UK-London: Recruitment services.

UK-London: Recruitment services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Rail Safety and Standards Board
The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351, Email: procurement@rssb.co.uk
Contact: Procurement Team
Main Address: www.RSSB.co.uk
NUTS Code: UK

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Other type:: RSSB

I.5) Main activity:
Other activity: Rail

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Job Vacancies Platform
Reference number: Not Provided

II.1.2) Main CPV code:
79600000 - Recruitment services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: Contract awarded to the successful supplier for a job vacancy posting platform.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 62,137.5

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: RSSB has awarded a contract to the successful supplier for a job vacancy posting platform.

II.2.5) Award criteria:

Price - Weighting: 100


II.2.11) Information about options
Options: No


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: Renewal for three years, under threshold. Will incur more costs to implement and migrate to a new system.


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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
Not Provided


IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 16/01/2024

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
LinkedIn, 06441873
Wilton Place, Dublin, Ireland
NUTS Code: IE
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 62,137.5
Total value of the contract/lot: 62,137.5
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://rssb.delta-esourcing.com/delta/viewNotice.html?noticeId=832874786

VI.4) Procedures for review

VI.4.1) Review body
Rail Safety and Standards Board
The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 23/01/2024




ANNEX D

1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU

No tenders or no suitable tenders/requests to participate in response to: Not Provided



The works, supplies or services can be provided only by a particular economic operator for the following reason: No

Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: Yes

Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No

New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Service contract to be awarded to the winner or one of winners under the rules of a design contest: No


Purchase of supplies or services on particularly advantageous terms: No


3. Explanation
RSSB has used a direct award due to extreme urgency and to ensure service continuation.