Award

Provision of the ONE NHS Finance Service

  • NHS England

UK5: Transparency notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-012793

Procurement identifier (OCID): ocds-h6vhtk-064ed1

Published 12 February 2026, 11:39am



Scope

Description

Commissioning of the One NHS Finance (ONF) programme for six months whilst NHSE tenders for a long term contract. This also includes an optional 3 months extension if re-tendering taking longer than expected. (6+3 months).

This is a retrospective case, and the UK06 Notice is being published with today’s date due to a system technical issue that prevents the platform from recognising the original retrospective date. It is also important to note that the contract has since expired, and a replacement case has been put in place and was procured compliantly.

The actual contract start date is 01 April 2025 - 31 December 2025.


Contract 1. Provision of the ONE NHS Finance Service

Suppliers

Supplier not yet selected

Contract value

  • £375,000 excluding VAT
  • £450,000 including VAT

Above the relevant threshold

Earliest date the contract will be signed

12 February 2026

Contract dates (estimated)

  • 12 February 2026 to 30 September 2026
  • Possible extension to 30 November 2026
  • 9 months, 17 days

Description of possible extension:

Subject to completing the tendering process in time.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

Subject to completing the tendering process in time.

This is a retrospective case, and the UK06 Notice is being published with today’s date due to a system technical issue that prevents the platform from recognising the original retrospective date..

CPV classifications

  • 79410000 - Business and management consultancy services

Participation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Direct award

Direct award justification

Additional or repeat goods, services or works - extension or partial replacement

Additional or repeat goods, services or works

NHSE has up until recently had a contract in place with the Healthcare Financial Management Association (HFMA) for the provision of One NHS Finance services. This specific service has been in place with HFMA for some time (at least five years) at an historical approximate cost of £1m per annum (but has been reduced substantially in recent years due to financial circumstances) and which was awarded via a Single Tender Action (STA) as a pilot project initially.

HFMA are the professional representative body for NHS Finance Professionals. They have long had an interest in developing best practice in NHS finance, many NHS finance professionals are members and they have a great level of experience in NHS Finance.

Other professional and training bodies exist. For instance there are professional bodies for accountants (CIMA, CIPFA and ICAEW). These bodies each cover some of those working in NHS Finance but are mostly concerned with accountancy across the public and private sectors. There are also training providers such as Capita who could develop courses. The reason we do not consider the above appropriate is their level of focus, expertise and resources currently in place. Whilst other bodies exist who could deliver the training, none of them entirely focusses on NHS Finance in the way that the HFMA do. What this means is that any other body looking to develop these courses would first need to develop their own knowledge in this area with an inevitable cost. In the case of the ONF work this would also mean that the support structure that exists would need to be dismantled and put in place by a different organisation with large scale disruption and loss of momentum to the programmes involved.

There is also a case around the relationship between the HFMA and NHSE. It is important to the NHS Finance community that there is a body that is looking to represent its interests and increase the quality of NHS Finance work.

NHSE recognises the need to tender the work, however, it is not currently in a position to do so. This direct award action will give the organisation time to secure the best value solution for ONF support in the long term. The requirement is for additional or repeat services as a continuation and development of the ONF offer for six months while NHSE tenders for a long-term support deal.

The proposed supplier is the same entity that provided the original service. Therefore, we propose to direct award this requirement under paragraph 7(a) and (b) of Schedule 5 of PA23 (grounds under Schedule 5) for additional or repeat goods, services, or works. This approach ensures service continuity, as:

• Incompatibility with Existing Services: A change in supplier would result in NHSE receiving services that are different from, or incompatible with, the existing ones. The proposed supplier has the technical expertise and tacit knowledge from completing the initial project. This knowledge is crucial for ensuring continuity and compatibility with the existing ONF services.

• Technical Difficulties: The difference or incompatibility would lead to disproportionate technical difficulties in operation or maintenance. The proposed suppliers familiarity with the innovations and specific requirements of the ONF initiative means that switching to a new supplier could introduce unnecessary risk and technical challenges. These could disrupt the seamless delivery and development of the ONF services.

In addition, continuity of service is essential for the oversight and delivery of training, accreditation, networks, recruitment support, health and wellbeing packages, and innovation/strategy work. This includes a comprehensive package of online delivery (website, online/in-person events, and staff support) overseen by HFMA staff funded by NHSE. Furthermore, awarding this contract to another provider would result in service disruption and additional costs associated with transitioning to an alternative provider.

It would not be possible to immediately transfer these packages and the support offer to a new supplier without causing significant delays to the services provided for staff. The following elements would require review: Programme Owners, Training Documentation, Accreditation Workstreams, Staff Networks, Funding Models, and Internal/External Events.

It is envisaged that any future re-tendering round would also require an interim handover period between suppliers, which is not feasible in 2025. Furthermore, any changes to the current arrangement may involve TUPE elements, which could not be implemented by 01/04/2025, along with the potential NHS England integration into DHSC.

By continuing with the current supplier, we ensure that the ONF initiative remains consistent and effective, leveraging the supplier’s existing knowledge and expertise to maintain high standards and avoid potential operational difficulties.


Contracting authority

NHS England

  • Public Procurement Organisation Number: PDPT-3135-BWWY

Wellington House, 133-135 Waterloo Rd

London

SE1 8UG

United Kingdom

Contact name: Procurement and Commercial Team

Email: england.commercialqueries@nhs.net

Website: https://www.england.nhs.uk/

Region: UKI45 - Lambeth

Organisation type: Public authority - central government