Buyer Name: Crown Commercial Service
Buyer Address: 9th Floor, The Capital, Old Hall Street, Liverpool, UKD72, L3 9PP, United Kingdom
Contact Email: supplier@crowncommercial.gov.uk
Contact Telephone: +44 3454102222
Buyer Name: Crown Commercial Service
Buyer Address: 9th Floor, The Capital, Old Hall Street, Liverpool, UKD72, L3 9PP, United Kingdom
Contact Email: supplier@crowncommercial.gov.uk
Contact Telephone: +44 3454102222
The NHS, and other public sector organisations, use external suppliers to support workforce and recruitment programs. CCS, in partnership with the NHS procurement hubs, operates as the NHS Workforce Alliance and currently has a portfolio of frameworks that offer different routes and models for additional staff and resources. This agreement will offer sustainable and flexible workforce solutions for all staffing areas via a range of services, including delivery of outsourced staff banks, managed service solutions, temporary and permanent recruitment solutions, tailored workforce management plans to meet individual customer needs and technology services to provide customers with platforms to manage solutions effectively. This agreement will replace the current Managed Staff Banks (RM6278) and Workforce Improvement Services (RM6163) agreements and will support the NHS and other public sector organisations to implement more strategic contracts to deliver more cost effective workforce solutions. This agreement will not replace existing agency staffing agreements, including Non-Clinical Staffing (RM6277) and National Framework for the Provision of Clinical and Healthcare Staffing (RM6281), and will not directly enable the provision of transactional agency supply in isolation.
External Link: https://www.find-tender.service.gov.uk/Notice/047369-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 10,000,000,000
Lot 1 Value (Gross): GBP 12,000,000,000
Lot 1 Contract Start: 2026-01-22T00:00:00+00:00
Lot 1 Contract End: 2029-01-21T23:59:59+00:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Social value - Tackling Economic Inequality
Lot 1 Award Criterion (quality): Delivering Workforce Efficiencies
Lot 1 Award Criterion (quality): Contract Implementation
Lot 1 Award Criterion (quality): Agency supply chain management
Lot 1 Award Criterion (price): Price
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PBZB-4962-TVLR",
"name": "Crown Commercial Service"
},
"date": "2025-08-08T15:34:30+01:00",
"id": "047369-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05022f",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Liverpool",
"postalCode": "L3 9PP",
"region": "UKD72",
"streetAddress": "9th Floor, The Capital, Old Hall Street"
},
"contactPoint": {
"email": "supplier@crowncommercial.gov.uk",
"telephone": "+44 3454102222"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.gov.uk/ccs"
},
"id": "GB-PPON-PBZB-4962-TVLR",
"identifier": {
"id": "PBZB-4962-TVLR",
"scheme": "GB-PPON"
},
"name": "Crown Commercial Service",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-01-12T23:59:59+00:00"
},
"coveredBy": [
"GPA",
"CPTPP"
],
"description": "The NHS, and other public sector organisations, use external suppliers to support workforce and recruitment programs. CCS, in partnership with the NHS procurement hubs, operates as the NHS Workforce Alliance and currently has a portfolio of frameworks that offer different routes and models for additional staff and resources.\nThis agreement will offer sustainable and flexible workforce solutions for all staffing areas via a range of services, including delivery of outsourced staff banks, managed service solutions, temporary and permanent recruitment solutions, tailored workforce management plans to meet individual customer needs and technology services to provide customers with platforms to manage solutions effectively.\nThis agreement will replace the current Managed Staff Banks (RM6278) and Workforce Improvement Services (RM6163) agreements and will support the NHS and other public sector organisations to implement more strategic contracts to deliver more cost effective workforce solutions. This agreement will not replace existing agency staffing agreements, including Non-Clinical Staffing (RM6277) and National Framework for the Provision of Clinical and Healthcare Staffing (RM6281), and will not directly enable the provision of transactional agency supply in isolation.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"documentType": "biddingDocuments",
"format": "application/octet-stream",
"id": "A-4156",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4156"
},
{
"datePublished": "2025-08-08T15:34:30+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "047369-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/047369-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-09-03T15:00:00+01:00"
},
"id": "RM6380",
"items": [
{
"additionalClassifications": [
{
"description": "Placement services of personnel",
"id": "79610000",
"scheme": "CPV"
},
{
"description": "Supply services of personnel including temporary staff",
"id": "79620000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
