The Functional Assessment Service (FAS) 2024

A Contract Award Notice
by DEPARTMENT FOR WORK AND PENSIONS

Source
Find a Tender
Type
Contract (Services)
Duration
7.5 year (est.)
Value
£3B
Sector
HEALTH
Published
16 Oct 2023
Delivery
To 06 Jul 2031 (est.)
Deadline
n/a

Concepts

Location

Sheffield

Geochart for 3 buyers and 5 suppliers

Description

This contract will be for the use of the Department for Work and Pensions (DWP) (Lots 1 to 4) and the Department for Communities in Northern Ireland (Lot 5). The service provision will be primarily contracted through this procurement to the Authority but may allow other Government Departments and their Agencies, Non-Departmental Public Bodies, and devolved administrations (including but not limited to HM Revenue and Customs, Ministry of Defence, HM Courts and Tribunals Service, National Health and Social Care) to access the services. To support the determination of an individual’s entitlement to benefit, the Authority requires the delivery of a range of compatible and sympathetic Functional Health Assessments (FAS). The results of these assessments form one part of the evidence utilised by the Authority Decision Maker in making the ultimate decision on benefit entitlement on behalf of the Secretary of State. FAS Suppliers will be expected to deliver functional health assessments in relation to the following benefits: • Personal Independence Payment (PIP)- https://www.gov.uk/pip • Employment Support Allowance (ESA)- https://www.gov.uk/employment-support-allowance • Universal Credit (UC)- https://www.gov.uk/government/publications/universal-credit-if-you-have-a-disabi... • The delivery of assessments/advice associated with 15 other specialist benefits, for both DWP and other Government Departments, including Veterans UK, HM Courts and Tribunals Service and HM Revenue and Customs DWP ran a procurement using the Light Touch Regime and a modified process with commercial dialogue in accordance with Regulations 74 to 76 of the Public Contracts Regulations 2015. For Lot 5, DWP conducted aspects of the procurement process on behalf of the Department for Communities (DfC) in Northern Ireland. The procedure is set out clearly in the published Invitation to Tender document. The service will be divided into five (5) geographical lots: Lot 1 – Northern England and Scotland Lot 2 – Midlands and Wales Lot 3 – South West England Lot 4 – London, South East & East Anglia Lot 5 – Northern Ireland

Lot Division

1 Northern England and Scotland

See II.1.4

2 Midlands and Wales

see II.1.4

3 South West, England

see II.1.4

4 London, South East & East Anglia

see II.1.4

5 Northern Ireland

see II.1.4

Award Detail

1 Maximus UK Services (Leicester)
  • The Functional Assessment Service Lot 1 (Northern England and Scotland)
  • Reference: ecm_11063
  • Num offers: 1
  • Value: £918,148,703
  • Subcontracting opportunities are expected.
2 Capita Business Services (London)
  • The Functional Assessment Service Lot 2 (Midlands and Wales)
  • Reference: ecm_11065
  • Num offers: 3
  • Value: £645,465,979
  • Subcontracting opportunities are expected.
3 Serco (Hook)
  • The Functional Assessment Service Lot 3 (South West England)
  • Reference: ecm_11072
  • Num offers: 3
  • Value: £506,745,902
  • Subcontracting opportunities are expected.
4 Ingeus (London)
  • The Functional Assessment Service Lot 4 (London, South East & East Anglia)
  • Reference: ecm_11074
  • Num offers: 5
  • Value: £542,473,048
  • Subcontracting opportunities are expected.
5 Capita Business Services (London)
  • The Functional Assessment Service Lot 5 (Northern Ireland)
  • Num offers: 3
  • Value: £157,080,007

Award Criteria

Delivery Model 10.0
Claimant Experience 10.0
HR Resource Structure 10.0
HR Health Professional Recruitment and Retention 15.0
HR Skills and Development 10.0
Quality of Service 10.0
Flexibility of Service 5.0
Continuous Improvement 5.0
Performance Management 8.0
Implementation and Security 8.0
Price per Quality Point _

CPV Codes

  • 85000000 - Health and social work services

Indicators

  • Award on basis of price and quality.

Other Information

Social Value - weighting 10.15 Award criteria additional information The procurement used the Price per Quality Point (PQP) methodology to determine the final ranked position of each bid in each Lot. PQP divides a bid’s price by its assessed quality score to produce an output Price per Quality Point. This is used to rank each bid in each Lot from highest rank, 1, which has the lowest PQP to lowest rank which has the highest PQP. Final Lot Values The individual lot values shown in the FAS Contract Notice (2021/S 000-028407) provided an estimated value per lot for a 5 year contract. The final lot values shown in Section V of this notice are the values including the initial 5 year contract term plus possible 2 year extension. The contracting authority in section I.1 is part of the Department for Work and Pensions and is acting on behalf of the Secretary of State for Work and Pensions

Reference

Domains