- Lot 1. DfC Administration roles and Corporate Functions
- Lot 2. Administration roles (excluding DfC) and Corporate Functions
- Lot 3. Professional and Technical
- Lot 4. Environmental, Scientific Services and Medical Roles (excluding OHS medical roles)
- Lot 5. Ancillary and Industrial
- Lot 6. Legal Roles
- Lot 7. Youth and Social Care Roles
- Lot 8. Finance and Governance roles
- Lot 9. ICT Roles
Scope
Reference
5972224
Description
The Northern Ireland Civil Service, Agencies and Non Departmental Public Bodies are seeking to establish a Contract for the provision of temporary Agency Workers with Supplier(s) for the provision of temporary Agency workers. A list of participating bodies can be found on pages 2-3 of Schedule 2 Specification.
Total value (estimated)
- £1,443,500,000 excluding VAT
- £1,732,200,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 19 January 2026 to 29 March 2029
- Possible extension to 2 April 2034
- 8 years, 2 months, 15 days
Description of possible extension:
There will be three options to extend; the first option is for an additional 2 years; the second option is for an additional 2 years; and the third option is for an additional 1 year.
Main procurement category
Services
CPV classifications
- 79620000 - Supply services of personnel including temporary staff
- 79600000 - Recruitment services
Lot constraints
Description of how multiple lots may be awarded:
Each Lot under this Contract will be awarded on the basis of the Most Advantageous Tender (MAT) with a single supplier awarded for each Lot.
Lot 1. DfC Administration roles and Corporate Functions
Description
DfC Administration roles and Corporate Functions (for full description, see Schedule 2 Specification)
Lot value (estimated)
- £1,000,000,000 excluding VAT
- £1,200,000,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Administration roles (excluding DfC) and Corporate Functions
Description
Administration roles (excluding DfC) and Corporate Functions (for full description, see Schedule 2 Specification)
Lot value (estimated)
- £300,000,000 excluding VAT
- £360,000,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Professional and Technical
Description
Professional and Technical (for full description, see Schedule 2 Specification)
Lot value (estimated)
- £40,000,000 excluding VAT
- £48,000,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Environmental, Scientific Services and Medical Roles (excluding OHS medical roles)
Description
Environmental, Scientific Services and Medical Roles (excluding OHS medical roles) (for full description, see Schedule 2 Specification)
Lot value (estimated)
- £55,000,000 excluding VAT
- £66,000,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Ancillary and Industrial
Description
Ancillary and Industrial (for full description, see Schedule 2 Specification)
Lot value (estimated)
- £2,500,000 excluding VAT
- £3,000,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 6. Legal Roles
Description
Legal Roles (for full description, see Schedule 2 Specification)
Lot value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 7. Youth and Social Care Roles
Description
Youth and Social Care Roles (for full description, see Schedule 2 Specification)
Lot value (estimated)
- £3,000,000 excluding VAT
- £3,600,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 8. Finance and Governance roles
Description
Finance and Governance roles (for full description, see Schedule 2 Specification)
Lot value (estimated)
- £13,000,000 excluding VAT
- £15,600,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 9. ICT Roles
Description
ICT Roles (for full description, see Schedule 2 Specification)
Lot value (estimated)
- £5,000,000 excluding VAT
- £6,000,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. DfC Administration roles and Corporate Functions
Lot 2. Administration roles (excluding DfC) and Corporate Functions
Lot 3. Professional and Technical
Lot 4. Environmental, Scientific Services and Medical Roles (excluding OHS medical roles)
Lot 5. Ancillary and Industrial
Lot 6. Legal Roles
Lot 7. Youth and Social Care Roles
Lot 8. Finance and Governance roles
Lot 9. ICT Roles
FC1 General Assessment of Financial Standing and FC2 Credit Check.
Technical ability conditions of participation
Lot 1. DfC Administration roles and Corporate Functions
Lot 2. Administration roles (excluding DfC) and Corporate Functions
Lot 3. Professional and Technical
Lot 4. Environmental, Scientific Services and Medical Roles (excluding OHS medical roles)
Lot 5. Ancillary and Industrial
Lot 6. Legal Roles
Lot 7. Youth and Social Care Roles
Lot 8. Finance and Governance roles
Lot 9. ICT Roles
TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery.
Submission
Enquiry deadline
4 November 2025, 2:00pm
Tender submission deadline
13 November 2025, 2:00pm
Submission address and any special instructions
Tenders must be submitted electronically via the relevant Call for Tender (CfT)
opportunity on eTendersNI, website details immediately below.
Paper submissions will not be accepted or considered and will be rejected by the
Contracting Authority / Buyer.
The tender documents are available with unrestricted and full direct access, free of
charge, at: URL https://etendersni.gov.uk/epps
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
5 January 2026
Recurring procurement
Publication date of next tender notice (estimated): 13 October 2033
Award criteria
Name | Description | Type |
---|---|---|
AC1 Social Value | Social Value 15.4 percent |
Quality |
AC2 Provision of Agency Workers | Provision of Agency Workers 13.75 percent |
Quality |
AC3 Payment of Agency Workers | Payment of Agency Workers 10.45 percent |
Quality |
AC4 Contract Management, IT system and Management Information | Contract Management, IT system and Management Information 9.35 percent |
Quality |
AC5 Selection of Agency Worker and Pre-Employment Checks | Selection of Agency Worker and Pre-Employment Checks 6.05 percent |
Quality |
AC6 Total Supplier Fee | Total Supplier Fee 45 percent |
Price |
Weighting description
55percent quality and 45percent cost
For Mandatory Requirements MR1 and MR2 please see ITT
Other information
Payment terms
For details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice
The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority.
Description of risks to contract performance
A list of participating bodies can be found on pages 2-3 of Schedule 2 Specification.
Exclusions
If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become 'excluded' or 'excludable' as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Department of Finance
- Public Procurement Organisation Number: PVTL-7513-YWVJ
Clare House 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
CPD - Supplies & Services Division
Summary of their role in this procurement: Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland. A list of participating bodies can be found on pages 2-3 of Schedule 2 Specification.
- Public Procurement Organisation Number: PVWG-8426-YWXV
Clare House 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Region: UKN06 - Belfast