Contract

NHS West Yorkshire ICB (Leeds) Domiciliary Care for Continuing Healthcare - Leeds Health & Care Partnership

  • NHS West Yorkshire

F03: Contract award notice

Notice identifier: 2024/S 000-025106

Procurement identifier (OCID): ocds-h6vhtk-04891b

Published 8 August 2024, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

NHS West Yorkshire

Suites 2-4, Wira Business Park

Leeds

Contact

Donna Deer

Email

wyicb-kirk.procurement@nhs.net

Country

United Kingdom

Region code

UKE4 - West Yorkshire

Internet address(es)

Main address

https://www.westyorkshire.icb.nhs.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS West Yorkshire ICB (Leeds) Domiciliary Care for Continuing Healthcare - Leeds Health & Care Partnership

Reference number

pqq_43 - Domiciliary Care 2023/27 - Aug

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Approved Provider DPS for the provision of domiciliary care for people eligible for Continuing Healthcare (CHC) and including Fast Track / End of Life Care in Leeds.

The purpose of domiciliary care services is to support adults (aged 18 and over) assessed as eligible for Continuing Healthcare (CHC) and registered with a Leeds GP, or resident within the boundaries of NHS West Yorkshire ICB in Leeds.

The domiciliary care service is to enable CHC eligible service users to remain in their own home, living as safely and independently as possible and will involve the provision of some or all of the following:

• Personal Care

• Health Care (where the Provider has been approved to offer health care level services)

• Rehabilitation/Maintenance of independent living skills

• Domestic tasks including shopping, laundry and meal preparation

• Carer support, including night sitting and respite care

• Support for service users at the end of life (these are usually identified as Fast Track funded)

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £15,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Contract Authority; NHS West Yorkshire Integrated Care Board intends to award a contract under Direct Award Process B. The authority is publishing this notice in Find a Tender in accordance with the NHS Provider Selection Regime.

The ICB in Leeds is awarding a Dynamic Purchasing System (DPS) for home care for continuing healthcare in Leeds. Any reference to ITT’s or Tenders in the portal also refers to a DPS.

The total annual demand across the city is approximately 680,000 hours.

Demand broken down by postcode can be found on the map within the ATTACHMENTS.

Demand is variable and the numbers shown are indicators of previous use, they are not a guarantee of hours.

The DPS will be open to providers to participate until 12 noon on 31 May 2027 and providers can request to participate at any time. Evaluations of applications will take place at least every quarter.

Participants must be able to provide care to postcodes within the boundaries of NHS Leeds ICB. There are occasions when Leeds CHC funded service users live just outside the boundaries, the map in attachments details the postcode where Leeds CHC funded service users are receiving domiciliary care.

Participation and approval in the DPS does not guarantee activity or income and in the interests of being transparent the number of packages may decrease due to longer term commissioning plans meaning some provisions or postcodes mentioned above are no longer sourced via the DPS.

There will be two routes to care brokered to the DPS approved provider list;

• Block purchasing care hours

• Individual care packages

Block

The request will be sent via secure email to all approved providers with a deadline to respond by. The request will include, as a minimum, the area to be covered, the number of hours and the duration the care hours are required but may also include other stipulations.

Once the deadline has passed the block hours will be awarded to the provider that is ranked first based on a CQC rating score. Where more than one provider has the same score, and tied first in the ranking, the provider to award the block hours to will be decided by who can commence the block hours the soonest and then by who responded the earliest.

Once care packages are allocated under the block arrangement the provider is expected to carry out the care required until notified by the commissioner or a representative of the commissioner. If the care is required beyond the block arrangement, then care is to continue at the hourly rate specified in the block arrangement.

If the provider does not deliver planned care as requested, once the block arrangement is in place, then the value of the block arrangement will be reduced, and the commissioner may terminate the block arrangement with immediate effect.

Individual Care Packages

The Care Coordination Team will upload support plans that require a provider to be sourced, into the brokerage system, SProc.net. The care package will be awarded after 4 hours have elapsed to the provider that is ranked first based on a CQC rating score. Where more than one provider has the same score, and tied first in the ranking, the provider to award the care package to will be decided by who can commence the care package the soonest and then by who responded the earliest.

All packages sourced before the DPS is established will remain with the care providers already in place.

The estimated value of the total demand is £15,000,000 per annum.

two.2.5) Award criteria

Quality criterion - Name: NA / Weighting: NA

Cost criterion - Name: N/A / Weighting: N/A

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The Contract Authority; NHS West Yorkshire Integrated Care Board intends to award a contract under Direct Award Process B. The authority is publishing this notice in Find a Tender in accordance with the NHS Provider Selection Regime.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

1

Title

2023/27 Homecare (Standard)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 July 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ABR Grace Solution Limited,

116 Dewsbury Road

Leeds

LS11 6XD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Contract No

2

Title

2023/27 Homecare (Standard)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 July 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

All Saints Support Healthcare Agency,

Suite 10, Headway Business Centre, Denby Dale Road,

Wakefield

WF2 7AZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Contract No

3

Title

2023/27 Homecare (Standard)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 July 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Light Health Care Limited,

Courtwood House, Silver Street Head

Sheffield

S1 2DD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Contract No

4

Title

2023/27 Homecare (Standard)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 July 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Starcover Health & Social Care Limited

Shine Building, Harehills Road,

Leeds

LS8 5HS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

- Individual(s) making the decision - Head of Continuing Care Services

- No conflicts of interest identified.

six.4) Procedures for review

six.4.1) Review body

WYICB PSR Review Panel

White Rose House

Wakefield

WF1 1LT

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS England Independent Patient Choice and Procurement Panel

London

SE1 8UG

Country

United Kingdom