Notice Information
Notice Title
The Functional Assessment Service (FAS) 2024 - Lot 3
Notice 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-disability-or-health-condition-quick-guide/universal-credit-if-you-have-a-disability-or-health-condition * 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 Information
Lot 1: Northern England and Scotland
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-disability-or-health-condition-quick-guide/universal-credit-if-you-have-a-disability-or-health-condition * 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
Options: Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years).
Lot 2: Midlands and Walessee II.1.4. Additional information: Social Value - weighting 10.15
Options: Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years).
Lot 3: South West, Englandsee II.1.4. Additional information: Social Value - weighting 10.15
Options: Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years).
Lot 4: London, South East & East Angliasee II.1.4. Additional information: Social Value - weighting 10.15
Options: Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years).
Lot 5: Northern Irelandsee II.1.4. Additional information: Social Value - weighting 10.15
Options: Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years).
Functional Assessment Service (FAS) 2024This 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-disability-or-health-condition-quick-guide/universal-credit-if-you-have-a-disability-or-health-condition * 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
Functional Assessment Service (FAS) 2024This 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-disability-or-health-condition-quick-guide/universal-credit-if-you-have-a-disability-or-health-condition * 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f666
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016922-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £2,796,800,000 £1B-£10B
- Lots Value
- £1,960,900,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £5,899,209,075 £1B-£10B
Notice Dates
- Publication Date
- 25 Apr 202510 months ago
- Submission Deadline
- 27 Jan 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Sep 20232 years ago
- Contract Period
- 18 Sep 2023 - 6 Sep 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR WORK AND PENSIONS
- Contact Name
- David Clark, Q&A Admin Manager. All interested parties should register at https://dwp.bravosolution.co.uk (link is external)
- Contact Email
- fas.lot1@dwp.gov.uk, fas.lot3@dwp.gov.uk, fas.lot4@dwp.gov.uk, fas.procurement@dwp.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- SHEFFIELD
- Postcode
- S1 2FD
- Post Town
- Sheffield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE3 South Yorkshire
- Small Region (ITL 3)
- TLE32 Sheffield
- Delivery Location
- Not specified
-
- Local Authority
- Sheffield
- Electoral Ward
- City
- Westminster Constituency
- Sheffield Central
Further Information
Notice URLs
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-02f666-2025-04-25T09:42:56+01:00",
"date": "2025-04-25T09:42:56+01:00",
"ocid": "ocds-h6vhtk-02f666",
"description": "Suppliers Instructions: How to Express Interest in this Tender: 1. Register on the eSourcing portal (this is only required once): https://dwp.bravosolution.co.uk & click the link to register - Accept the terms & conditions & click 'continue' - Enter your correct business & user details - Note your chosen username & click 'Save'. You will receive an email with your password (keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant exercise to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (A secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion. Follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions to complete (detailed online help available). To submit your reply use the 'Submit Response' button (top of the page). For further assistance please consult the online help, or the eTendering help desk. DWP expressly reserves the rights(i)to use a reverse auction; (ii)to cancel this procurement at any stage; (iii)to not award any contract as a result of the procurement process commenced by publication of this notice; (iv)and in no circumstances will DWP be liable for any costs incurred by potential suppliers.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02f666",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "The Functional Assessment Service (FAS) 2024 - Lot 3",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"mainProcurementCategory": "services",
"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-disability-or-health-condition-quick-guide/universal-credit-if-you-have-a-disability-or-health-condition * 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",
"value": {
"amount": 2796800000,
"currency": "GBP"
},
"lotDetails": {
"awardCriteriaDetails": "The Authority reserves the right to issue multiple Lot awards in accordance with any Market Share Limiter (MSL) in Lots 1 through 4. Lot 5 can be included in multiple lot awards, and is exempt to the effects of the MSL. MSL effects also remain exempt in the instance of no bid and/or no competing bids. The application of the MSL shall be at the sole discretion of the Authority."
},
"lots": [
{
"id": "1",
"title": "Lot 1: Northern England and Scotland",
"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-disability-or-health-condition-quick-guide/universal-credit-if-you-have-a-disability-or-health-condition * 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",
"value": {
"amount": 647600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2820,
"startDate": "2023-09-19T00:00:00+01:00",
"endDate": "2031-09-06T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years)."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Delivery Model",
"type": "quality",
"description": "10"
},
{
"name": "Claimant Experience",
"type": "quality",
"description": "10"
},
{
"name": "HR Resource Structure",
"type": "quality",
"description": "10"
},
{
"name": "HR Health Professional Recruitment and Retention",
"type": "quality",
"description": "15"
},
{
"name": "HR Skills and Development",
"type": "quality",
"description": "10"
},
{
"name": "Quality of Service",
"type": "quality",
"description": "10"
},
{
"name": "Flexibility of Service",
"type": "quality",
"description": "5"
},
{
"name": "Continuous Improvement",
"type": "quality",
"description": "5"
},
{
"name": "Performance Management",
"type": "quality",
"description": "8"
},
{
"name": "Implementation and Security",
"type": "quality",
"description": "8"
},
{
"name": "Price per Quality Point",
"type": "cost",
"description": "0"
}
]
}
},
{
"id": "2",
"title": "Lot 2: Midlands and Wales",
"description": "see II.1.4. Additional information: Social Value - weighting 10.15",
"value": {
"amount": 473400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2820
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years)."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Delivery Model",
"type": "quality",
"description": "10"
},
{
"name": "Claimant Experience",
"type": "quality",
"description": "10"
},
{
"name": "HR Resource Structure",
"type": "quality",
"description": "10"
},
{
"name": "HR Health Professional Recruitment and Retention",
"type": "quality",
"description": "15"
},
{
"name": "HR Skills and Development",
"type": "quality",
"description": "10"
},
{
"name": "Quality of Service",
"type": "quality",
"description": "10"
},
{
"name": "Flexibility of Service",
"type": "quality",
"description": "5"
},
{
"name": "Continuous Improvement",
"type": "quality",
"description": "5"
},
{
"name": "Performance Management",
"type": "quality",
"description": "8"
},
{
"name": "Implementation and Security",
"type": "quality",
"description": "8"
},
{
"name": "Price per Quality Point",
"type": "cost",
"description": "0"
}
]
}
},
{
"id": "3",
"title": "Lot 3: South West, England",
"description": "see II.1.4. Additional information: Social Value - weighting 10.15",
"value": {
"amount": 338000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2820
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years)."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Delivery Model",
"type": "quality",
"description": "10"
},
{
"name": "Claimant Experience",
"type": "quality",
"description": "10"
},
{
"name": "HR Resource Structure",
"type": "quality",
"description": "10"
},
{
"name": "HR Health Professional Recruitment and Retention",
"type": "quality",
"description": "15"
},
{
"name": "HR Skills and Development",
"type": "quality",
"description": "10"
},
{
"name": "Quality of Service",
"type": "quality",
"description": "10"
},
{
"name": "Flexibility of Service",
"type": "quality",
"description": "5"
},
{
"name": "Continuous Improvement",
"type": "quality",
"description": "5"
},
{
"name": "Performance Management",
"type": "quality",
"description": "8"
},
{
"name": "Implementation and Security",
"type": "quality",
"description": "8"
},
{
"name": "Price per Quality Point",
"type": "cost",
"description": "0"
}
]
}
},
{
"id": "4",
"title": "Lot 4: London, South East & East Anglia",
"description": "see II.1.4. Additional information: Social Value - weighting 10.15",
"value": {
"amount": 396800000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2820
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years)."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Delivery Model",
"type": "quality",
"description": "10"
},
{
"name": "Claimant Experience",
"type": "quality",
"description": "10"
},
{
"name": "HR Resource Structure",
"type": "quality",
"description": "10"
},
{
"name": "HR Health Professional Recruitment and Retention",
"type": "quality",
"description": "15"
},
{
"name": "HR Skills and Development",
"type": "quality",
"description": "10"
},
{
"name": "Quality of Service",
"type": "quality",
"description": "10"
},
{
"name": "Flexibility of Service",
"type": "quality",
"description": "5"
},
{
"name": "Continuous Improvement",
"type": "quality",
"description": "5"
},
{
"name": "Performance Management",
"type": "quality",
"description": "8"
},
{
"name": "Implementation and Security",
"type": "quality",
"description": "8"
},
{
"name": "Price per Quality Point",
"type": "cost",
"description": "0"
}
]
}
},
{
"id": "5",
"title": "Lot 5: Northern Ireland",
"description": "see II.1.4. Additional information: Social Value - weighting 10.15",
"value": {
"amount": 105100000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2820
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "Following implementation, the contractual term is for 5 years, with the provision to extend at the Authority's discretion, for up to a maximum of a further 2 years (i.e. any number of extensions, in any number of months provided the total extension period does not exceed two years)."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Delivery Model",
