Section one: Contracting authority/entity
one.1) Name and addresses
The Council of the Borough of Kirklees
The Town Hall, Ramsden Street
Huddersfield
HD12TA
Contact
Emma Hanley
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DPS for the Provision of Domiciliary Care Services
Reference number
KMCAS-139
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.2) Description
two.2.1) Title
Health (CCG's)
Lot No
Lot 2
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Kirklees
two.2.4) Description of the procurement at the time of conclusion of the contract:
Kirklees Council, in conjunction with the Greater Huddersfield Clinical Commissioning Group and North Kirklees Clinical Commissioning Group, established a Dynamic Purchasing
System (DPS) for the provision of domiciliary care services.
The purpose of the procurement exercise was to seek and appoint providers to the DPS, who have the relevant skills and experience, for the delivery of personal care and support (domiciliary care) in service users homes. Kirklees Council and the CCG's have established a DPS to be able to access additional capacity in the market and be able to purchase services to support people to live
successfully in their own homes with an appropriate range of person centred services and to enable Service Users receiving care to lead a good quality of life, maximising their
independence, remain safe and comfortable in their own homes for as long as possible whilst maintaining their individual dignity, privacy and freedom of choice.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
End date
21 June 2026
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2020/S 052-125024
Section five. Award of contract/concession
Contract No
KMCAS-139
Lot No
2 - Health (CCG's)
Title
DPS for the Provision of Domiciliary Care Services
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
14 April 2020
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Various Providers
Huddersfield
Country
United Kingdom
NUTS code
- UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £696,980.28
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 85000000 - Health and social work services
seven.1.3) Place of performance
NUTS code
- UKE44 - Calderdale and Kirklees
seven.1.4) Description of the procurement:
Kirklees Council, in conjunction with the Greater Huddersfield Clinical Commissioning Group and North Kirklees Clinical Commissioning Group, established a Dynamic Purchasing System (DPS) for the provision of domiciliary care services.
The purpose of the procurement exercise was to seek and appoint providers to the DPS, who have the relevant skills and experience, for the delivery of personal care and support (domiciliary care) in service users homes. Kirklees Council and the CCG's wished to establish a DPS to be able to access additional capacity in the market and be able to purchase services to support people to live successfully in their own homes with an appropriate range of person centred services and to enable service users receiving care to lead a good quality of life, maximising their independence, remain safe and comfortable in their own homes for as long as possible whilst maintaining their individual dignity, privacy and freedom of choice.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
End date
21 June 2026
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£696,980.28
seven.1.7) Name and address of the contractor/concessionaire
Various Providers
Huddersfield
Country
United Kingdom
NUTS code
- UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The Council and the Integrated Care Board (ICB) are responsible for arranging domiciliary care services to adults aged 18 and over, who have been assessed to meet the Councils eligibility criteria or eligibility for NHS Continuing Healthcare or 117 Aftercare. This includes (but is not limited to) adults who have assessed care and support needs associated with older age, sensory impairment, learning disability, physical disability, physical ill health, chaotic lifestyles, substance misuse and mental illness including dementia.
There are two categories within this DPS, to provide domiciliary care services. Within each category there will be multiple Providers who will be responsible for ensuring the delivery of domiciliary care packages allocated to them through further competition.
The Council collaborated with the ICB for this DPS. There are currently two lots:
Lot 1 Kirklees Council - N/A to this modification
Lot 2 Health (NHS WYICB) - which is the subject of this modification. The ICB has served notice on the contract w/c 11th August 2025 to all providers on Lot 2 to end on 30th November 2025 to align with their new contract that will be in place from 1st December 2025 via PSR Direct Award Process B. As this is the Council's DPS it will be the Council who will have to undertake the modification to remove this Lot.
For information the aims and objectives of the service for Lot 2 are:
The aim of the Continuing Healthcare domiciliary provision is to ensure the delivery of a robust, high quality and sustainable service which meets the requirements of the National Framework (updated 2022), is in line with the local All Age Continuing Care (AACC) Commissioning Principles Operational Procedure (updated 2022) and provides personalised care for those individuals who are eligible for NHS funded care
The care to be provided will be delivered in line with an assessment of need that will be carried out by the NHS Continuing Healthcare Team and will determine the level of care required. The details of the commissioned package of care will be provided as a "Service Plan".
The level of expertise required to deliver the individual care packages will be determined by the CHC team; care commissioned will be "domiciliary care" or "complex domiciliary care".
• A highly skilled and experienced domiciliary care service to adults over the age of 18 years, eligible for NHS CHC funding who wish to remain in their own home
• A responsive service that is able to commence a package of care within an agreed timeframe, usually a maximum of 72 hours, from the initial referral
• The development of individualised care plans/risk assessments following referral from the CHC Team
• Single point of contact (SPOC) for all referrals during office hours
• Telephone advice, signposting, service users and family/significant others
• Continual assessment of need for all service users
• Capacity and Best Interest decisions as required during the delivery of care
• A consistent level of appropriately skilled and competent care workers, commensurate with the requirements of the specification to meet the physical, mental, emotional, cognitive, and cultural care needs of the service user
• The co-ordination of packages of care to benefit discharge processes and community care that potentially will have an impact on avoiding hospital admissions and prevent delayed discharges
• Continual assessment that the package of care meets individual need and to agree changes to a care package, an increase of decrease, with the CHC team.
Lot 2 Health Providers
Abhi Rose Ltd
Inspiring Generations Ltd
Advantage Healthcare Ltd
Affleck Care Ltd
Alliance Community Home Care Ltd
Allot Healthcare Services Ltd
Alpha May Care First Ltd
Ask4Care Ltd
Assist Home Care Ltd
Aware Care Ltd
Bespoke Care & Support Services
BJB Care Services Ltd
Bluewater Care Ltd
Brothers Recruitment
Burgundy Care Services Ltd
Care Angels Batley Ltd
Care Counts Ltd
Care Quality Services Ltd
Care Within Ltd
Choices Home Care Ltd (Yorkshire)
Colne Valley Equitable Care Society Ltd
Comfort Call Ltd
Comfort Home Care Ltd
Community Integrated Care
Complete Care West Yorkshire Ltd
Connections Care Ltd
Constant Healthcare Ltd
Ease Healthcare Ltd
Elite Privilege Care Ltd
Genuine Carers
GP Homecare Ltd
Greenstar Health Care Ltd
Hadi Care Ltd
Hales Group Ltd
Inspiring Generations Ltd
Justintime Healthcare Services Ltd
Kalcrest Care (Northern) Limited
Limitless Care Ltd
Lindcare Ltd
Lotus Home Care Ltd
M J Gillen Ltd
Manuel Divine Care
Master Quality Healthcare Services Ltd
Mediline Home Care Ltd
Passion Home Care Ltd
Patkay Care Services Ltd
Personal Home Care Services Ltd
Precedo Healthcare Services Ltd
Privilege Home Care Ltd
Roche Home Care Ltd
Routes Healthcare (North) Ltd
Semper Care Ltd
Together in Care Forensic Ltd
Trailblazer Social Care Ltd
Vive UK Social Care Ltd
ICB ONLY
Willow Wood Care Ltd
Woodhall Care Services Ltd
Yorkshire & Humber Healthcare Alliance LLP
Yorkshire Care Services Ltd
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The sector has seen a large growth of home support providers nationally. Subsequently this has been seen in the DPS leading to increased competition and risks of instability in the local market. This instability is a result of providers competing for the new home support packages available through the DPS. Therefore, it was agreed that the DPS would end in June 2026 and not take up the full extension periods and a new procurement process would be put in place.
Therefore the Council is undertaking a new procurement to replace this DPS.
The ICB will not be part of the new procurement (as they have undertaken their own procurement and have a new contract that is due to commence on the 1st December 2025) and have asked that Lot 2 on the DPS is removed. The ICB has served notice on the contract w/c 11th August 2025 to all providers on Lot 2 to end on 30th November 2025 to align with their new contract that will be in place from 1st December 2025 via PSR Direct Award Process B.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £60,000,000
Total contract value after the modifications
Value excluding VAT: £696,980.28