Temporary Staff Agency Services Tender
The University is seeking to appoint one or more agencies with the professional expertise and service capability to provide cost-effective temporary workers to cover staff absences and temporary increase in workload.
United Kingdom-Sheffield: Supply services of personnel including temporary staff
2015/S 100-182865
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sheffield Hallam University
City Campus, Howard Street
Contact point(s): Strategic Procurement Team
For the attention of: Liz Wallington
S1 1WB Sheffield
UNITED KINGDOM
E-mail: e.wallington@shu.ac.uk
Internet address(es):
General address of the contracting authority: http://www.shu.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/sheffieldhallamuniversity
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 UKE32
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 200 000 and 1 800 000 GBP
II.1.5)Short description of the contract or purchase(s)
The University wishes to appoint a supplier to supply the above equipment.
Our requirement is as detailed in the Specification of Requirement, in Part 2 of the Invitation to Tender documents. All tender responses must be submitted in accordance with the instructions as detailed in Part 1 of the Invitation to Tender documents.
To view copies of the tender documents you must log into the Sheffield Hallam University In Tend portal, click on ‘View Tender Details’ and then click on ‘Express Interest’. The documents will then be sent to the ‘My Tenders’ section of the supplier portal.
If submitting correspondence you must ensure that you select the correct tender. Correspondence submitted against the wrong tender may not be answered. The University accepts no liability for failure to reply to incorrectly submitted correspondence.
II.1.6)Common procurement vocabulary (CPV)
79620000
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:
The University intends to award a framework agreement, for the supply of Temporary Staff Agency Services for a two year period with an option to extend on a yearly basis for a further two years (i.e. a maximum term of four years) subject to satisfactory performance and costs. The agreement is required to be in place from 2.11.2015.
Estimated value excluding VAT:
Range: between 1 200 000 and 1 800 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
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
The University intends to award a framework agreement, for the supply of Temporary Staff Agency Services for a 2 year period with an option to extend on a yearly basis for a further 2 years (i.e. a maximum term of four years) subject to satisfactory performance and costs. The agreement is required to be in place from 2.11.2015.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Applicants must satisfy a minimum level of creditworthiness.
III.2.3)Technical capacity
The ITT requires applicants to provide relevant information.
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.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.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 48 months.
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: