Notice Information
Notice Title
Provision of Temporary Agency Workers for Northern Ireland Civil Service, Agencies and Non Departmental Public Bodies
Notice 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.
Lot Information
DfC Administration roles and Corporate Functions
DfC Administration roles and Corporate Functions (for full description, see Schedule 2 Specification)
Renewal: 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.
Administration roles (excluding DfC) and Corporate FunctionsAdministration roles (excluding DfC) and Corporate Functions (for full description, see Schedule 2 Specification)
Renewal: 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.
Professional and TechnicalProfessional and Technical (for full description, see Schedule 2 Specification)
Renewal: 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.
Environmental, Scientific Services and Medical Roles (excluding OHS medical roles)Environmental, Scientific Services and Medical Roles (excluding OHS medical roles) (for full description, see Schedule 2 Specification)
Renewal: 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.
Ancillary and IndustrialAncillary and Industrial (for full description, see Schedule 2 Specification)
Renewal: 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.
Legal RolesLegal Roles (for full description, see Schedule 2 Specification)
Renewal: 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.
Youth and Social Care RolesYouth and Social Care Roles (for full description, see Schedule 2 Specification)
Renewal: 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.
Finance and Governance rolesFinance and Governance roles (for full description, see Schedule 2 Specification)
Renewal: 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.
ICT RolesICT Roles (for full description, see Schedule 2 Specification)
Renewal: 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.
Planning Information
A Preliminary Market Engagement questionnaire was published on 8 May 2025. There were 12 responses received from Suppliers by the deadline of 29th May 2025, presenting their feedback. Each Supplier demonstrated that they would be prepared to meet the Buyer’s expectations and requirements within a range of proposed solutions. The findings were as follows: • All respondents able to fulfil role as main/prime contractor, with capability of bidding on multiple Lots and no barriers to participating in procurement process • No Supplier expressed concerns regarding the proposed procurement timetable; there was a willingness to work with incumbent suppliers to ensure a smooth changeover. • All possessed their own IT system, highlighting capability to deliver MI. • All potential Suppliers supportive of proposed contract duration. • There was a wide range of replies from respondents in relation to Lot Structure, with suggestion of amalgamating Lots. • No issues were raised concerning meeting KPIs, IT system requirements, data requirements, or delivering service during NICS major transformation (Integr8). • Indicative of the current NICS policy to integrate sustainable development and social value into procurement, there were 4 questions within the PME addressing these subjects, with each of the suppliers expressing a commitment to both social value and sustainable development. CPD, NICSHR and DfC are content with the PME questionnaire feedback. A document entitled ‘Schedule 10 Performance Levels’ was issued via an eTendersNI message to all interested suppliers of the previous preliminary market engagement exercise. This document contains key performance indicators and service levels. The suppliers were asked to provide any feedback by the deadline of 3pm on 3 September 2025. Five suppliers responded and their feedback was considered.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0594e3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/064882-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- 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
79620000 - Supply services of personnel including temporary staff
Notice Value(s)
- Tender Value
- £1,443,500,000 £1B-£10B
- Lots Value
- £1,443,500,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Oct 20254 months ago
- Submission Deadline
- 13 Nov 2025Expired
- Future Notice Date
- 8 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- 19 Jan 2026 - 29 Mar 2029 3-4 years
- Recurrence
- 2033-10-13
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF FINANCE
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- strategicdelivery.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT3 9ED
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Sydenham
- Westminster Constituency
- Belfast East
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/064882-2025
13th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/054267-2025
5th September 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0594e3-2025-10-13T15:52:43+01:00",
"date": "2025-10-13T15:52:43+01:00",
"ocid": "ocds-h6vhtk-0594e3",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PVTL-7513-YWVJ",
"name": "Department of Finance",
"identifier": {
"scheme": "GB-PPON",
"id": "PVTL-7513-YWVJ"
},
"address": {
"streetAddress": "Clare House 303 Airport Road West",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "StrategicDelivery.CPD@finance-ni.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
},
{
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"id": "GB-NIR",
"description": "Northern Irish devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PVWG-8426-YWXV",
"name": "CPD - Supplies & Services Division",
"identifier": {
"scheme": "GB-PPON",
"id": "PVWG-8426-YWXV"
},
"address": {
"streetAddress": "Clare House 303 Airport Road West",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "StrategicDelivery.CPD@finance-ni.gov.uk"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "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."
}
],
"buyer": {
"id": "GB-PPON-PVTL-7513-YWVJ",
"name": "Department of Finance"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "A Preliminary Market Engagement questionnaire was published on 8 May 2025. There were 12 responses received from Suppliers by the deadline of 29th May 2025, presenting their feedback. Each Supplier demonstrated that they would be prepared to meet the Buyer's expectations and requirements within a range of proposed solutions. The findings were as follows: * All respondents able to fulfil role as main/prime contractor, with capability of bidding on multiple Lots and no barriers to participating in procurement process * No Supplier expressed concerns regarding the proposed procurement timetable; there was a willingness to work with incumbent suppliers to ensure a smooth changeover. * All possessed their own IT system, highlighting capability to deliver MI. * All potential Suppliers supportive of proposed contract duration. * There was a wide range of replies from respondents in relation to Lot Structure, with suggestion of amalgamating Lots. * No issues were raised concerning meeting KPIs, IT system requirements, data requirements, or delivering service during NICS major transformation (Integr8). * Indicative of the current NICS policy to integrate sustainable development and social value into procurement, there were 4 questions within the PME addressing these subjects, with each of the suppliers expressing a commitment to both social value and sustainable development. CPD, NICSHR and DfC are content with the PME questionnaire feedback. A document entitled 'Schedule 10 Performance Levels' was issued via an eTendersNI message to all interested suppliers of the previous preliminary market engagement exercise. This document contains key performance indicators and service levels. The suppliers were asked to provide any feedback by the deadline of 3pm on 3 September 2025. Five suppliers responded and their feedback was considered.",
"dueDate": "2025-09-05T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "054267-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054267-2025",
"datePublished": "2025-09-05T12:54:51+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "5972224",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Provision of Temporary Agency Workers for Northern Ireland Civil Service, Agencies and Non Departmental Public Bodies",
"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.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79620000",
"description": "Supply services of personnel including temporary staff"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79620000",
"description": "Supply services of personnel including temporary staff"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79620000",
"description": "Supply services of personnel including temporary staff"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79620000",
"description": "Supply services of personnel including temporary staff"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79620000",
"description": "Supply services of personnel including temporary staff"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79620000",
"description": "Supply services of personnel including temporary staff"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79620000",
"description": "Supply services of personnel including temporary staff"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79620000",
"description": "Supply services of personnel including temporary staff"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79620000",
"description": "Supply services of personnel including temporary staff"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"relatedLot": "9"
}
],
"value": {
"amountGross": 1732200000,
"amount": 1443500000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-01-19T00:00:00+00:00",
"endDate": "2029-03-29T23:59:59+01:00",
"maxExtentDate": "2034-04-02T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"title": "DfC Administration roles and Corporate Functions",
"description": "DfC Administration roles and Corporate Functions (for full description, see Schedule 2 Specification)",
"value": {
"amountGross": 1200000000,
"amount": 1000000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "55percent quality and 45percent cost For Mandatory Requirements MR1 and MR2 please see ITT",
"criteria": [
{
"type": "quality",
"name": "AC1 Social Value",
"description": "Social Value 15.4 percent"
},
{
"type": "quality",
"name": "AC2 Provision of Agency Workers",
"description": "Provision of Agency Workers 13.75 percent"
},
{
"type": "quality",
"name": "AC3 Payment of Agency Workers",
"description": "Payment of Agency Workers 10.45 percent"
},
{
"type": "quality",
"name": "AC4 Contract Management, IT system and Management Information",
"description": "Contract Management, IT system and Management Information 9.35 percent"
},
{
"type": "quality",
"name": "AC5 Selection of Agency Worker and Pre-Employment Checks",
"description": "Selection of Agency Worker and Pre-Employment Checks 6.05 percent"
},
{
"type": "price",
"name": "AC6 Total Supplier Fee",
"description": "Total Supplier Fee 45 percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "FC1 General Assessment of Financial Standing and FC2 Credit Check."
