Tender

Supply Teachers and Education Recruitment

CROWN COMMERCIAL SERVICE

This public procurement record has 7 releases in its history.

TenderUpdate

18 Nov 2025 at 16:29

Tender

17 Nov 2025 at 10:38

PlanningUpdate

06 Aug 2025 at 14:40

PlanningUpdate

23 Jul 2025 at 10:22

PlanningUpdate

08 Jul 2025 at 09:33

Planning

04 Jun 2025 at 13:53

Planning

14 Apr 2025 at 09:57

Summary of the contracting process

The Crown Commercial Service is inviting tenders for the "Supply Teachers and Education Recruitment" framework, aimed at providing temporary and permanent staffing for schools and educational establishments, excluding independent schools. The active tender process was last updated on 18th November 2025, and is under an open procedure method. The tender is intended to service locations across the United Kingdom, Guernsey, Isle of Man, and Jersey, falling under the recruitment services industry category. Key dates include the tender period ending on 19th December 2025, with an enquiry period closing on 3rd December 2025, and an anticipated award by 18th May 2026. The agreement is structured into two lots: Lot 1 for Teachers and Education Recruitment and Lot 2 for a Managed Service, with a contract period running from May 2026 to May 2029, subject to extension options.

This procurement provides significant opportunities for growth, particularly for recruitment agencies capable of supplying a wide range of educational staff. Being an open framework agreement with a financial ceiling of £2 billion, it presents a lucrative opportunity for businesses, especially small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) that can offer dedicated recruitment services. Companies well-versed in managing a supply chain or offering a client-centric approach in education-focused recruitment are ideally poised to benefit from engaging with this framework. The structure allows bidders to either compete for direct recruitment services or operate within a managed service model, which may appeal to businesses specialising in holistic recruitment solutions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply Teachers and Education Recruitment

Notice Description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of temporary and permanent staffing for use by schools and educational establishments (excluding independent/for profit schools) The lotting structure being proposed is: Lot 1 - Teachers and Education Recruitment Lot 2 - Managed Service The maximum available places for Lot 1 is 150 The maximum available places for Lot 2 is 20 The maximum number of bidders for Lots 1 and 2 of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right for all lots to award a framework to any bidders whose final score is within 1% of the last position. Please refer to paragraph 20.1. of Attachment 2 - How to Tender for more information.

Lot Information

Teachers and Education Recruitment

An agency selection tool to hire temporary, fixed term, and permanent workers directly from a recruitment agency.

Renewal: The initial duration of the Framework is 3 years, with an option to extend for 12 months. CCS reserve the right to extend lots by varying durations

Managed Service

A managed service provider (including Master and Neutral Vend models) who will provide all staffing needs. The recruitment business will use their supply chain of other agencies to support meeting staffing needs where needed.

Renewal: The initial duration of the Framework is 3 years, with an option to extend for 12 months. CCS reserve the right to extend lots by varying durations

Planning Information

Market engagement for RM6376 began in December 2024 with premarket engagement for customers, stakeholders, and partners (YPO, ESPO, NEPO). We had 2 market sector sessions (one in person in London, one virtual) with our key industry bodies (REC and APSCo) and their suppliers, and one further virtual supplier session for suppliers interested in potentially bidding for the resulting framework contract. Based on feedback from our pre market engagement, options were then proposed to the market in our second set of market engagement sessions in March 2025 which gave specific insight into the agreement design.Specific feedback was sought on lot structure, permanent provision and temp to perm fees. Crown Commercial Service intends to hold further market engagement sessions In June and July 2025 to present back our finalised ideas to the market. If you are interested in attending a market engagement session please visit https://www.crowncommercial.gov.uk/agreements/RM6376 to regularly review for details of the sessions.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050236
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/074937-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79600000 - Recruitment services

Notice Value(s)

Tender Value
£2,000,000,000 £1B-£10B
Lots Value
£2,000,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Nov 20253 months ago
Submission Deadline
19 Dec 2025Expired
Future Notice Date
15 Oct 2025Expired
Award Date
Not specified
Contract Period
28 May 2026 - 28 May 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Not specified
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
+44 3454102222