},
{
"country": "GG",
"countryName": "Guernsey",
"region": "GG"
},
{
"country": "IM",
"countryName": "Isle of Man",
"region": "IM"
},
{
"country": "JE",
"countryName": "Jersey",
"region": "JE"
},
{
"country": "AI",
"countryName": "Anguilla",
"region": "AI"
},
{
"country": "BM",
"countryName": "Bermuda",
"region": "BM"
},
{
"country": "FK",
"countryName": "Falkland Islands",
"region": "FK"
},
{
"country": "GS",
"countryName": "South Georgia and South Sandwich Islands",
"region": "GS"
},
{
"country": "IO",
"countryName": "British Indian Ocean Territory",
"region": "IO"
},
{
"country": "KY",
"countryName": "Cayman Islands",
"region": "KY"
},
{
"country": "MS",
"countryName": "Montserrat",
"region": "MS"
},
{
"country": "PN",
"countryName": "Pitcairn, Henderson, Ducie and Oeno Islands",
"region": "PN"
},
{
"country": "SH",
"countryName": "Saint Helena, Ascension and Tristan da Cunha",
"region": "SH"
},
{
"country": "TC",
"countryName": "Turks and Caicos Islands",
"region": "TC"
},
{
"country": "VG",
"countryName": "British Virgin Islands",
"region": "VG"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"noLotsDivisionRationale": "RM6380 is intended to enable the delivery of strategic services which are holistic in nature, allowing buyers to combine service lines under one contract to deliver best value. Dividing the service lines into distinct lots and separating the service lines would not support this method of service delivery. This approach has also been tested during market engagement."
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "The weighting of this criteria is 10% of quality.\nYou must read Attachment 2d Quality questionnaire for the details of this question\u2019s requirement, response guidance and marking scheme.",
"name": "Social value - Tackling Economic Inequality",
"type": "quality"
},
{
"description": "The weighting of this criteria is 30% of quality.\nYou must read the Attachment 2d Quality questionnaire for the details of this question\u2019s requirement, response guidance and marking scheme.",
"name": "Delivering Workforce Efficiencies",
"type": "quality"
},
{
"description": "The weighting of this criteria is 30% of quality.\nYou must read the Attachment 2d Quality questionnaire for the details of this question\u2019s requirement, response guidance and marking scheme.",
"name": "Contract Implementation",
"type": "quality"
},
{
"description": "The weighting of this criteria is 30% of quality.\nYou must read the Attachment 2d Quality questionnaire for the details of this question\u2019s requirement, response guidance and marking scheme.",
"name": "Agency supply chain management",
"type": "quality"
},
{
"description": "The tender price submitted will be divided by the quality score to determine the Price per Quality Point for the tender.",
"name": "Price",
"type": "price"
}
],
"weightingDescription": "Social value - Tackling Economic Inequality - The weighting of this criteria is 10% of quality \nDelivering Workforce Efficiencies - The weighting of this criteria is 30% of quality\nContract Implementation - The weighting of this criteria is 30% of quality\nAgency supply chain management - The weighting of this criteria is 30% of quality\nThe tender price submitted will be divided by the quality score to determine the Price per Quality Point for the tender"
},
"contractPeriod": {
"endDate": "2029-01-21T23:59:59+00:00",
"startDate": "2026-01-22T00:00:00+00:00"
},
"id": "1",
"selectionCriteria": {
"criteria": [
{
"description": "The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.",
"type": "economic"
},
{
"description": "The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"value": {
"amount": 10000000000,
"amountGross": 12000000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"participationFees": [
{
"description": "The management charge that shall apply ranges from 0% to 3% and will be dependent on the services that are provided as part of a call-off contract. The management charge that applies to each service is set out in the framework contract documents. The figure of 0.9875% represents the weighted average management charge and does not represent the management charge for any specific service.",
"id": "ocds-h6vhtk-05022f",
"relativeValue": {
"monetaryValue": "award",
"proportion": 0.0098
},
"type": [
"win"
]
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "active",
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"buyerCategories": "Refer to RM6380 NHS Workforce Alliance Health Workforce Solutions - Customer List for details of contracting authorities that may use the framework.",
"description": "Refer to Framework Schedule 7 - Call-Off Award Procedure for details of the competitive selection processes for the award of contracts under this framework.",
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"openFrameworkSchemeEndDate": "2034-01-21T23:59:59+00:00",
"type": "open"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2025-09-22T15:00:00+01:00"
},
"title": "NHS Workforce Alliance Health Workforce Solutions",
"value": {
"amount": 10000000000,
"amountGross": 12000000000,
"currency": "GBP"
}
}
}