},
{
"type": "technical",
"description": "TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery."
}
]
},
"renewal": {
"description": "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."
}
},
{
"id": "2",
"title": "Administration roles (excluding DfC) and Corporate Functions",
"description": "Administration roles (excluding DfC) and Corporate Functions (for full description, see Schedule 2 Specification)",
"status": "active",
"value": {
"amountGross": 360000000,
"amount": 300000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "55percent quality and 45percent cost For Mandatory Requirements MR1 and MR2 please see ITT",
"criteria": [
{
"type": "quality",
"name": "AC1 Social Value",
"description": "Social Value 15.4 percent"
},
{
"type": "quality",
"name": "AC2 Provision of Agency Workers",
"description": "Provision of Agency Workers 13.75 percent"
},
{
"type": "quality",
"name": "AC3 Payment of Agency Workers",
"description": "Payment of Agency Workers 10.45 percent"
},
{
"type": "quality",
"name": "AC4 Contract Management, IT system and Management Information",
"description": "Contract Management, IT system and Management Information 9.35 percent"
},
{
"type": "quality",
"name": "AC5 Selection of Agency Worker and Pre-Employment Checks",
"description": "Selection of Agency Worker and Pre-Employment Checks 6.05 percent"
},
{
"type": "price",
"name": "AC6 Total Supplier Fee",
"description": "Total Supplier Fee 45 percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "FC1 General Assessment of Financial Standing and FC2 Credit Check."
},
{
"type": "technical",
"description": "TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery."
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00+00:00",
"endDate": "2029-03-29T23:59:59+01:00",
"maxExtentDate": "2034-04-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
},
{
"id": "3",
"title": "Professional and Technical",
"description": "Professional and Technical (for full description, see Schedule 2 Specification)",
"status": "active",
"value": {
"amountGross": 48000000,
"amount": 40000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "55percent quality and 45percent cost For Mandatory Requirements MR1 and MR2 please see ITT",
"criteria": [
{
"type": "quality",
"name": "AC1 Social Value",
"description": "Social Value 15.4 percent"
},
{
"type": "quality",
"name": "AC2 Provision of Agency Workers",
"description": "Provision of Agency Workers 13.75 percent"
},
{
"type": "quality",
"name": "AC3 Payment of Agency Workers",
"description": "Payment of Agency Workers 10.45 percent"
},
{
"type": "quality",
"name": "AC4 Contract Management, IT system and Management Information",
"description": "Contract Management, IT system and Management Information 9.35 percent"
},
{
"type": "quality",
"name": "AC5 Selection of Agency Worker and Pre-Employment Checks",
"description": "Selection of Agency Worker and Pre-Employment Checks 6.05 percent"
},
{
"type": "price",
"name": "AC6 Total Supplier Fee",
"description": "Total Supplier Fee 45 percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "FC1 General Assessment of Financial Standing and FC2 Credit Check."
},
{
"type": "technical",
"description": "TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery."
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00+00:00",
"endDate": "2029-03-29T23:59:59+01:00",
"maxExtentDate": "2034-04-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
},
{
"id": "4",
"title": "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)",
"status": "active",
"value": {
"amountGross": 66000000,
"amount": 55000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "55percent quality and 45percent cost For Mandatory Requirements MR1 and MR2 please see ITT",
"criteria": [
{
"type": "quality",
"name": "AC1 Social Value",
"description": "Social Value 15.4 percent"
},
{
"type": "quality",
"name": "AC2 Provision of Agency Workers",
"description": "Provision of Agency Workers 13.75 percent"
},
{
"type": "quality",
"name": "AC3 Payment of Agency Workers",
"description": "Payment of Agency Workers 10.45 percent"
},
{
"type": "quality",
"name": "AC4 Contract Management, IT system and Management Information",
"description": "Contract Management, IT system and Management Information 9.35 percent"
},
{
"type": "quality",
"name": "AC5 Selection of Agency Worker and Pre-Employment Checks",
"description": "Selection of Agency Worker and Pre-Employment Checks 6.05 percent"
},
{
"type": "price",
"name": "AC6 Total Supplier Fee",
"description": "Total Supplier Fee 45 percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "FC1 General Assessment of Financial Standing and FC2 Credit Check."