"type": "quality",
"description": "10"
},
{
"name": "Claimant Experience",
"type": "quality",
"description": "10"
},
{
"name": "HR Resource Structure",
"type": "quality",
"description": "10"
},
{
"name": "HR Health Professional Recruitment and Retention",
"type": "quality",
"description": "15"
},
{
"name": "HR Skills and Development",
"type": "quality",
"description": "10"
},
{
"name": "Quality of Service",
"type": "quality",
"description": "10"
},
{
"name": "Flexibility of Service",
"type": "quality",
"description": "5"
},
{
"name": "Continuous Improvement",
"type": "quality",
"description": "5"
},
{
"name": "Performance Management",
"type": "quality",
"description": "8"
},
{
"name": "Implementation and Security",
"type": "quality",
"description": "8"
},
{
"name": "Price per Quality Point",
"type": "cost",
"description": "0"
}
]
}
},
{
"id": "LOT 3 (South West England)",
"title": "Functional Assessment Service (FAS) 2024",
"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-disability-or-health-condition-quick-guide/universal-credit-if-you-have-a-disability-or-health-condition * 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",
"contractPeriod": {
"startDate": "2023-09-19T00:00:00+01:00",
"endDate": "2031-09-06T23:59:59+01:00"
}
},
{
"id": "LOT 4 (London, South East & East Anglia)",
"title": "Functional Assessment Service (FAS) 2024",
"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-disability-or-health-condition-quick-guide/universal-credit-if-you-have-a-disability-or-health-condition * 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",
"contractPeriod": {
"startDate": "2023-09-19T00:00:00+01:00",
"endDate": "2031-09-06T23:59:59+01:00"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "5"
},
{
"id": "LOT 3 (South West England)",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "LOT 3 (South West England)"
},
{
"id": "LOT 4 (London, South East & East Anglia)",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "LOT 4 (London, South East & East Anglia)"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://dwp.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The requirement is that assessments will be completed by Registered Healthcare Professionals regulated by the General Medical Council, Nursing and Midwifery Council or the Health and Care Professions Council or any other Professional Register as advised from time to time by the Authority and meeting other criteria related to experience, training and competence prescribed by the Authority. These criteria may be subject to Authority change upon the issue of the appropriate Notice over the life of the Contract.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "The Authority may require groups of economic operators to assume a specific legal form should they be awarded a contract, to the extent that such a change is necessary for the satisfactory performance of the contract. An economic operator may be required to provide a performance guarantee e.g. a parent company guarantee should they be awarded a contract. Full selection criteria are stated in the associated procurement documents.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Welfare Reform Legislation states that assessments in connection with claims to benefit or allowance are conducted by a person approved by the Secretary of State. This approval is given by the DWP Chief Medical Adviser and in Lot 5 (NI) by the Department for Communities Health Assessment Advisor. The current requirement is that assessments will be completed by Healthcare Professionals as defined in s.II.1.1 above."
}
]
},
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-01-27"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "This authority incorporated the required standstill period at the point information on the award of contract was communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 87) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days of the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the court considers that there is good reason for extending that period (up to a maximum of 3 months from the date of knowledge). If the contract has been entered into the court may award damages and in the case of specified breaches of the rules may also order the termination or shortening of the contract and the levying of fines. The purpose of the standstill period referred to above was to allow parties to apply to the Courts to set aside the award decision before the contract was entered into. You may also care to note the information provided via the following web- links: The DWP Commercial Complaints Process The Cabinet Office Mystery Shopper Service"
},
"parties": [
{
"id": "GB-FTS-34486",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"streetAddress": "Department for Work and Pensions, Hartshead House, Hartshead Square",
"locality": "Sheffield",
"region": "UK",
"postalCode": "S1 2FD",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Q&A Admin Manager. All interested parties should register at https://dwp.bravosolution.co.uk (link is external)",
"email": "fas.procurement@dwp.gov.uk",
"url": "https://dwp.bravosolution.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-34487",
"name": "The Department for Work and Pensions",
"identifier": {
"legalName": "The Department for Work and Pensions"
},
"address": {
"streetAddress": "Department for Work and Pensions, Hartshead House, Hartshead Square",
"locality": "Sheffield",
"postalCode": "S1 2FD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "fas.procurement@dwp.gov.uk"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
},
{
"id": "GB-FTS-95403",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"streetAddress": "Hartshead House Hartshead Square",
"locality": "Sheffield",
"region": "UK",
"postalCode": "S1 2FD",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "David Clark",
"email": "fas.procurement@dwp.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-95404",
"name": "MAXIMUS UK SERVICES LIMITED",
"identifier": {
"legalName": "MAXIMUS UK SERVICES LIMITED"
},
"address": {
"streetAddress": "18c Meridian East Meridian Business Park",
"locality": "Leicester",
"region": "UK",
"postalCode": "LE19 1WZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-95405",
"name": "CAPITA BUSINESS SERVICES LIMITED",
"identifier": {
"legalName": "CAPITA BUSINESS SERVICES LIMITED"
},
"address": {
"streetAddress": "65 Gresham St",
"locality": "London",
"region": "UK",
"postalCode": "EC2V 7NQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-95406",
"name": "SERCO LIMITED",
"identifier": {
"legalName": "SERCO LIMITED"
},
"address": {
"streetAddress": "16 Bartley Wood Business Park, Bartley Way",
"locality": "Hook",
"region": "UK",
"postalCode": "RG27 9UY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-95407",
"name": "INGEUS UK LTD",
"identifier": {
"legalName": "INGEUS UK LTD"
},
"address": {
"streetAddress": "2nd Floor, 66-68 East Smithfield, Royal Pharmaceutical Building",
"locality": "London",
"region": "UK",
"postalCode": "E1W 1AW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-16210",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"locality": "Sheffield",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "fas.lot3@dwp.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-8850",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"streetAddress": "Hartshead House, Hartshead Square",
"locality": "Sheffield",
"postalCode": "S1 2FD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "fas.procurement@dwp.gov.uk"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-15255",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"streetAddress": "Hartshead Square",
"locality": "Sheffield",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "fas.lot4@dwp.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions"
}
},
{
"id": "GB-FTS-126011",
"name": "Serco Limited",
"identifier": {
"legalName": "Serco Limited"
},
"address": {
"locality": "Hampshire",
"region": "UK",
"postalCode": "RG27 9UY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-126017",
"name": "INGEUS UK LTD",
"identifier": {
"legalName": "INGEUS UK LTD"
},
"address": {
"streetAddress": "2nd Floor, 66-68 East Smithfield, Royal Pharmaceutical Building",
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-15219",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"streetAddress": "Hartshead Square",
"locality": "Sheffield",
"region": "UK",
"postalCode": "S1 2FD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "FAS.Lot1@dwp.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions"
}
},
{
"id": "GB-FTS-126006",
"name": "MAXIMUS UK SERVICES LIMITED",
"identifier": {
"legalName": "MAXIMUS UK SERVICES LIMITED"
},
"address": {
"locality": "Leicester",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-4149",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"streetAddress": "Quarry House, Quarry Hill",
"locality": "Leeds",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "fas.lot3@dwp.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions"
}
},
{
"id": "GB-FTS-15100",
"name": "Serco Limited",
"identifier": {
"legalName": "Serco Limited"
},
"address": {
"locality": "Hampshire",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-4149",
"name": "Department for Work and Pensions"
},
"language": "en",
"awards": [
{
"id": "030453-2023-ecm_11063-1",
"relatedLots": [
"1"
],
"title": "The Functional Assessment Service Lot 1 (Northern England and Scotland)",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"value": {
"amount": 115500256,
"currency": "GBP"
}
},
"suppliers": [
{
"id": "GB-FTS-95404",
"name": "MAXIMUS UK SERVICES LIMITED"
}
]
},
{
"id": "030453-2023-ecm_11065-2",
"relatedLots": [
"2"
],
"title": "The Functional Assessment Service Lot 2 (Midlands and Wales)",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"value": {
"amount": 159041952,
"currency": "GBP"
}
},
"suppliers": [
{
"id": "GB-FTS-95405",
"name": "CAPITA BUSINESS SERVICES LIMITED"
}
]
},
{
"id": "030453-2023-ecm_11072-3",
"relatedLots": [
"3"
],
"title": "The Functional Assessment Service Lot 3 (South West England)",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"value": {
"amount": 68356014,
"currency": "GBP"
}
},
"suppliers": [
{
"id": "GB-FTS-95406",
"name": "SERCO LIMITED"
}
]
},
{
"id": "030453-2023-ecm_11074-4",
"relatedLots": [
"4"
],
"title": "The Functional Assessment Service Lot 4 (London, South East & East Anglia)",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"value": {
"amount": 95878251,
"currency": "GBP"
}
},
"suppliers": [
{
"id": "GB-FTS-95407",
"name": "INGEUS UK LTD"
}
]
},
{
"id": "030453-2023-5",
"relatedLots": [
"5"
],
"title": "The Functional Assessment Service Lot 5 (Northern Ireland)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-95405",
"name": "CAPITA BUSINESS SERVICES LIMITED"
}
]
},
{
"id": "031934-2024-ecm_11072-1",
"relatedLots": [
"LOT 3 (South West England)"
],
"title": "The Functional Assessment Service Lot 3 (South West England)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-126011",
"name": "Serco Limited"
}
]
},
{
"id": "031951-2024-ecm_11074-1",
"relatedLots": [
"LOT 4 (London, South East & East Anglia)"
],
"title": "The Functional Assessment Service Lot 4 (London, South East & East Anglia)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-95407",
"name": "INGEUS UK LTD"
},
{
"id": "GB-FTS-126017",
"name": "INGEUS UK LTD"
}
]
},
{
"id": "011773-2025-ecm_11063-1",
"relatedLots": [
"1"
],
"title": "Functional Assessment Services (FAS) 2023 - Lot 1",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-95404",
"name": "MAXIMUS UK SERVICES LIMITED"
},
{
"id": "GB-FTS-126006",
"name": "MAXIMUS UK SERVICES LIMITED"
}
]
},
{
"id": "016854-2025-ecm_11074-1",
"relatedLots": [
"LOT 4 (London, South East & East Anglia)"
],
"title": "The Functional Assessment Service Lot 4 (London, South East & East Anglia)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-95407",
"name": "INGEUS UK LTD"
},
{
"id": "GB-FTS-126017",
"name": "INGEUS UK LTD"
}
]
},
{
"id": "016922-2025-ecm_11072-1",
"relatedLots": [
"LOT 3 (South West England)"
],
"title": "The Functional Assessment Service Lot 3 (South East England)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-126011",
"name": "Serco Limited"
},
{
"id": "GB-FTS-15100",
"name": "Serco Limited"
}
]
}
],
"contracts": [
{
"id": "030453-2023-ecm_11063-1",
"awardID": "030453-2023-ecm_11063-1",
"title": "The Functional Assessment Service Lot 1 (Northern England and Scotland)",
"status": "active",
"value": {
"amount": 918148703,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00"
},
{
"id": "030453-2023-ecm_11065-2",
"awardID": "030453-2023-ecm_11065-2",
"title": "The Functional Assessment Service Lot 2 (Midlands and Wales)",
"status": "active",
"value": {
"amount": 645465979,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00"
},
{
"id": "030453-2023-ecm_11072-3",
"awardID": "030453-2023-ecm_11072-3",
"title": "The Functional Assessment Service Lot 3 (South West England)",
"status": "active",
"value": {
"amount": 506745902,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00"
},
{
"id": "030453-2023-ecm_11074-4",
"awardID": "030453-2023-ecm_11074-4",
"title": "The Functional Assessment Service Lot 4 (London, South East & East Anglia)",
"status": "active",
"value": {
"amount": 542473048,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00"
},
{
"id": "030453-2023-5",
"awardID": "030453-2023-5",
"title": "The Functional Assessment Service Lot 5 (Northern Ireland)",
"status": "active",
"value": {
"amount": 157080007,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00"
},
{
"id": "031934-2024-ecm_11072-1",
"awardID": "031934-2024-ecm_11072-1",
"title": "The Functional Assessment Service Lot 3 (South West England)",
"status": "active",
"value": {
"amount": 518504027,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00",
"period": {
"startDate": "2023-09-19T00:00:00+01:00",
"endDate": "2031-09-06T23:59:59+01:00"
},
"items": [
{
"id": "LOT 3 (South West England)",
"title": "Functional Assessment Service (FAS) 2024",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "LOT 3 (South West England)"
}
],
"amendments": [
{
"id": "1",
"description": "This notice is in relation to modification of an existing Contract, pursuant to regulation 72(1)(b) of the Public Contracts Regulations 2015 (\"PCR 2015\"), and is published for transparency purposes. The Functional Health Assessments (\"FAS\") contracts were signed in September 2023 and included an assessment of supplier capacity as of November 2021 (the launch of the procurement). In the intervening period demand for Personal Independence Payment (\"PIP\") assessments has continued to rise whilst the Authority has worked with incumbent suppliers to successfully recruit and retain a higher number of Health Professionals (\"HPs\") which has enabled the highest ever volume delivery of PIP assessments. The increased number of HPs helps the Authority better meet the demand for assessments across PIP and Work Capability Assessment (\"WCA\") (as well as other benefits), and better protects the delivery of the service. Retention of the HPs into FAS ensured that capacity for assessments will meet the current levels of PIP, WCA and other benefits. Collectively, this helps by reducing the length of a customer's journey and minimises the backlog of claims. In addition to the increased clinical staffing, there were some changes to supplier costs to reflect IT solution changes to address technical constraints and levels of integration. Pursuant to regulation 72(1)(b) of the PCR 2015, the Authority has agreed a deed of variation with the FAS supplier to vary the FAS to cover the increased clinical staffing which leads to the provisions of additional services, in addition to the additional costs to reflect the changes to the IT solution to address various technical constraints. The additional services are required to address an increase in the number of FAS assessments over the number initially envisaged during the procurement.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: 1. Given that the FAS contract was entered into in September 2023 and the FAS suppliers have just completed a lengthy hand over period prior to commencing operational services commencement in September 2024, it would not have been possible to appoint a new supplier to deal with the additional services outlined in this modification notice, as the new supplier would not have had the benefit of the handover period. 2. Appointing a new supplier to address the additional services would have also led to a significant duplication of costs, particularly as during the handover period, the Department was paying incumbent suppliers to deliver the assessment services. 3. There would be interchangeability issues with a new supplier which would negatively impact the delivery of key services. A change in supplier without the lengthy handover period and a transition to the new managed IT System would risk the delivery of the services which provide critical statutory benefits to vulnerable claimants"
}
]
},
{
"id": "031951-2024-ecm_11074-1",
"awardID": "031951-2024-ecm_11074-1",
"title": "The Functional Assessment Service Lot 4 (London, South East & East Anglia)",
"status": "active",
"value": {
"amount": 564587959,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00",
"period": {
"startDate": "2023-09-19T00:00:00+01:00",
"endDate": "2031-09-06T23:59:59+01:00"
},
"items": [
{
"id": "LOT 4 (London, South East & East Anglia)",
"title": "Functional Assessment Service (FAS) 2024",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "LOT 4 (London, South East & East Anglia)"
}
],
"amendments": [
{
"id": "2",
"description": "This notice is in relation to modification of an existing Contract, pursuant to regulation 72(1)(b) of the Public Contracts Regulations 2015 (\"PCR 2015\"), and is published for transparency purposes. The Functional Health Assessments (\"FAS\") contracts were signed in September 2023 and included an assessment of supplier capacity as of November 2021 (the launch of the procurement). In the intervening period demand for Personal Independence Payment (\"PIP\") assessments has continued to rise whilst the Authority has worked with incumbent suppliers to successfully recruit and retain a higher number of Health Professionals (\"HPs\") which has enabled the highest ever volume delivery of PIP assessments. The increased number of HPs helps the Authority better meet the demand for assessments across PIP and Work Capability Assessment (\"WCA\") (as well as other benefits), and better protects the delivery of the service. Retention of the HPs into FAS ensured that capacity for assessments will meet the current levels of PIP, WCA and other benefits. Collectively, this helps by reducing the length of a customer's journey and minimises the backlog of claims. In addition to the increased clinical staffing, there were some changes to supplier costs to reflect IT solution changes to address technical constraints and levels of integration. Pursuant to regulation 72(1)(b) of the PCR 2015, the Authority has agreed a deed of variation with the FAS supplier to vary the FAS to cover the increased clinical staffing which leads to the provisions of additional services, in addition to the additional costs to reflect the changes to the IT solution to address various technical constraints. The additional services are required to address an increase in the number of FAS assessments over the number initially envisaged during the procurement.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: 1. Given that the FAS contract was entered into in September 2023 and the FAS suppliers have just completed a lengthy hand over period prior to commencing operational services commencement in September 2024, it would not have been possible to appoint a new supplier to deal with the additional services outlined in this modification notice, as the new supplier would not have had the benefit of the handover period. 2. Appointing a new supplier to address the additional services would have also led to a significant duplication of costs, particularly as during the handover period, the Department was paying incumbent suppliers to deliver the assessment services. 3. There would be interchangeability issues with a new supplier which would negatively impact the delivery of key services. A change in supplier without the lengthy handover period and a transition to the new managed IT System would risk the delivery of the services which provide critical statutory benefits to vulnerable claimants"
}
]
},
{
"id": "011773-2025-ecm_11063-1",
"awardID": "011773-2025-ecm_11063-1",
"title": "Functional Assessment Services (FAS) 2023 - Lot 1",
"status": "active",
"value": {
"amount": 942350728,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00",
"period": {
"startDate": "2023-09-19T00:00:00+01:00",
"endDate": "2031-09-06T23:59:59+01:00"
},
"items": [
{
"id": "1",
"title": "Lot 1: Northern England and Scotland",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "6",
"description": "This notice is in relation to modification of an existing Contract, pursuant to regulation 72(1)(b) of the Public Contracts Regulations 2015 (\"PCR 2015\"), and is published for transparency purposes. The Functional Health Assessments (\"FAS\") contracts were signed in September 2023 and included an assessment of supplier capacity as of November 2021 (the launch of the procurement). In the intervening period demand for Personal Independence Payment (\"PIP\") assessments has continued to rise whilst the Authority has worked with incumbent suppliers to successfully recruit and retain a higher number of Health Professionals (\"HPs\") which has enabled the highest ever volume delivery of PIP assessments. The increased number of HPs helps the Authority better meet the demand for assessments across PIP and Work Capability Assessment (\"WCA\") (as well as other benefits), and better protects the delivery of the service. Retention of the HP's into FAS ensured that capacity for assessments will meet the current levels of PIP, WCA and other benefits. Collectively, this helps by reducing the length of a customer's journey and minimises the backlog of claims. In addition to the increased clinical staffing, there were some changes to supplier costs to reflect IT solution changes to address technical constraints and levels of integration. Pursuant to regulation 72(1)(b) of the PCR 2015, the Authority has agreed an extension to the previous Side Letter with the FAS supplier to vary the FAS contract to cover the increased clinical staffing which leads to the provisions of additional services, in addition to the additional costs to reflect the changes to the IT solution to address various technical constraints. The additional services are required to address an increase in the number of FAS assessments over the number initially envisaged during the procurement. Given that the FAS contract was entered into in September 2023 and the FAS suppliers have recently completed a lengthy hand over period prior to commencing operational services commencement in September 2024, it would not have been possible to appoint a new supplier to deal with the additional services outlined in this modification notice, as the new supplier would not have had the benefit of the handover period.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Appointing a new supplier to address the additional services would have also led to a significant duplication of costs, due to overlap in supplier personnel and duplication of processes and systems and particularly as during the handover period, the Department was paying incumbent suppliers to deliver the assessment services. There would be interchangeability issues with existing processes and systems with a new supplier which would negatively impact the delivery of key services. A change in supplier without the lengthy handover period and a transition to the new managed IT System would risk the delivery of the services which provide critical statutory benefits to vulnerable claimants. The increase in price does not exceed 50% of the value of the original contract."
}
]
},
{
"id": "016854-2025-ecm_11074-1",
"awardID": "016854-2025-ecm_11074-1",
"title": "The Functional Assessment Service Lot 4 (London, South East & East Anglia)",
"status": "active",
"value": {
"amount": 575433801,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00",
"period": {
"startDate": "2023-09-19T00:00:00+01:00",
"endDate": "2031-09-06T23:59:59+01:00"
},
"items": [
{
"id": "LOT 4 (London, South East & East Anglia)",
"title": "Functional Assessment Service (FAS) 2024",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "LOT 4 (London, South East & East Anglia)"
}
],
"amendments": [
{
"id": "7",
"description": "This notice is in relation to modification of an existing Contract, pursuant to regulation 72(1)(b) of the Public Contracts Regulations 2015 (\"PCR 2015\"), and is published for transparency purposes. The Functional Health Assessments (\"FAS\") contracts were signed in September 2023 and included an assessment of supplier capacity as of November 2021 (the launch of the procurement). In the intervening period demand for Personal Independence Payment (\"PIP\") assessments has continued to rise whilst the Authority has worked with incumbent suppliers to successfully recruit and retain a higher number of Health Professionals (\"HPs\") which has enabled the highest ever volume delivery of PIP assessments. The increased number of HPs helps the Authority better meet the demand for assessments across PIP and Work Capability Assessment (\"WCA\") (as well as other benefits), and better protects the delivery of the service. Retention of the HPs into FAS has ensured that capacity for assessments will meet the current levels of PIP, WCA and other benefits. Collectively this helps by reducing the length of a customer's journey and minimises the backlog of claims. In addition to the increased clinical staffing, the process built in some changes to supplier business models and costs to reflect IT solution changes to address technical constraints and levels of integration. Pursuant to regulation 72(1)(b) of the PCR 2015, the Authority has agreed an extension to the previous deed of variation with the FAS supplier to vary the FAS contract to cover the increased clinical staffing which leads to the provisions of additional services, in addition to the additional costs to reflect the changes to the IT solution to address various technical constraints. The additional services are an increase in the number of FAS assessments over the number initially envisaged during the procurement. The increase in price does not exceed 50% of the value of the original contract.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Given the FAS contract was entered into in September 2023 and the FAS suppliers completed a lengthy handover period before starting operational services in September 2024, appointing a new supplier for the additional services outlined in this modification notice was not possible, as they would lack the handover period. Appointing a new supplier to address the additional services would also lead to significant duplication of costs, due to overlap in supplier personnel and duplication of processes and systems, especially since the Department was paying the incumbent suppliers to deliver assessment services during the handover. There would be interchangeability issues with a new supplier, negatively impacting the delivery of key services. A change in supplier without the lengthy handover period and a transition to the new managed IT System would risk the delivery of the services providing critical statutory benefits to vulnerable claimants."
}
]
},
{
"id": "016922-2025-ecm_11072-1",
"awardID": "016922-2025-ecm_11072-1",
"title": "The Functional Assessment Service Lot 3 (South East England)",
"status": "active",
"value": {
"amount": 528418921,
"currency": "GBP"
},
"dateSigned": "2023-09-19T00:00:00+01:00",
"period": {
"startDate": "2023-09-19T00:00:00+01:00",
"endDate": "2031-09-06T23:59:59+01:00"
},
"items": [
{
"id": "LOT 3 (South West England)",
"title": "Functional Assessment Service (FAS) 2024",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "LOT 3 (South West England)"
}
],
"amendments": [
{
"id": "8",
"description": "This notice is in relation to modification of an existing Contract, pursuant to regulation 72(1)(b) of the Public Contracts Regulations 2015 (\"PCR 2015\"), and is published for transparency purposes. The Functional Health Assessments (\"FAS\") contracts were signed in September 2023 and included an assessment of supplier capacity as of November 2021 (the launch of the procurement). In the intervening period demand for Personal Independence Payment (\"PIP\") assessments has continued to rise whilst the Authority has worked with incumbent suppliers to successfully recruit and retain a higher number of Health Professionals (\"HPs\") which has enabled the highest ever volume delivery of PIP assessments. The increased number of HPs helps the Authority better meet the demand for assessments across PIP and Work Capability Assessment (\"WCA\") (as well as other benefits), and better protects the delivery of the service. Retention of the HPs into FAS has ensured that capacity for assessments will meet the current levels of PIP, WCA and other benefits. Collectively this helps by reducing the length of a customer's journey and minimises the backlog of claims. In addition to the increased clinical staffing, the process built in some changes to supplier business models and costs to reflect IT solution changes to address technical constraints and levels of integration. Pursuant to regulation 72(1)(b) of the PCR 2015, the Authority has agreed a deed of variation with the FAS supplier to vary the FAS contract to cover the increased clinical staffing which leads to the provisions of additional services, in addition to the additional costs to reflect the changes to the IT solution to address various technical constraints. The additional services are an increase in the number of FAS assessments over the number initially envisaged during the procurement. The increase in price does not exceed 50% of the value of the original contract.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Given the FAS contract was entered into in September 2023 and the FAS suppliers completed a lengthy handover period before starting operational services in September 2024, appointing a new supplier for the additional services outlined in this modification notice was not possible, as they would lack the handover period. Appointing a new supplier to address the additional services would also lead to significant duplication of costs, due to overlap in supplier personnel and duplication of processes and systems, especially since the Department was paying the incumbent suppliers to deliver assessment services during the handover. There would be interchangeability issues with a new supplier, negatively impacting the delivery of key services. A change in supplier without the lengthy handover period and a transition to the new managed IT System would risk the delivery of the services providing critical statutory benefits to vulnerable claimants."
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "bids",
"relatedLot": "2",
"value": 3
},
{
"id": "3",
"measure": "bids",
"relatedLot": "3",
"value": 3
},
{
"id": "4",
"measure": "bids",
"relatedLot": "4",
"value": 5
},
{
"id": "5",
"measure": "bids",
"relatedLot": "5",
"value": 3
}
]
}
}