Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Future NHS Workforce Solution (including Electronic Staff Record (ESR) Services)

  • First published: 21 August 2022
  • Last modified: 21 August 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-032866
Published by:
NHS Business Services Authority
Authority ID:
AA72104
Publication date:
21 August 2022
Deadline date:
07 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The ESR service is provided under a managed service contract which expires August 2025. Oracle eBusiness Suite underpins the current integrated HR, payroll, learning management and business intelligence capability.<br/><br/>The future NHS workforce solution brings the opportunity to transform the existing ESR service to respond to changes in the wider health and care system. It will support NHS strategic workforce objectives through new and improved functionality and provide data and insights to inform decision making.<br/><br/>The Authority intends to award one contract based on the Cabinet Office Model Services Contract v2.0 for a supplier to fulfil all the requirements below:<br/><br/>i. Transition and takeover of current ESR service by 31 August 2025 including transfer of staff.<br/>ii. Run existing ESR service from 1 September 2025 including ongoing development.<br/>iii. Design, develop, configure and test the future NHS workforce solution from contract award including pilot implementation.<br/>iv. Implementation of future NHS workforce solution including migration of all user organisations from the ESR service to the future NHS workforce solution in advance of the ESR service support end date of 2032.<br/>v. Running the future NHS workforce solution including ongoing development.<br/>vi. Decommission ESR following successful completion of the implementation and migration process.<br/><br/>Functional domains will deliver the capability of the future NHS workforce solution to support NHS organisation’s workforce management needs:<br/><br/>i. Talent Acquisition: end to end hiring experience including demand identification, talent sourcing, job marketing, candidate assessment, applicant tracking and onboarding.<br/>ii. Core HR: employee lifecycle management including organisation management, grievance management, leave management, absentee management, self-service and exit management. The future workforce solution will reflect the NHS organisation structures and allow flexibility for mergers/de-mergers, TUPE and HMRC guidance.<br/>iii. Payroll: third party platform interoperability for time tracking, payroll administration, metrics and analysis. Maintenance of national and local payscales, allowances and deductions in line with terms & conditions, adhering to legislative requirements such as National Minimum Wage and HMRC thresholds.<br/>iv. Compensation and Benefits: compensation & benefits management, pension contribution deduction, health & wellbeing and recognition.<br/>v. Learning: knowledge management, administration of learning, learning delivery management and development of business leaders.<br/>vi. Career Development: employee career experience covering career paths, coaching, staff mobility and succession planning.<br/>vii. Performance Management: objective setting, performance management, competency assessment and metrics & analysis.<br/><br/>Supporting the functional requirements are a series of non-functional and technical capabilities:<br/><br/>i. Standards and Compliance: adhering to NHS, national and international regulations, policies and standards.<br/>ii. Service Continuity: availability, maintaining and restoring service in accordance with service levels.<br/>iii. Performance & Scalability: increase in number of users, records and demand without degradation of service, and future growth across the health and care system.<br/>iv. System Intelligence: dynamic, future-proof systems, responsive to change in line with workforce needs and technology advances.<br/>v. Security: cyber-security management and adhering to appropriate security standards.<br/>vi. Interoperability: new capability to meet interoperability requirements and ensure ongoing current interfaces where required.<br/>vii. Channels & UI

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Business Services Authority

Stella House, Goldcrest Way, Newburn Riverside

Newcastle upon Tyne

NE15 8NY

UK

Contact person: Paul Bath

E-mail: paul.bath2@nhs.net

NUTS: UKC22

Internet address(es)

Main address: https://www.nhsbsa.nhs.uk/

Address of the buyer profile: https://www.nhsbsa.nhs.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://health-family.force.com/s/Welcome


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Future NHS Workforce Solution (including Electronic Staff Record (ESR) Services)

Reference number: 21_06_07

II.1.2) Main CPV code

72222300

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority require a new transformed integrated workforce management solution for the NHS in England and Wales. The current Electronic Staff Record (ESR) service includes HR and payroll; learning; talent management; Total Reward Statements and workforce reporting. It is supported by a supply of systems, support and auxiliary services that enable its effective utilisation. ESR currently pays over 1.8m NHS employees every month, equivalent to around five percent of the UK workforce.<br/><br/>The future NHS workforce solution will fulfil the ambition of providing the NHS with a user centred digital workforce solution to empower people from both national and local organisations to carry out their roles effectively and efficiently, supporting them through their journey with the NHS.<br/><br/>NHSBSA require a supplier to manage the ESR service, transform, develop, implement and manage a future NHS workforce solution and once migration of user organisations completes, decommission the ESR service.

II.1.5) Estimated total value

Value excluding VAT: 1 700 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79211110

72260000

79900000

79410000

48450000

80420000

72212450

79600000

79631000

48451000

72212451

II.2.3) Place of performance

NUTS code:

UKC22


Main site or place of performance:

Newcastle upon Tyne

II.2.4) Description of the procurement

The ESR service is provided under a managed service contract which expires August 2025. Oracle eBusiness Suite underpins the current integrated HR, payroll, learning management and business intelligence capability.<br/><br/>The future NHS workforce solution brings the opportunity to transform the existing ESR service to respond to changes in the wider health and care system. It will support NHS strategic workforce objectives through new and improved functionality and provide data and insights to inform decision making.<br/><br/>The Authority intends to award one contract based on the Cabinet Office Model Services Contract v2.0 for a supplier to fulfil all the requirements below:<br/><br/>i. Transition and takeover of current ESR service by 31 August 2025 including transfer of staff.<br/>ii. Run existing ESR service from 1 September 2025 including ongoing development.<br/>iii. Design, develop, configure and test the future NHS workforce solution from contract award including pilot implementation.<br/>iv. Implementation of future NHS workforce solution including migration of all user organisations from the ESR service to the future NHS workforce solution in advance of the ESR service support end date of 2032.<br/>v. Running the future NHS workforce solution including ongoing development.<br/>vi. Decommission ESR following successful completion of the implementation and migration process.<br/><br/>Functional domains will deliver the capability of the future NHS workforce solution to support NHS organisation’s workforce management needs:<br/><br/>i. Talent Acquisition: end to end hiring experience including demand identification, talent sourcing, job marketing, candidate assessment, applicant tracking and onboarding.<br/>ii. Core HR: employee lifecycle management including organisation management, grievance management, leave management, absentee management, self-service and exit management. The future workforce solution will reflect the NHS organisation structures and allow flexibility for mergers/de-mergers, TUPE and HMRC guidance.<br/>iii. Payroll: third party platform interoperability for time tracking, payroll administration, metrics and analysis. Maintenance of national and local payscales, allowances and deductions in line with terms & conditions, adhering to legislative requirements such as National Minimum Wage and HMRC thresholds.<br/>iv. Compensation and Benefits: compensation & benefits management, pension contribution deduction, health & wellbeing and recognition.<br/>v. Learning: knowledge management, administration of learning, learning delivery management and development of business leaders.<br/>vi. Career Development: employee career experience covering career paths, coaching, staff mobility and succession planning.<br/>vii. Performance Management: objective setting, performance management, competency assessment and metrics & analysis.<br/><br/>Supporting the functional requirements are a series of non-functional and technical capabilities:<br/><br/>i. Standards and Compliance: adhering to NHS, national and international regulations, policies and standards.<br/>ii. Service Continuity: availability, maintaining and restoring service in accordance with service levels.<br/>iii. Performance & Scalability: increase in number of users, records and demand without degradation of service, and future growth across the health and care system.<br/>iv. System Intelligence: dynamic, future-proof systems, responsive to change in line with workforce needs and technology advances.<br/>v. Security: cyber-security management and adhering to appropriate security standards.<br/>vi. Interoperability: new capability to meet interoperability requirements and ensure ongoing current interfaces where required.<br/>vii. Channels & UI: multiple channel access, with accessibility as a core consideration.<br/>viii. Data, Reporting & Analytics: person-centred data management including aggregation, segregation and storage enabling better insights and experiences.<br/>ix. Service Management Support: Service Desk and Incident Management.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 700 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

See Selection Questionnaire

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

See Selection Questionnaire<br/><br/>i. A Minimum Annual Turnover requirement of £150 million applies, see Selection Questionnaire.<br/><br/>ii. Financial Stability to be determined as stated in Selection Questionnaire.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

See Selection Questionnaire


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See Selection Questionnaire

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-008651

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/10/2022

Local time: 16:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 28/11/2022

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 28/02/2025

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

i. User organisations of the existing ESR service are mainly NHS Trusts and Bodies. Future scope may widen to include other organisations delivering Primary Care and health and social care pursuant to the Health and Social Care Act 2012, the Health and Care Act 2022 and any successor legislation<br/><br/>ii. Pre-Tender Market Engagement was conducted for this procurement - Find a Tender Service Notice references:<br/><br/>2022/S 000-010156<br/>2022/S 000-008651<br/>2022/S 000-003477<br/>2021/S 000-026774<br/>2021/S 000-015879

VI.4) Procedures for review

VI.4.1) Review body

NHS Business Services Authority

Stella House, Goldcrest Way

Newcastle Upon Tyne

NE15 8NY

UK

E-mail: nhsbsa.commercialservicesteam@nhs.net

Internet address(es)

URL: https://www.nhsbsa.nhs.uk/

VI.5) Date of dispatch of this notice

19/08/2022

Coding

Commodity categories

ID Title Parent category
79410000 Business and management consultancy services Business and management consultancy and related services
80420000 E-learning services Adult and other education services
72212451 Enterprise resource planning software development services Programming services of application software
48451000 Enterprise resource planning software package Time accounting or human resources software package
72222300 Information technology services Information systems or technology strategic review and planning services
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
79211110 Payroll management services Accounting services
79631000 Personnel and payroll services Personnel services except placement and supply services
79600000 Recruitment services Business services: law, marketing, consulting, recruitment, printing and security
72260000 Software-related services Software programming and consultancy services
72212450 Time accounting or human resources software development services Programming services of application software
48450000 Time accounting or human resources software package Business transaction and personal business software package

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
paul.bath2@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.