},
{
"type": "technical",
"description": "TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery."
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00+00:00",
"endDate": "2029-03-29T23:59:59+01:00",
"maxExtentDate": "2034-04-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
},
{
"id": "5",
"title": "Ancillary and Industrial",
"description": "Ancillary and Industrial (for full description, see Schedule 2 Specification)",
"status": "active",
"value": {
"amountGross": 3000000,
"amount": 2500000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "55percent quality and 45percent cost For Mandatory Requirements MR1 and MR2 please see ITT",
"criteria": [
{
"type": "quality",
"name": "AC1 Social Value",
"description": "Social Value 15.4 percent"
},
{
"type": "quality",
"name": "AC2 Provision of Agency Workers",
"description": "Provision of Agency Workers 13.75 percent"
},
{
"type": "quality",
"name": "AC3 Payment of Agency Workers",
"description": "Payment of Agency Workers 10.45 percent"
},
{
"type": "quality",
"name": "AC4 Contract Management, IT system and Management Information",
"description": "Contract Management, IT system and Management Information 9.35 percent"
},
{
"type": "quality",
"name": "AC5 Selection of Agency Worker and Pre-Employment Checks",
"description": "Selection of Agency Worker and Pre-Employment Checks 6.05 percent"
},
{
"type": "price",
"name": "AC6 Total Supplier Fee",
"description": "Total Supplier Fee 45 percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "FC1 General Assessment of Financial Standing and FC2 Credit Check."
},
{
"type": "technical",
"description": "TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery."
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00+00:00",
"endDate": "2029-03-29T23:59:59+01:00",
"maxExtentDate": "2034-04-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
},
{
"id": "6",
"title": "Legal Roles",
"description": "Legal Roles (for full description, see Schedule 2 Specification)",
"status": "active",
"value": {
"amountGross": 30000000,
"amount": 25000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "55percent quality and 45percent cost For Mandatory Requirements MR1 and MR2 please see ITT",
"criteria": [
{
"type": "quality",
"name": "AC1 Social Value",
"description": "Social Value 15.4 percent"
},
{
"type": "quality",
"name": "AC2 Provision of Agency Workers",
"description": "Provision of Agency Workers 13.75 percent"
},
{
"type": "quality",
"name": "AC3 Payment of Agency Workers",
"description": "Payment of Agency Workers 10.45 percent"
},
{
"type": "quality",
"name": "AC4 Contract Management, IT system and Management Information",
"description": "Contract Management, IT system and Management Information 9.35 percent"
},
{
"type": "quality",
"name": "AC5 Selection of Agency Worker and Pre-Employment Checks",
"description": "Selection of Agency Worker and Pre-Employment Checks 6.05 percent"
},
{
"type": "price",
"name": "AC6 Total Supplier Fee",
"description": "Total Supplier Fee 45 percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "FC1 General Assessment of Financial Standing and FC2 Credit Check."
},
{
"type": "technical",
"description": "TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery."
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00+00:00",
"endDate": "2029-03-29T23:59:59+01:00",
"maxExtentDate": "2034-04-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
},
{
"id": "7",
"title": "Youth and Social Care Roles",
"description": "Youth and Social Care Roles (for full description, see Schedule 2 Specification)",
"status": "active",
"value": {
"amountGross": 3600000,
"amount": 3000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "55percent quality and 45percent cost For Mandatory Requirements MR1 and MR2 please see ITT",
"criteria": [
{
"type": "quality",
"name": "AC1 Social Value",
"description": "Social Value 15.4 percent"
},
{
"type": "quality",
"name": "AC2 Provision of Agency Workers",
"description": "Provision of Agency Workers 13.75 percent"
},
{
"type": "quality",
"name": "AC3 Payment of Agency Workers",
"description": "Payment of Agency Workers 10.45 percent"
},
{
"type": "quality",
"name": "AC4 Contract Management, IT system and Management Information",
"description": "Contract Management, IT system and Management Information 9.35 percent"
},
{
"type": "quality",
"name": "AC5 Selection of Agency Worker and Pre-Employment Checks",
"description": "Selection of Agency Worker and Pre-Employment Checks 6.05 percent"
},
{
"type": "price",
"name": "AC6 Total Supplier Fee",
"description": "Total Supplier Fee 45 percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "FC1 General Assessment of Financial Standing and FC2 Credit Check."
