Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

The Functional Assessment Service (FAS) 2024

  • Cyhoeddwyd gyntaf: 18 Hydref 2023
  • Wedi'i addasu ddiwethaf: 18 Hydref 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-02f666
Cyhoeddwyd gan:
Department for Work and Pensions
ID Awudurdod:
AA0925
Dyddiad cyhoeddi:
18 Hydref 2023
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

See II.1.4

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Department for Work and Pensions

Hartshead House Hartshead Square

Sheffield

S1 2FD

UK

Person cyswllt: David Clark

E-bost: fas.procurement@dwp.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/department-for-work-pensions

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

The Functional Assessment Service (FAS) 2024

II.1.2) Prif god CPV

85000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

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

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 2 769 913 640.00 GBP

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1: Northern England and Scotland

II.2.2) Cod(au) CPV ychwanegol

85000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

See II.1.4

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Delivery Model / Pwysoliad: 10

Maes prawf ansawdd: Claimant Experience / Pwysoliad: 10

Maes prawf ansawdd: HR Resource Structure / Pwysoliad: 10

Maes prawf ansawdd: HR Health Professional Recruitment and Retention / Pwysoliad: 15

Maes prawf ansawdd: HR Skills and Development / Pwysoliad: 10

Maes prawf ansawdd: Quality of Service / Pwysoliad: 10

Maes prawf ansawdd: Flexibility of Service / Pwysoliad: 5

Maes prawf ansawdd: Continuous Improvement / Pwysoliad: 5

Maes prawf ansawdd: Performance Management / Pwysoliad: 8

Maes prawf ansawdd: Implementation and Security / Pwysoliad: 8

Maen prawf cost: Price per Quality Point / Pwysoliad: 0

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Social Value - weighting 10.15

Rhif y Lot 2

II.2.1) Teitl

Lot 2: Midlands and Wales

II.2.2) Cod(au) CPV ychwanegol

85000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

see II.1.4

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Delivery Model / Pwysoliad: 10

Maes prawf ansawdd: Claimant Experience / Pwysoliad: 10

Maes prawf ansawdd: HR Resource Structure / Pwysoliad: 10

Maes prawf ansawdd: HR Health Professional Recruitment and Retention / Pwysoliad: 15

Maes prawf ansawdd: HR Skills and Development / Pwysoliad: 10

Maes prawf ansawdd: Quality of Service / Pwysoliad: 10

Maes prawf ansawdd: Flexibility of Service / Pwysoliad: 5

Maes prawf ansawdd: Continuous Improvement / Pwysoliad: 5

Maes prawf ansawdd: Performance Management / Pwysoliad: 8

Maes prawf ansawdd: Implementation and Security / Pwysoliad: 8

Maen prawf cost: Price per Quality Point / Pwysoliad: 0

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Social Value - weighting 10.15

Rhif y Lot 3

II.2.1) Teitl

Lot 3: South West, England

II.2.2) Cod(au) CPV ychwanegol

85000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

see II.1.4

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Delivery Model / Pwysoliad: 10

Maes prawf ansawdd: Claimant Experience / Pwysoliad: 10

Maes prawf ansawdd: HR Resource Structure / Pwysoliad: 10

Maes prawf ansawdd: HR Health Professional Recruitment and Retention / Pwysoliad: 15

Maes prawf ansawdd: HR Skills and Development / Pwysoliad: 10

Maes prawf ansawdd: Quality of Service / Pwysoliad: 10

Maes prawf ansawdd: Flexibility of Service / Pwysoliad: 5

Maes prawf ansawdd: Continuous Improvement / Pwysoliad: 5

Maes prawf ansawdd: Performance Management / Pwysoliad: 8

Maes prawf ansawdd: Implementation and Security / Pwysoliad: 8

Maen prawf cost: Price per Quality Point / Pwysoliad: 0

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Social Value - weighting 10.15

Rhif y Lot 4

II.2.1) Teitl

Lot 4: London, South East & East Anglia

II.2.2) Cod(au) CPV ychwanegol

85000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

see II.1.4

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Delivery Model / Pwysoliad: 10

Maes prawf ansawdd: Claimant Experience / Pwysoliad: 10

Maes prawf ansawdd: HR Resource Structure / Pwysoliad: 10

Maes prawf ansawdd: HR Health Professional Recruitment and Retention / Pwysoliad: 15

Maes prawf ansawdd: HR Skills and Development / Pwysoliad: 10

Maes prawf ansawdd: Quality of Service / Pwysoliad: 10

Maes prawf ansawdd: Flexibility of Service / Pwysoliad: 5

Maes prawf ansawdd: Continuous Improvement / Pwysoliad: 5

Maes prawf ansawdd: Performance Management / Pwysoliad: 8

Maes prawf ansawdd: Implementation and Security / Pwysoliad: 8

Maen prawf cost: Price per Quality Point / Pwysoliad: 0

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Social Value - weighting 10.15

Rhif y Lot 5

II.2.1) Teitl

Lot 5: Northern Ireland

II.2.2) Cod(au) CPV ychwanegol

85000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

see II.1.4

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Delivery Model / Pwysoliad: 10

Maes prawf ansawdd: Claimant Experience / Pwysoliad: 10

Maes prawf ansawdd: HR Resource Structure / Pwysoliad: 10

Maes prawf ansawdd: HR Health Professional Recruitment and Retention / Pwysoliad: 15

Maes prawf ansawdd: HR Skills and Development / Pwysoliad: 10

Maes prawf ansawdd: Quality of Service / Pwysoliad: 10

Maes prawf ansawdd: Flexibility of Service / Pwysoliad: 5

Maes prawf ansawdd: Continuous Improvement / Pwysoliad: 5

Maes prawf ansawdd: Performance Management / Pwysoliad: 8

Maes prawf ansawdd: Implementation and Security / Pwysoliad: 8

Maen prawf cost: Price per Quality Point / Pwysoliad: 0

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Social Value - weighting 10.15

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Deialog Gystadleuol

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2021/S 000-028407

IV.2.9) Gwybodaeth am ddod â chais am gystadleuaeth i ben ar ffurf hysbysiad gwybodaeth ymlaen llaw

Ni fydd yr awdurdod contractio yn dyfarnu contractau pellach yn seiliedig ar yr hysbysiad gwybodaeth ymlaen llaw uchod

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: ecm_11063

Teitl: The Functional Assessment Service Lot 1 (Northern England and Scotland)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/09/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 1

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

MAXIMUS UK SERVICES LIMITED

18c Meridian East Meridian Business Park

Leicester

LE19 1WZ

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 918 148 703.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Y gwerth neu gyfran sy’n debygol o gael ei (h)is-gontractio i drydydd partïon

Gwerth heb gynnwys TAW: 115 500 256.00 GBP

Section V: Dyfarnu contract

Rhif y Lot: 2

Rhif Contract: ecm_11065

Teitl: The Functional Assessment Service Lot 2 (Midlands and Wales)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/09/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

CAPITA BUSINESS SERVICES LIMITED

65 Gresham St

London

EC2V 7NQ

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 645 465 979.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Y gwerth neu gyfran sy’n debygol o gael ei (h)is-gontractio i drydydd partïon

Gwerth heb gynnwys TAW: 159 041 952.00 GBP

Section V: Dyfarnu contract

Rhif y Lot: 3

Rhif Contract: ecm_11072

Teitl: The Functional Assessment Service Lot 3 (South West England)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/09/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

SERCO LIMITED

16 Bartley Wood Business Park, Bartley Way

Hook

RG27 9UY

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 506 745 902.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Y gwerth neu gyfran sy’n debygol o gael ei (h)is-gontractio i drydydd partïon

Gwerth heb gynnwys TAW: 68 356 014.00 GBP

Section V: Dyfarnu contract

Rhif y Lot: 4

Rhif Contract: ecm_11074

Teitl: The Functional Assessment Service Lot 4 (London, South East & East Anglia)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/09/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

INGEUS UK LTD

2nd Floor, 66-68 East Smithfield, Royal Pharmaceutical Building

London

E1W 1AW

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 542 473 048.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Y gwerth neu gyfran sy’n debygol o gael ei (h)is-gontractio i drydydd partïon

Gwerth heb gynnwys TAW: 95 878 251.00 GBP

Section V: Dyfarnu contract

Rhif y Lot: 5

Teitl: The Functional Assessment Service Lot 5 (Northern Ireland)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/09/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

CAPITA BUSINESS SERVICES LIMITED

65 Gresham St

London

EC2V 7NQ

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 157 080 007.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

Award criteria additional information

The procurement used the Price per Quality Point (PQP) methodology to determine the final ranked position of each bid in each Lot.

PQP divides a bid’s price by its assessed quality score to produce an output Price per Quality Point. This is used to rank each bid in each Lot from highest rank, 1, which has the lowest PQP to lowest rank which has the highest PQP.

Final Lot Values

The individual lot values shown in the FAS Contract Notice (2021/S 000-028407) provided an estimated value per lot for a 5 year contract.

The final lot values shown in Section V of this notice are the values including the initial 5 year contract term plus possible 2 year extension.

The contracting authority in section I.1 is part of the Department for Work and Pensions and is acting on behalf of the Secretary of State for Work and Pensions

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Department for Work and Pensions

Sheffield

UK

E-bost: fas.procurement@dwp.gov.uk

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

This authority incorporated the required standstill period at the point information on the award of contract was communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 87) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days of the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the court considers that there is good reason for extending that period (up to a maximum of 3 months from the date of knowledge). If the contract has been entered into the court may award damages and in the case of specified breaches of the rules may also order the termination or shortening of the contract and the levying of fines. The purpose of the standstill period referred to above was to allow parties to apply to the Courts to set aside the award decision before the contract was entered into.

You may also care to note the information provided via the following web- links:

The DWP Commercial Complaints Process

The Cabinet Office Mystery Shopper Service

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Department for Work and Pensions

Hartshead House, Hartshead Square

Sheffield

S1 2FD

UK

E-bost: fas.procurement@dwp.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

16/10/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
fas.procurement@dwp.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.