Thames Water Utilities Recruitment Services Framework
Thames Water is seeking to award a Framework Agreement for the provision of its recruitment services. The agreement is split into 3 areas to cater for the different elements of the services that are to be delivered.
United Kingdom-Reading: Recruitment services
2019/S 116-285655
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Procurement Support Centre – 3rd Floor East, C/O Mail Room, Rose Kiln Court
Reading
RG2 0BY
United Kingdom
E-mail: procurement.support.centre@thameswater.co.uk
NUTS code: UKJ11
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Recruitment Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Thames Water is seeking to award a Framework Agreement (FA1403) for the provision of its recruitment services. The agreement is split into 3 areas to cater for the different elements of the services that are to be delivered. The lotting structure for this agreement is set out below:
Lot 1: Managed Service for Temporary and Permanent Recruitment: all temporary and permanent recruitment across all of our sites and divisions under a managed service provision with an on-site team;
Lot 2: Pre-employment Screening: pre-employment screening for candidates;
Lot 3: Early Years Recruitment: apprentice recruitment, graduate recruitment, traineeships, and internships.
Our aim is to provide an all inclusive recruitment solution across all Thames Water sites and all disciplines. Bidders can apply for multiple lots and each lot will be awarded based on individual merits.
II.1.5)Estimated total value
II.1.6)Information about lots
TW reserves the right to award multiple lots to one bidder.
II.2.1)Title:
Managed Service for Temporary and Permanent Recruitment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Whole of Thames Water region.
II.2.4)Description of the procurement:
Lot 1 is for the provision of all permanent and temporary recruitment across all Thames Water business units through a managed service model with an on-site team. The managed service provision will include, without limitations, an RPO for permanent recruitment and a master/neutral/hybrid vendor for temporary recruitment.
The successful bidder will be expected to provide the full end-to-end service; source and fulfil all temporary bookings, as well as managing all internal and external permanent hires whilst utilising the most cost effective channels in order to meet Thames Water’s resourcing requirements.
The successful bidder will operate an on-site team who will embed themselves within the business in order to adopt our philosophy and breathe our core values.
Please refer to the specification contained with Section 4.1 of the Draft ITN survey for further details.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend annually up to a maximum term of 8 years.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend annually up to a maximum term of 8 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Pre-employment Screening
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Whole of Thames Water region.
II.2.4)Description of the procurement:
All new employees are subject to a pre-employment screening check before they can commence their employment at Thames Water. Lot 2 is for the provision of the required pre-employment screening checks for candidates.
Standard screening checks per candidate include, but not limited to:
(a) basic or standard criminal record check;
(b) 5 year address verification;
(c) 5 year employment history;
(d) DBS verification;
(e) qualifications obtained in the last 5 years;
(f) ID and right to work verification;
(g) DVLA (where role requires driving).
The key objectives for pre-employment screening, which need to be fulfilled by the service provider on a daily basis, are: excellent candidate experience, fast accurate clearance to enable shortening of the recruitment cycle and full legislative compliance; ensuring that robust, governed and knowledgeable screening is carried out, safeguarding Thames Water as an organisation against the potentials for inappropriate or illegal actions.
Please refer to the specification contained with Section 4.1 of the Draft ITN survey for further details.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend annually up to a maximum term of 8 years.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend annually up to a maximum term of 8 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Early Years Recruitment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Whole of Thames Water region.
II.2.4)Description of the procurement:
Early years recruitment focuses on the acquisition and management of talent pipeline for fulfilment of traineeship, apprentice, intern and graduate programmes within Thames Water. Lot 3 is for the provision of a full recruitment and candidate management service across these separate areas.
The successful bidder will be expected to provide the full end-to-end service across all 4 areas. The tasks will include, but not limited to:
(a) building of campaign strategy and application process with Thames Water;
(b) administering the application process and screening of applications;
(c) preparing and hosting career events;
(d) conducting assessment centres and final selection;
(e) issuing offers to applicants.
Please refer to the specification contained with Section 4.1 of the Draft ITN survey for further details.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend annually up to a maximum term of 8 years.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend annually up to a maximum term of 8 years.
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
As detailed in the PQQ
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
As detailed in the PQQ Documentation.
III.1.6)Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the ITN Document.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia may be required to form a legal entity prior to award.
III.2.2)Contract performance conditions:
As detailed in the ITN.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
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
Section VI: Complementary information
VI.1)Information about recurrence
Between 3 and 8 years
VI.2)Information about electronic workflows
VI.3)Additional information:
All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3 of this notice, i.e. https://www.thameswater.co.uk/procurement.
The initial term of the framework agreement will be for 3 years with a maximum term of 8 years.
Please refer to the Draft ITN survey for additional literature.
VI.4.1)Review body
Reading
United Kingdom
VI.4.3)Review procedure
Thames Water Utilities Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4)Service from which information about the review procedure may be obtained
Reading
United Kingdom
VI.5)Date of dispatch of this notice: