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
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
Contracting authority
Crown Commercial Service
- Public Procurement Organisation Number: PBZB-4962-TVLR
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Region: UKD72 - Liverpool
Organisation type: Public authority - central government