Tender

NHS Workforce Alliance Health Workforce Solutions

  • Crown Commercial Service

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-047369

Procurement identifier (OCID): ocds-h6vhtk-05022f (view related notices)

Published 8 August 2025, 3:34pm



Scope

Reference

RM6380

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.

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.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £10,000,000,000 excluding VAT
  • £12,000,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 22 January 2026 to 21 January 2029
  • 3 years

Main procurement category

Services

CPV classifications

  • 79610000 - Placement services of personnel
  • 79620000 - Supply services of personnel including temporary staff

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands
  • VG - British Virgin Islands

Justification for not using lots

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.


Framework

Open framework scheme end date (estimated)

21 January 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0.98%

Further information about fees

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.

Framework operation 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.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Refer to RM6380 NHS Workforce Alliance Health Workforce Solutions - Customer List for details of contracting authorities that may use the framework.


Participation

Legal and financial capacity conditions of participation

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.

Technical ability conditions of participation

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.

Particular suitability

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

Submission

Enquiry deadline

3 September 2025, 3:00pm

Tender submission deadline

22 September 2025, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

12 January 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Social value - Tackling Economic Inequality

The weighting of this criteria is 10% of quality.

You must read Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Delivering Workforce Efficiencies

The weighting of this criteria is 30% of quality.

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Contract Implementation

The weighting of this criteria is 30% of quality.

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Agency supply chain management

The weighting of this criteria is 30% of quality.

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme.

Quality
Price

The tender price submitted will be divided by the quality score to determine the Price per Quality Point for the tender.

Price

Weighting description

Social value - Tackling Economic Inequality - The weighting of this criteria is 10% of quality

Delivering Workforce Efficiencies - The weighting of this criteria is 30% of quality

Contract Implementation - The weighting of this criteria is 30% of quality

Agency supply chain management - The weighting of this criteria is 30% of quality

The tender price submitted will be divided by the quality score to determine the Price per Quality Point for the tender


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

RM6380 -Customer list v1.0.docx


Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

United Kingdom

Telephone: +44 3454102222

Email: supplier@crowncommercial.gov.uk

Website: https://www.gov.uk/ccs

Region: UKD72 - Liverpool

Organisation type: Public authority - central government