Scope
Reference
ITT_22251
Description
Overview
DWP commissions the provision of circa 2 million Assessments per year, which are conducted on behalf of DWP by Healthcare Professionals (HPs) employed by suppliers that were awarded Functional Assessment Service (FAS) Contracts (FAS Providers). These Assessments are used to help determine eligibility to certain disability related benefits including Personal Independence Payment (PIP), Universal Credit (UC), Employment Support Allowance (ESA) and other Specialist Benefits.
The FAS Providers employ approximately 5,000 HPs to conduct Assessments on behalf of the DWP.
To conduct Assessments, HPs are required to have appropriate knowledge of the clinical aspects and the functional effects of a wide range of health conditions and disabilities as well as specific knowledge of how to conduct the Assessments and the related policy.
DWP owns a suite of benefit-related clinical Core Training and Guidance Materials (CTGM). The CTGM currently comprises a total of approximately 700 documents with a total of circa 30,000 pages. The CTGM is broken down into two categories, namely:
a) CTGM relating to carrying out Assessments which accounts for the vast majority of documents. In addition to providing the guidance to HPs and Authority Clinicians when conducting Assessments, FAS Providers are also required to use the CTGM to inform and develop training programmes and associated materials for their circa 5,000 HPs.
b) There are several CTGM documents for use by Authority Decision Makers. This category of CTGM includes guidance for Authority Decision Makers who determine eligibility for Attendance Allowance and Disability Living Allowance for Children.
In addition, DWP engages approximately 200 Authority Clinicians who will also use the CTGM for reference.
DWP is committed to ensuring clinical CTGM is annually reviewed and of the highest quality, evidence based, in-line with best practice and free from bias.
Contract subject-matter
The following Services form the overall scope of Services required by the Authority under this procurement:
a) Clinical QA Service - carrying out a review of the CTGM;
b) Annual Clinical Training Course Service - delivering an annual clinical training course;
c) Educational CPD Materials Service - developing educational CPD materials.
The above Services are required to be delivered in accordance with:
a) the relevant sections of the Specification, which is set out in Appendix B of the ITS;
b) the relevant Service Levels, as set out in Appendix C of the ITS; and
c) the terms and conditions of the Contract, for which a draft is set out in Appendix D of the ITS.
Tenders received
The Authority confirms:
(i) the total number of tenders submitted by the Authority's deadline for submitting tenders was two (2); and,
(ii) the total number of tenders assessed by the Authority was two (2).
The total number of tenders assessed by the Authority which were submitted by a small and medium-sized enterprise was one (1).
The total number of tenders assessed by the Authority which were submitted by a non-governmental organisation that is value-driven and which principally reinvests its surpluses to further social, environmental or cultural objectives was nil (0).
The Authority conducted the procurement for the award of this public contract as an open procedure in accordance with sections 20(1) and 20(2)(a) of the Procurement Act 2023 (PA2023) for the award of a light touch contract in accordance with section 9 of PA 2023.
Contract 1. Functional Assessment Clinical Assurance and Training Services (FACATS)
Supplier
Contract value
- £1,525,000 excluding VAT
- £1,830,000 including VAT
Above the relevant threshold
Award decision date
20 August 2025
Date assessment summaries were sent to tenderers
28 August 2025
Standstill period
- End: 8 September 2025
- 8 working days
Earliest date the contract will be signed
9 September 2025
Contract dates (estimated)
- 9 September 2025 to 8 September 2028
- Possible extension to 8 September 2029
- 4 years
Description of possible extension:
The Authority shall have the right to unilaterally extend the contract for a further period of up to 12 months (at the Authority's discretion and subject to governance approval, available funding and satisfactory performance) by giving the Supplier written notice of no less than 20 Working Days before the initial term of the Contract expires, unless terminated earlier in accordance with the provisions of the Contract.
Main procurement category
Services
CPV classifications
- 75311000 - Sickness benefits
- 75313000 - Disability benefits
- 80511000 - Staff training services
- 85141000 - Services provided by medical personnel
Contract locations
- UK - United Kingdom
Information about tenders
- 2 tenders received
- 2 tenders assessed in the final stage:
- 1 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 1 supplier unsuccessful (details included for contracts over £5 million)
Procedure
Procedure type
Open procedure
Special regime
Light touch
Supplier
P&S Medical Education Limited
- Companies House: 8892304
- Public Procurement Organisation Number: PTGN-2698-TXHN
32 Portland Terrace
Newcastle Upon Tyne
NE2 1QP
United Kingdom
Email: hottopics@nbmedical.com
Website: http://www.nbmedical.com
Region: UKC22 - Tyneside
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1. Functional Assessment Clinical Assurance and Training Services (FACATS)
Contracting authority
Department for Work & Pensions
- Public Procurement Organisation Number: PJCP-7274-TLRQ
Caxton House 7th Floor 6-12 Tothill Street
London
SW1H 9NA
United Kingdom
Region: UKI32 - Westminster
Organisation type: Public authority - central government