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-050236-2025-11-18T16:29:14Z",
    "date": "2025-11-18T16:29:14Z",
    "ocid": "ocds-h6vhtk-050236",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "014864-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014864-2025",
                "datePublished": "2025-04-14T10:57:01+01:00",
                "format": "text/html"
            },
            {
                "id": "029931-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029931-2025",
                "datePublished": "2025-06-04T14:53:17+01:00",
                "format": "text/html"
            },
            {
                "id": "038119-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/038119-2025",
                "datePublished": "2025-07-08T10:33:59+01:00",
                "format": "text/html"
            },
            {
                "id": "042307-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042307-2025",
                "datePublished": "2025-07-23T11:22:52+01:00",
                "format": "text/html"
            },
            {
                "id": "046620-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/046620-2025",
                "datePublished": "2025-08-06T15:40:32+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Market engagement for RM6376 began in December 2024 with premarket engagement for customers, stakeholders, and partners (YPO, ESPO, NEPO). We had 2 market sector sessions (one in person in London, one virtual) with our key industry bodies (REC and APSCo) and their suppliers, and one further virtual supplier session for suppliers interested in potentially bidding for the resulting framework contract. Based on feedback from our pre market engagement, options were then proposed to the market in our second set of market engagement sessions in March 2025 which gave specific insight into the agreement design.Specific feedback was sought on lot structure, permanent provision and temp to perm fees. Crown Commercial Service intends to hold further market engagement sessions In June and July 2025 to present back our finalised ideas to the market. If you are interested in attending a market engagement session please visit https://www.crowncommercial.gov.uk/agreements/RM6376 to regularly review for details of the sessions.",
                "dueDate": "2025-07-09T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PBZB-4962-TVLR",
            "name": "Crown Commercial Service",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBZB-4962-TVLR"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD72"
            },
            "contactPoint": {
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "+44 3454102222"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBZB-4962-TVLR",
        "name": "Crown Commercial Service"
    },
    "tender": {
        "id": "RM6376",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Supply Teachers and Education Recruitment",
        "description": "Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of temporary and permanent staffing for use by schools and educational establishments (excluding independent/for profit schools) The lotting structure being proposed is: Lot 1 - Teachers and Education Recruitment Lot 2 - Managed Service The maximum available places for Lot 1 is 150 The maximum available places for Lot 2 is 20 The maximum number of bidders for Lots 1 and 2 of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right for all lots to award a framework to any bidders whose final score is within 1% of the last position. Please refer to paragraph 20.1. of Attachment 2 - How to Tender for more information.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79600000",
                        "description": "Recruitment services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    }
                ]
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79600000",
                        "description": "Recruitment services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 2400000000,
            "amount": 2000000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-05-29T00:00:00+01:00",
                    "endDate": "2029-05-28T23:59:59+01:00",
                    "maxExtentDate": "2030-05-27T23:59:59+01:00"
                },
                "status": "active",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "hasRenewal": true,
                "title": "Teachers and Education Recruitment",
                "description": "An agency selection tool to hire temporary, fixed term, and permanent workers directly from a recruitment agency.",
                "value": {
                    "amountGross": 2400000000,
                    "amount": 2000000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Social Value - Lot 1",
                            "description": "Social Value - Lot 1",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Service Delivery - Lot 1",
                            "description": "Service Delivery - Lot 1",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price - Lot 1",
                            "description": "Price - Lot 1",
                            "numbers": [
                                {
                                    "number": 80,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "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": "technical",
                            "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."
                        }
                    ]
                },
                "renewal": {
                    "description": "The initial duration of the Framework is 3 years, with an option to extend for 12 months. CCS reserve the right to extend lots by varying durations"
                }
            },
            {
                "id": "2",
                "title": "Managed Service",
                "description": "A managed service provider (including Master and Neutral Vend models) who will provide all staffing needs. The recruitment business will use their supply chain of other agencies to support meeting staffing needs where needed.",
                "status": "active",
                "value": {
                    "amountGross": 2400000000,
                    "amount": 2000000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Social Value - Lot 2",
                            "description": "Social Value - Lot 2",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Managing a Supply Chain - Lot 2",
                            "description": "Managing a Supply Chain - Lot 2",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Implementing a Service - Lot 2",
                            "description": "Implementing a Service - Lot 2",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Lot 2 - Price",
                            "description": "Lot 2 - Price",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "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": "technical",
                            "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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-29T00:00:00+01:00",
                    "endDate": "2029-05-28T23:59:59+01:00",
                    "maxExtentDate": "2030-05-27T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 3 years, with an option to extend for 12 months. CCS reserve the right to extend lots by varying durations"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-15T23:59:59+01:00"
        },
        "status": "active",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "Refer to RM6376 Supply Teachers and Education Recruitment - 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. In the event that there is a challenge to the Competition and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so, to conclude a Framework Contract with the successful Suppliers in respect of the Lot(s) that has (have) not been so challenged.\" and this should go in the lot descriptions the rest is covered in the ITT The Authority also reserves the right to extend Lots by varying durations. Awarded number of suppliers against each lot is, Lot 1 -150, Lot 2 - 20.",
                "maximumParticipants": 170
            }
        },
        "amendments": [
            {
                "id": "038119-2025",
                "description": "The following changes have been made: - Description - Estimated Value - CPV code"
            },
            {
                "id": "042307-2025",
                "description": "The following changes have been made: - Procurement Title - Estimated Contract Start and End date"
            },
            {
                "id": "074937-2025",
                "description": "The notice has been updated to provide details as to the maximum number of places available for Lots 1 and 2"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "participationFees": [
            {
                "id": "ocds-h6vhtk-050236",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.01,
                    "monetaryValue": "award"
                },
                "description": "The Supplier will pay, excluding VAT, 1% of all the Charges for the Deliverables invoiced to the Buyer under all Call-Off Contracts."
            }
        ],
        "submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-12-19T15:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-03T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-18T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-7950",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-7950",
                "format": "application/octet-stream"
            },
            {
                "id": "074295-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/074295-2025",
                "datePublished": "2025-11-17T10:38:05Z",
                "format": "text/html"
            },
            {
                "id": "074937-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/074937-2025",
                "datePublished": "2025-11-18T16:29:14Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}