for the public sector, of the public sector, which will deliver ‘All-Wales’ contracts and frameworks for all public sector organisations in Wales. The current list of organisations signed up to using the National Procurement Service can be found at: http://npswales.gov.uk/about-us/customer-member-organisations?lang=en This list may be subject to change if further organisations sign up to use the NPS, or if any of these organisations are replaced during the life of the agreement. In addition, the agreement will be available for use by All Schools and Educational Establishments, Town and Community Councils, Housing Associations and Voluntary Organisations within the City and County Boundaries of Wales. Welsh Public Sector organisations that are not named above, but sign up to the NPS during the term of the agreement will be allowed to use the Agreement as NPS members
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
Main site or location of works, place of delivery or of performance: Across Wales.
NUTS code UKL
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: 7
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
— Corporate-Social Care-Technical, Admin and Professional Staff-Education, Teaching Staff, Non Teaching and Support staff for schools — Specialist Police — ICT — Health — Non Medical — Interim Managers.
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales athttp://www.sell2wales.gov.uk/search/search_switch.aspx?ID=18309
II.1.6)Common procurement vocabulary (CPV)
79620000
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.2)Information about options
Description of these options: The initial term of the Framework Agreement is 3 years with the option to extend by up to a further 1 year.
II.2.3)Information about renewals
Information about lots
Lot No: 1Lot title: Lot 1: Master Vendor (MV) Service Provider for Corporate Staff
1)Short description
A wide range of Temporary Agency Workers are required and the Managed Service Provider must be able to supply all Temporary Agency Workers as needed by the Customer (relevant to the lot for which the Tenderer is bidding). This Lot will be for a Master Vendor Service Provider of Corporate Staff.
A maximum of 3 suppliers will be appointed to this lot subject to receipt of sufficient valid tenders.
2)Common procurement vocabulary (CPV)
79620000
3)Quantity or scope
Lot No: 2Lot title: Lot 2 — Neutral Vendor Service Provider for Corporate Staff
1)Short description
A maximum of 3 Service Providers will be appointed to this lot.
2)Common procurement vocabulary (CPV)
79620000
3)Quantity or scope
Lot No: 3Lot title: Lot 3 — Managed Service Provider for Education (School) Staff
1)Short description
A single Service Provider will be appointed to this lot.
2)Common procurement vocabulary (CPV)
79620000
3)Quantity or scope
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.2.2)Economic and financial ability
III.2.3)Technical capacity
Details to be provided will be listed in the invitation to tender documents and e-tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: Users may choose to run an E-Auction as part of the User Ordering and Engagement Procedure. Further details are in the tender documents.
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: 2014/S 136-244314 of 18.7.2014
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
Other: Or English and Welsh.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 3 or 4 years depending on whether option to extend contract is taken up.
VI.3)Additional information
If you have any queries regarding the requirements please message using the extender Wales message portal. If you are seeking help on using the e-tender Wales system please email the bravo solutions help desk at help@bravosolution.co.uk
If you require the documentation in an alternative format, please use the ‘Messages’ area to contact the buyer directly, who will be able to provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format.
https://etenderwales.bravosolution.co.uk
— The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation;
— Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration;
— The User who performs the Registration becomes the Super User for the Organisation;
— On registering on the Platform the Super User will select a Username and will receive a password;
— The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page;
— In order to log-in to the Platform please enter your Username and Password;
— Note: If you forget your Password then visit the homepage and click ‘Forgot your password?’;
— Registration should only be performed once for each Organisation;
— If you think that someone in your Organisation may have already registered on this Platform then you must not register again;
— Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform;
— Contact the Help-desk immediately if you are unable to contact the Super User (for example if they have left your Organisation);
— Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Help-desk to gain access to the Platform;
— Tenders must be uploaded to the BravoSolution portal by 15:00 on 14.1.2015. Clarification requests should be sent through the eTenderWales Portal by 15:00 on 08.1.2015.
How to find the Invitation to Tender:
All tender documentation can be found at https://etenderwales.bravosolution.co.uk.
Once logged in you must click on ‘ITT’s Open to all Suppliers’.
The etender references for this framework are: 28943 — National Procurement Service Managed Service for the Provision of Agency Staff and Invitation to Tender’s itt_44586 — Lot 1 NPS Agency Staff: Managed Service Provider: Master Vendor and itt_45302 — Lot 2 NPS Agency Staff: Managed Service Provider: Neutral Vendor and itt_45303 — Lot 3 NPS Agency Staff: Managed Service Provider: Education (primary and secondary schools) staff.
Click on the title to access summary details of the framework. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
You will then see the full details of the ITT in the qualification and technical envelopes along with any documents in the ‘Attachments’ area.
Should you have any questions on the ITT’s please use the ‘Messages’ area to contact us directly.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
This Framework Agreement will be using a mixture of a Core / Non-Core approach to ‘Community Benefits’. Some questions directly linked to the framework will be scored and for the non-core elements tenderers are asked to submit a Method Statement in the form of a Community Benefits Plan setting out how they will deliver ‘community benefits’ on a cost neutral basis through the contract as requested in the Technical Questionnaire.
(WA Ref:18309).
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
This Framework Agreement will be using a mixture of a Core / Non-Core approach to ‘Community Benefits’. Some questions directly linked to the framework will be scored and for the non-core elements tenderers are asked to submit a Method Statement in the form of a Community Benefits Plan setting out how they will deliver ‘community benefits’ on a cost neutral basis through the contract as requested in the Technical Questionnaire. Further details are in the tender documents.
VI.5)Date of dispatch of this notice: