Planning

DHSC:ASC:Evaluation of the Better Care Fund

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Planning

23 Sep 2022 at 13:15

Summary of the contracting process

The Department of Health and Social Care is planning a procurement process for evaluation consultancy services under the title "DHSC: ASC: Evaluation of the Better Care Fund." The procurement falls under the health and social work services industry category and is expected to have a contract start date in November 2023 for a 2-year period. Interested suppliers are invited to provide feedback on the proposed strategy by registering through the supplier portal and responding to a market engagement activity.

This tender provides an opportunity for businesses specializing in evaluation consultancy services to compete for a contract with the Department of Health and Social Care. The procurement aims to support the Better Care Fund by evaluating the effectiveness of support programmes and driving continuous improvement in service delivery. Businesses with expertise in health and social work services, especially in evaluation and policy development, are well-suited to participate in this tender process and contribute to the Department's goal of enhancing care delivery and promoting collaboration across health, social care, and housing sectors.

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

D3 Tenders Premium

Win More Public Sector Contracts

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

Notice Title

DHSC:ASC:Evaluation of the Better Care Fund

Notice Description

The main aim of this project is to outline the criteria and benefits of a separately-funded, independent, external evaluation which will run in parallel alongside delivery of the expanded BCF external support programme

Lot Information

Lot 1

The Better Care Fund externally commissioned support programme supports Local Systems to deliver their BCF plans by providing expert support to areas integrating health, social care and wider services, to enable more people to live well and independently at home. As well as being important to the delivery of the wider BCF programme, this also supports good practice approaches to hospital discharge and recovery services, while helping to release hospital bed capacity.
Key to the success of the BCF external support programme and evidencing its impact is separately commissioning an independent, external evaluation to run alongside delivery of support.
The critical output from the independent evaluation is to build an evidence base to underpin the BCF external support programme and identify which aspects are working well and where improvement is needed so that the Department of Health and Social Care ('the Authority') can take appropriate action.
At a high level, the main aims of the evaluation are to support the BCF team and partner organisations to:
* Examine the effectiveness of the support programme's delivery (identifying which parts of the support programme work and which ones do not) to gain a better understanding of the impact it has
* Find out and showEvaluate how the core support programme is working and wherever possible, to help the core provider to clearly demonstrate the impact of external support in terms of measurable (including quantitative where feasible) and more intangible, qualitative benefits. This could potentially include proxy measures to show quantitative benefits that may be linked to showing where value for money has been delivered.
* Bring about continuous improvement in the design and delivery of a range of support offered to local systems (including interventions that have the potential to reduce health and care inequalities)
* Understand how the Authority can inform potential policy developments linked to external support.
* Support and enable collaboration between partners across health, social care and housing.
* Capture and feedback evaluation findings at the end of every quarter and throughout the duration of the contract (with initial findings to be provided at the end of the first quarter of evaluation delivery).
* Share good practice across systems. This could include adding rigour and an improved evidence base to outputs of the support programme that have been proven to work by the evaluation. Outputs may include case studies, toolkits, and how to guides.
* Lead work with the Authority to identify robust data collection processes that the Authority will require the core provider(s) of support services to put in place to support and enable independent evaluation in an iterative way that helps to demonstrate the effectiveness and impact of support. Additional information: Indicative Timelines contract start November 2023 for a period of 2 years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-036b03
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026709-2022
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

85 - Health and social work services


CPV Codes

79419000 - Evaluation consultancy services

85000000 - Health and social work services

Notice Value(s)

Tender Value
£360,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Sep 20223 years ago
Submission Deadline
Not specified
Future Notice Date
21 Sep 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE
Contact Name
Lara Dolamore
Contact Email
lara.dolamore@dhsc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 0EU
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-036b03-2022-09-23T14:15:25+01:00",
    "date": "2022-09-23T14:15:25+01:00",
    "ocid": "ocds-h6vhtk-036b03",
    "description": "The purpose of this PIN is therefore to alert the market of our intention and give you a broad indication of the opportunities which the Authority intends to offer in order to give interested suppliers the opportunity to provide feedback as to the Authority's proposed strategy to procure these services<br/>A Request for nformation (RFI) including draft specifications, and CCS registration detail can be found by logging into Atamis the Departments eSourcing tool,<br/>To obtain further information , register your interest and respond to the market engagement activity (a request for information) please follow these steps:<br/>1. Log in or Register through the supplier portal at https://health-family.force.com/s/Welcome<br/>2. Locate the opportunity using 'My Proposals and Quotes' or in 'Find Opportunities'<br/>C103111<br/>3. Click Register Interest. When expressing an interest, service providers should provide:<br/>(i) the contact details of the supplier's representative;<br/>(ii) the requested RFI responses.<br/>To note: any draft documents shared through this market engagement process may have some cross references which are not accurate, sections which are not fully developed, some sections which may be repetitive, some omissions and all the drafts will require further work. However, the Authority is sharing these draft documents in good faith so genuine views on how this requirement can be delivered can be sought from the market.<br/><br/>Transparency: Potential suppliers should note that, in accordance with Government's policies on transparency, the Department intends to publish the Invitation to Tender (ITT) document, and the text of any Contract awarded, subject to possible redaction at the discretion of the Department. Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/content/transparencyoverview . This notice is for information only, and the Department reserves the right to discontinue the proposed tendering process and not award the contract. The information contained in this notice, including information relating to the nature and scope of the Department's requirements, the service classification of this requirement or the list of CPV codes, is only indicative of the Department's current thinking and is neither exhaustive nor binding. The Department reserves the right at its absolute discretion to amend it at the time of issue of any further notices or at any other time. The publication of this notice in no way obliges the Department to commence with any competitive tender process. The Department is not and shall not be liable for any costs incurred by those expressing any interest in participating in the market consultation exercise advertised in this notice.",
    "initiationType": "tender",
    "tender": {
        "id": "C103111",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DHSC:ASC:Evaluation of the Better Care Fund",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "The main aim of this project is to outline the criteria and benefits of a separately-funded, independent, external evaluation which will run in parallel alongside delivery of the expanded BCF external support programme",
        "value": {
            "amount": 360000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Better Care Fund externally commissioned support programme supports Local Systems to deliver their BCF plans by providing expert support to areas integrating health, social care and wider services, to enable more people to live well and independently at home. As well as being important to the delivery of the wider BCF programme, this also supports good practice approaches to hospital discharge and recovery services, while helping to release hospital bed capacity. <br/>Key to the success of the BCF external support programme and evidencing its impact is separately commissioning an independent, external evaluation to run alongside delivery of support. <br/>The critical output from the independent evaluation is to build an evidence base to underpin the BCF external support programme and identify which aspects are working well and where improvement is needed so that the Department of Health and Social Care ('the Authority') can take appropriate action.<br/>At a high level, the main aims of the evaluation are to support the BCF team and partner organisations to:<br/>* Examine the effectiveness of the support programme's delivery (identifying which parts of the support programme work and which ones do not) to gain a better understanding of the impact it has<br/>* Find out and showEvaluate how the core support programme is working and wherever possible, to help the core provider to clearly demonstrate the impact of external support in terms of measurable (including quantitative where feasible) and more intangible, qualitative benefits. This could potentially include proxy measures to show quantitative benefits that may be linked to showing where value for money has been delivered. <br/>* Bring about continuous improvement in the design and delivery of a range of support offered to local systems (including interventions that have the potential to reduce health and care inequalities) <br/>* Understand how the Authority can inform potential policy developments linked to external support. <br/>* Support and enable collaboration between partners across health, social care and housing.<br/>* Capture and feedback evaluation findings at the end of every quarter and throughout the duration of the contract (with initial findings to be provided at the end of the first quarter of evaluation delivery). <br/>* Share good practice across systems. This could include adding rigour and an improved evidence base to outputs of the support programme that have been proven to work by the evaluation. Outputs may include case studies, toolkits, and how to guides.<br/>* Lead work with the Authority to identify robust data collection processes that the Authority will require the core provider(s) of support services to put in place to support and enable independent evaluation in an iterative way that helps to demonstrate the effectiveness and impact of support. Additional information: Indicative Timelines contract start November 2023 for a period of 2 years",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79419000",
                        "description": "Evaluation consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-09-22T00:00:00+01:00",
            "atypicalToolUrl": "https://health-family.force.com/s/Welcome"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-43",
            "name": "Department of Health and Social Care",
            "identifier": {
                "legalName": "Department of Health and Social Care"
            },
            "address": {
                "streetAddress": "39 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1H 0EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Lara Dolamore",
                "email": "lara.dolamore@dhsc.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "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": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "language": "en"
}