},
{
"type": "technical",
"description": "TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery."
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00+00:00",
"endDate": "2029-03-29T23:59:59+01:00",
"maxExtentDate": "2034-04-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
},
{
"id": "8",
"title": "Finance and Governance roles",
"description": "Finance and Governance roles (for full description, see Schedule 2 Specification)",
"status": "active",
"value": {
"amountGross": 15600000,
"amount": 13000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "55percent quality and 45percent cost For Mandatory Requirements MR1 and MR2 please see ITT",
"criteria": [
{
"type": "quality",
"name": "AC1 Social Value",
"description": "Social Value 15.4 percent"
},
{
"type": "quality",
"name": "AC2 Provision of Agency Workers",
"description": "Provision of Agency Workers 13.75 percent"
},
{
"type": "quality",
"name": "AC3 Payment of Agency Workers",
"description": "Payment of Agency Workers 10.45 percent"
},
{
"type": "quality",
"name": "AC4 Contract Management, IT system and Management Information",
"description": "Contract Management, IT system and Management Information 9.35 percent"
},
{
"type": "quality",
"name": "AC5 Selection of Agency Worker and Pre-Employment Checks",
"description": "Selection of Agency Worker and Pre-Employment Checks 6.05 percent"
},
{
"type": "price",
"name": "AC6 Total Supplier Fee",
"description": "Total Supplier Fee 45 percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "FC1 General Assessment of Financial Standing and FC2 Credit Check."
},
{
"type": "technical",
"description": "TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery."
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00+00:00",
"endDate": "2029-03-29T23:59:59+01:00",
"maxExtentDate": "2034-04-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
},
{
"id": "9",
"title": "ICT Roles",
"description": "ICT Roles (for full description, see Schedule 2 Specification)",
"status": "active",
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "55percent quality and 45percent cost For Mandatory Requirements MR1 and MR2 please see ITT",
"criteria": [
{
"type": "quality",
"name": "AC1 Social Value",
"description": "Social Value 15.4 percent"
},
{
"type": "quality",
"name": "AC2 Provision of Agency Workers",
"description": "Provision of Agency Workers 13.75 percent"
},
{
"type": "quality",
"name": "AC3 Payment of Agency Workers",
"description": "Payment of Agency Workers 10.45 percent"
},
{
"type": "quality",
"name": "AC4 Contract Management, IT system and Management Information",
"description": "Contract Management, IT system and Management Information 9.35 percent"
},
{
"type": "quality",
"name": "AC5 Selection of Agency Worker and Pre-Employment Checks",
"description": "Selection of Agency Worker and Pre-Employment Checks 6.05 percent"
},
{
"type": "price",
"name": "AC6 Total Supplier Fee",
"description": "Total Supplier Fee 45 percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "FC1 General Assessment of Financial Standing and FC2 Credit Check."
},
{
"type": "technical",
"description": "TA1 Company Experience, TA2 Human Rights and TA3 Tackling Modern Slavery."
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00+00:00",
"endDate": "2029-03-29T23:59:59+01:00",
"maxExtentDate": "2034-04-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
}
],
"communication": {
"futureNoticeDate": "2025-09-08T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "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",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-11-13T15:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-11-04T15:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-01-05T23:59:59+00:00"
},
"lotDetails": {
"awardCriteria": {
"description": "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."
}
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "064882-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/064882-2025",
"datePublished": "2025-10-13T15:52:43+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2033-10-13T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "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."
},
"riskDetails": "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."
},
"language": "en"
}