Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Contact
Lara Dolamore
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.