Community Health and Wellbeing Service

A Modification Notice
by LEEDS CITY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
1.5 year
Value
£6M-£8M
Sector
HEALTH
Published
16 Apr 2026
Delivery
16 Sep 2024 to 15 Mar 2026 (est.)
Deadline
n/a

Related Terms

Location

Leeds

Geochart for 2 buyers and 2 suppliers

2 buyers

2 suppliers

Description

The Community Health and Wellbeing Service (CHWS) is a transformational approach to delivering health and care services at home, delivered by a collaborative partnership of contracted Providers working together on a neighbourhood basis. The features of the new service include: Providers picking up at least 95% of all new home care packages unless agreed otherwise by the Contract Manager Flexibility to deliver support in a more personalised, outcome focused and person-centred way, including support outside of the home Providers acting as trusted assessors to undertake reviews and make changes to care packages Accepting referrals from Leeds Community Healthcare NHS Trust (LCH) Neighbourhood Teams to undertake delegated support and healthcare activities1 Provision within the fee structure to enable Providers to pay care workers for all the time that they are scheduled to be available for work excluding paid rest breaks and split shifts (“paying for whole shift”).

Ammendments to Previous Notice

2. Contract value

GBP 5,730,000 8,030,000

Award Detail

1 Be Caring (Newcastle upon Tyne)
  • Community Health and Wellbeing Service
  • Reference: 81733
  • Value: £5,730,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
2 Springfield Home Care Services (Leeds)
  • Community Health and Wellbeing Service
  • Reference: 81733
  • Value: £5,730,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.

CPV Codes

  • 85000000 - Health and social work services

Indicators

  • Contract modified due to additional needs.

Other Information

Under Regulation 72 (1) (b) contracts and framework agreements may be modified without a new procurement procedure in accordance with this Part in any of the following cases: - “(b) for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement where a change of contractor – (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in price does not exceed 50% of the value of the original contract;” Regulation 72 (1) (b) (i) & (ii) are deemed to be satisfied for the following reasons: (i) Changes to contractors cannot be made at this stage due to the specialist and technical knowledge of the CHWS Providers as they are testing out a different way of delivering homecare from other Providers. This includes undertaking Delegated Healthcare activity whereby the CHWS Provider staff have been trained to deliver certain healthcare tasks. It would not be feasible within the timescales prior to the recommissioning of citywide homecare to move this to other providers. It would also impact continuity for people using the service. The CHWS Providers are also working more closely with Social Work teams and Occupational Therapists that are based within the specific geographical pilot area with established communication routes and processes, along with the ability to right size packages through a trusted reviewer approach. This is something that is not currently applicable to other homecare Providers. In addition, part of the CHWS contract is around fostering community connections. As such, Pilot providers have been building links and relationships with other organisations in that area in addition to acquiring sound knowledge of the community assets– this would take too much time to replicate if the Providers were to change for such a short, interim period. Modifying the contract maintains separation from citywide provision which allows for clearer comparison and evaluation. The on-going pilot feeds in well to the concept of a locality model which is the basis on which the Council aspires to commission homecare in future across the city. (ii) Terminating the CHWS contract and putting another one in place would have both resource and cost implications for the Council. Due to the nature of the pilot, a significant level of mobilisation would be required if Providers were to be changed. This would cause significant disruption to people in receipt of the service and their family carers, as their support would need to be brokered to other Providers. Many of these people have already moved once to the CHWS providers – so having to move again could impact their wellbeing. The current provider is well-integrated and positioned to deliver this service. A change in provider for this interim period prior to the tender process for citywide homecare provision is therefore not feasible in terms of timescales and resources. he original contract value was £5,730,000 with the indicative value for this modification being £2,300,000 which is 40% and therefore meets this condition.

Reference

  • FTS 034695-2026

Domains