Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Recruitment services [supply of agency workers for ukaea based at culham science centre]
UK

Purchaser: United Kingdom Atomic Energy Authority

03/05/2018 S85 - - Services - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Abingdon: Recruitment services

2018/S 085-191690

Contract notice

Services

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
United Kingdom Atomic Energy Authority
Culham Science Centre
Abingdon
OX14 3DB
United Kingdom
Contact person: Helen East
Telephone: +44 1235466921
E-mail: helen.east@ukaea.uk
Fax: +44 1235466859
NUTS code: UKJ14
Internet address(es):

Main address: https://www.gov.uk/government/organisations/uk-atomic-energy-authority

I.2)
Information about joint procurement
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.ccfe.ac.uk/TenderDocs.aspx?DocName=Agencyworkers.zip
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)
Type of the contracting authority
Body governed by public law
I.5)
Main activity
Other activity: Fusion Research
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Supply of Agency Workers for UKAEA based at Culham Science Centre

Reference number: T/HFE042/17
II.1.2)
Main CPV code
79600000
II.1.3)
Type of contract
Services
II.1.4)
Short description:
UKAEA require an Employment Business (agency) to supply blue collar and white collar Agency Supplied Workers.

This contract will be available for use by UKRI in England. The estimated value for the contract period has been increased by 5% to cover the possible inclusion of UKRI.

II.1.5)
Estimated total value
Value excluding VAT: 47 775 000.00 GBP
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.1)
Title:
II.2.2)
Additional CPV code(s)
79610000
79612000
79620000
79623000
II.2.3)
Place of performance
NUTS code: UKJ14
Main site or place of performance:
Culham Science Centre, Abingdon, Oxfordshire.

II.2.4)
Description of the procurement:
UKAEA currently have a contract for white collar agency supplied workers with currently more than 200 workers with an annual spend of approximately 12 000 000 GBP and a separate contract for blue collar agency supplied workers with an annual spend of approximately 3 500 000 GBP. UKAEA now wish to amalgamate the current contracts. An embedded on-site team is required to resource and manage the contract with senior off site management support. The Consultant must be able to provide legislative advice and training sessions to UKAEA managers. The Consultant shall provide an E-recruitment and timesheeting system. Full details of requirements are provided in the specification.

There are some yes / no deselection criteria which are detailed within the ITT which if not achieved will exclude the agency from being considered.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/11/2018
End: 31/10/2021
This contract is subject to renewal: yes
Description of renewals:
Option to extend for an additional two years on an annual basis.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
Section III: Legal, economic, financial and technical information

III.1)
Conditions for participation
III.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed within the Invitation to Tender.

III.1.2)
Economic and financial standing
List and brief description of selection criteria:
As detailed within the Invitation to Tender.

Minimum level(s) of standards possibly required:
As detailed within the Invitation to Tender.

III.1.3)
Technical and professional ability
List and brief description of selection criteria:
As detailed within the Invitation to Tender.

Minimum level(s) of standards possibly required:
As detailed within the Invitation to Tender.

III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.1)
Information about a particular profession
III.2.2)
Contract performance conditions:
As detailed within the Invitation to Tender.

III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Open 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.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 08/06/2018
Local time: 12:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 08/06/2018
Local time: 12:00
Place:
Culham Science Centre.

Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
VI.3)
Additional information:
All documents must be in English or with an English translation.

The United Kingdom Atomic Energy Authority reserves the right not to award a contract. The costs of tendering shall be the responsibility of tenderers.

VI.4)
Procedures for review
VI.4.1)
Review body
United Kingdom Atomic Energy Authority
Culham Science Centre
Abingdon
OX14 3DB
United Kingdom
VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Authority before a contract is entered into.

Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided within a minimum of 3 working days before the expiry of the standstill period. Such additional information should be sought from the contact named in this Notice.

If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 nº 102) 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). Any such action must be brought promptly (generally within 3 months).

VI.4.4)
Service from which information about the review procedure may be obtained
VI.5)
Date of dispatch of this notice:
01/05/2018



http://ted.europa.eu/, TED database, © European Communities, 1995-2018.