Report of the Director for Culture, Strategy and Engagement. To be introduced by the Cabinet Member for Finance and Corporate Services.
To award a contract for the ongoing provision of agency staff, as the existing contract is expiring.
Minutes:
The Cabinet Member for Finance and Corporate Services introduced the report. It was explained that the Council was committed to building a motivated, collaborative, and community-focused workforce. However, it was explained that there would be circumstances that necessitate the employment of agency workers, but stressed that this was not the Council’s preferred mode of employment. It was explained that the Council should employ agency workers where there was a strong business need, which would primarily be to help facilitate shorter-term or finite projects, and to address unavoidable skill shortages in order to maintain services to residents.
It was
explained that all directorates were working to ensure that there
is a solid reason for every agency assignment and that no new
workers were recruited without prior consideration of all
alternative options. It was explained that the measures taken over
the last year decreased the numbers and level of expenditure on
agency workers and this effort would continue to be a strong focus
for senior managers.
It was explained that the contract represented the best value way
to engage agency workers, and that it was important to note that
there was no minimum spend and no penalties or increased costs if
the Council did not spend up to the authorised contract
value.
In response to comments and questions from Cllr Emery, the following information was shared:
RESOLVED:
That Cabinet:
1.
Approved the award of a contract for temporary
agency provision and permanent agency recruitment support to Matrix
on a neutral vendor basis, under Lot 1a – Neutral Vendor of
ESPO’S Managed Services for Temporary Agency Resources
Framework to appoint a single service provider under the MSTAR4
Framework.
2.
Approved the contract award for 2 years with the
option to extend for 2 further periods each of 2 years up to a
maximum term of 6 years. Cabinet is being requested to approve the
contract spend for the first two-year period of this contract. A
further report will be brought to Cabinet prior to the end of this
initial period, to authorise the extension period and further
contractual spend if required.
3. Approved the contract spend of £88,636,000 to cover the initial 2-year contract period
Year |
Value with 3% cost of living added |
Year 1, 2025/26 |
£41,200,000 |
Year 2, 2026/27 |
£42,436,000 |
Contingency (5%) |
£5,000,000 |
Total |
£88,636,000 |
The estimated value is based on current spend and considering future market rates, insourcing and pay increases. As this contract is demand led, if agency demand reduces then the value of the contract then reduces.
REASONS FOR DECISION
The Council’s current
contract expires in July 2025; however, the current contract value
will be exhausted earlier than that and there is no possibility of
a further value extension. A procurement process in collaboration
with the London Collaboration has been undertaken to ensure a new
contract can be placed to continue to meet the Council’s
current requirements.
The new contract will allow the Council to continue to make savings
and offer the Council the best value over the period of the
contract based on current agency worker usage. Working as part of
the London Collaboration, the 2 year + contracts are the best value
option available. The new contract will commence upon reaching the
maximum value on the existing contract, or July 2025, whichever is
the earlier.
The new contract will enable Haringey
Works to continue to support residents into work. This team is the “first
line” supplier for vacancies and are given a short exclusive
period in which to field candidates for any temporary roles before
the roles go out to the wider supply chain. Any successful
candidates supplied by the Council are processed by the neutral
vendor as a referral from the Council and we do not pay a margin to
the supplier, simply a small payroll fee.
As permanent roles come up within the Council, the increasing
number of local workers in temporary roles will be in a better
position to successfully apply for them as they will already work
in a Council service and have knowledge of the organisation.
To date Haringey Works have engaged the
following number of local residents into work with the
Council:
2022/2023 - 100 job starts of which eight progressed to
fixed term / permanent work
with the Council.
2023/2024 - 90 job starts of which twelve progressed to
fixed term / permanent work
with the Council.
ALTERNATIVE OPTIONS
CONSIDERED
Not to have any contract. This would mean the Council would not
have a centralised corporate provision to engage agency
workers. Therefore each service will
have to engage each worker on the open market. This would
substantially increase costs and reduce corporate control and
monitoring. This option was discounted on this basis.
Procure a different contract / supplier via the London
Collaboration. This would result in unnecessary work, particularly
during the SAP ERP review which is currently in progress and would
be unwise to select a different provider until the outcome of the
SAP review / options and appraisal. Currently Matrix has a data
flow from SAP and our Learning Management System solution.
Procuring a new provider would create considerable disruption to
Council services incurring very considerable set up costs. There is
no other neutral vendor option as part of the London
Collaboration. This option was
discounted on this basis.
Carry out our own open tender process for a Neutral Vendor–
We could not achieve the same value based on our own buying power
as opposed to the buying power of the London Collaboration which we
have been involved in detail. The
London Collaboration opportunity was completed based on a
cumulative annual spend of 18 boroughs of £453,000,000. To
procure Matrix via a direct award outside of the London
Collaboration would cost 15.17% more than the recommended option.
This option was discounted on this basis.
Carry out our own open tender process for a Master Vendor or
procure a Master Vendor solution via the London Collaboration. The
Council moved from a Master Vendor model in 2021. Whilst our agency spend is higher based on usage
based on the factors mentioned the Council has to date made
£2,729,810 savings in comparison to the Master Vendor model
which offers the service through the provision of agency workers
from their own pool of temporary staff in the first instance. Only
where this is not possible does the Master Vendor use their
resources to source workers from alternative agencies on their
framework of suppliers. This would reduce the options services have
to select agency workers and reduce the option for Haringey Works
to provide workers. A master vendor would be an additional 27.73%
cost to the Council. This option was discounted on this
basis.
Insource the current agency provision – this option is not
viable as there would be a considerable cost implication in
addition to not having the expertise, set up, or resources to do
so. This option was discounted on this basis.
Supporting documents: