Award

Functional Assessment Services (FAS) 2023 - Lot 5

DEPARTMENT FOR WORK AND PENSIONS ACTING FOR AND ON BEHALF OF THE DEPARTMENT FOR COMMUNITIES (DFC)

This public procurement record has 1 release in its history.

AwardUpdate

30 Apr 2025 at 13:49

Summary of the contracting process

This procurement process involves the Department for Work and Pensions acting on behalf of the Department for Communities in Northern Ireland, focusing on the delivery of Functional Assessment Services (FAS) under Lot 5. The services fall under the health and social work category and are slated to cover Northern Ireland. The procurement process employed a Light Touch Regime with commercial dialogue, as outlined in the Public Contracts Regulations 2015. A major contract was awarded to Capita Business Services Limited, which officially began on the 19th of September 2023 and is set to conclude on the 6th of September 2031.

The tender presents substantial growth opportunities for businesses specialising in health assessments and social services, particularly those with capabilities in scaling operations to meet rising demands in assessments such as Personal Independence Payment. It is particularly suited for large businesses with established expertise in health services who can adapt to complex procurement frameworks and manage a multi-stakeholder environment involving various government departments. The contract's magnitude, valued at £165,836,271, suggests that businesses with robust operational management and the ability to integrate advanced IT solutions for service delivery would find this tender highly beneficial for growth and expansion.

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

Functional Assessment Services (FAS) 2023 - Lot 5

Notice Description

Lot Information

Functional Assessment Services (FAS) 2023 - Lot 5

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 (or in the case of Lot 5, the Department for Communities). 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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050a5e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018066-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
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
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£165,836,271 £100M-£1B

Notice Dates

Publication Date
30 Apr 20259 months ago
Submission Deadline
Not specified
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
Not Specified
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR WORK AND PENSIONS ACTING FOR AND ON BEHALF OF THE DEPARTMENT FOR COMMUNITIES (DFC)
Contact Name
Not specified
Contact Email
healthtransformation@communities-ni.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

Supplier Information

Number of Suppliers
1
Supplier Name

CAPITA BUSINESS SERVICES

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-050a5e-2025-04-30T14:49:51+01:00",
    "date": "2025-04-30T14:49:51+01:00",
    "ocid": "ocds-h6vhtk-050a5e",
    "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-050a5e",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Functional Assessment Services (FAS) 2023 - Lot 5",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "Lot 5: Northern Ireland",
                "title": "Functional Assessment Services (FAS) 2023 - Lot 5",
                "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 (or in the case of Lot 5, the Department for Communities). 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": "Lot 5: Northern Ireland",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 5: Northern Ireland"
            }
        ]
    },
    "awards": [
        {
            "id": "018066-2025-ecm_11583-1",
            "relatedLots": [
                "Lot 5: Northern Ireland"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-145715",
                    "name": "CAPITA BUSINESS SERVICES LIMITED"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-145714",
            "name": "Department for Work and Pensions acting for and on behalf of the Department for Communities (DfC)",
            "identifier": {
                "legalName": "Department for Work and Pensions acting for and on behalf of the Department for Communities (DfC)"
            },
            "address": {
                "streetAddress": "Hartshead Square",
                "locality": "Sheffield",
                "region": "UK",
                "postalCode": "S1 2FD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "healthtransformation@communities-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-work-pensions"
            }
        },
        {
            "id": "GB-FTS-145715",
            "name": "CAPITA BUSINESS SERVICES LIMITED",
            "identifier": {
                "legalName": "CAPITA BUSINESS SERVICES LIMITED"
            },
            "address": {
                "streetAddress": "First Floor, 2 Kingdom Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "W2 6BD",
                "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"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-145714",
        "name": "Department for Work and Pensions acting for and on behalf of the Department for Communities (DfC)"
    },
    "contracts": [
        {
            "id": "018066-2025-ecm_11583-1",
            "awardID": "018066-2025-ecm_11583-1",
            "status": "active",
            "value": {
                "amount": 165836271,
                "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 5: Northern Ireland",
                    "title": "Functional Assessment Services (FAS) 2023 - Lot 5",
                    "classification": {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "Lot 5: Northern Ireland"
                }
            ],
            "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 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 minimise the backlog of claims. In addition to the increased clinical staffing, there were 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 agreed a Side Letter with the FAS supplier to vary the FAS contract, and then an extension to the Side Letter, 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 supplier 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, particularly as during the handover period the Department was paying incumbent suppliers to deliver the assessment services. 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 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."
                }
            ]
        }
    ],
    "language": "en"
}