Planning

DHSC:ASC:Evaluation of the Better Care Fund

  • Department of Health and Social Care

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-026709

Procurement identifier (OCID): ocds-h6vhtk-036b03

Published 23 September 2022, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Lara Dolamore

Email

lara.dolamore@dhsc.gov.uk

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

Buyer's address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

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

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DHSC:ASC:Evaluation of the Better Care Fund

Reference number

C103111

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short 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

two.1.5) Estimated total value

Value excluding VAT: £360,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79419000 - Evaluation consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

two.2.14) Additional information

Indicative Timelines contract start November 2023 for a period of 2 years

two.3) Estimated date of publication of contract notice

22 September 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

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
A Request for nformation (RFI) including draft specifications, and CCS registration detail can be found by logging into Atamis the Departments eSourcing tool,
To obtain further information , register your interest and respond to the market engagement activity (a request for information) please follow these steps:
1. Log in or Register through the supplier portal at https://health-family.force.com/s/Welcome
2. Locate the opportunity using 'My Proposals and Quotes' or in 'Find Opportunities'
C103111
3. Click Register Interest. When expressing an interest, service providers should provide:
(i) the contact details of the supplier's representative;
(ii) the requested RFI responses.
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.

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.