Tender

Community Alcohol and Drug Recovery Services

  • Glasgow City Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2026/S 000-003106

Procurement identifier (OCID): ocds-h6vhtk-05e9ca

Published 14 January 2026, 1:37pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Jennifer Ferguson

Email

gchscp_procurement@glasgow.gov.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Community Alcohol and Drug Recovery Services

Reference number

GCC006354SW

two.1.2) Main CPV code

  • 85310000 - Social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Community Alcohol and Drug Recovery services will be delivered across Glasgow City, offering multiple responses to individuals and their families. The services will offer flexibility to meet the needs of people who are at various stages of recovery, from people who are seeking initial support to address harmful use, right through to those who are in recovery and seek an abstinence-based support approach and support network.

Suppliers may bid for more than one Lot with no limit to the number of Lots that may be awarded per bidder.

Successful Community Alcohol and Drug Recovery Providers will work to provide a network of services designed with the fundamental aim to support individuals with their harmful alcohol and drug use. They will offer support to:

-Begin the recovery from harmful alcohol and drug use.

-Work with individuals to achieve and maintain abstinence.

-Build supportive and resilient relationships in families affected by others harmful alcohol and drug use.

-Maintain and sustain community living for those people with ARBD.

Full details of the requirements will be provided in the Service Specification upon publication of the tender documents.

The contract term will be for 4 years with the option of 2-year extension. Annual Value based on 25/26 Budget Lot 1 2,970,420 GBP, Lot 2 429,315 GBP, Lot 3 389,897 GBP, Lot 4 240,989 GBP and Lot 5 value of 500,000GBP is estimated and will be subject to additional funding being made available. Lots 1-4 will be block funded based on minimum required service delivery levels of 95%. Refer to Service Specification for full details for forecast of requirements.

two.1.5) Estimated total value

Value excluding VAT: £27,184,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Community Recovery Hubs including Support, Treatment And Recovery Services (STARS)

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services
  • 85311000 - Social work services with accommodation
  • 85300000 - Social work and related services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Services will be delivered within the Glasgow City area, across all HSCP Locality Areas (North West/North East and South)

two.2.4) Description of the procurement

Community Recovery Hubs

Development of a primary Community Recovery Hub in each geographical locality and be able to offer locality ‘spoke models’ of outreach support, in multiple community venues across Glasgow.

A range of methods should be available to achieve recovery goals, and provide abstinence support, with some examples provided below:

-Group work – structured sessions where individuals can share experiences, learn coping skills, build social connections, and support each other’s recovery.

-Psychosocial Interventions – nonmedical approaches that address the psychological and social factors affecting an individual’s well-being and recovery.

-Assertive Outreach may be required in some instances for individuals who require enhanced support for engagement in their Recovery Plan.

-Housing Support functions – where there is immediate risks to tenancy sustainment, support and signposting to the information and advice services.

Support, Treatment And Recovery Services (STARS)- this element of the Community Recovery Hub is for individuals, who are on established Medicated Assisted Treatment (MAT) plans and identified by HSCP as low risk and stable. The service will offer recovery planning, signposting to relevant services, health and well-being checks.

The STARS element of the service will be a telephone-based support service due to the high volume of referrals and current open cases to continue support individuals with their recovery goals.

The service will deliver a scheduled programme of contact calls for all active cases and the STARS workers will link with individuals on their agreed recovery plan, with contact of a minimum of every 8 weeks.

Full details of the Lot 1 requirements will be provided in the Service Specification upon release of Tender Documents

two.2.6) Estimated value

Value excluding VAT: £17,822,520

two.2.7) Duration of the contract or the framework agreement

Duration in months

72

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Lot 1 Services will be a single supplier award - this may also be a consortium/collaboration or joint bidders.

Initial contract duration is 4 years (48 months) with the option to extend for a further 2 year (24 months) period.

Contract Values provided are based on 72 months.

two.2) Description

two.2.1) Title

Alcohol and Drug Counselling Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services
  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85311000 - Social work services with accommodation
  • 85312300 - Guidance and counselling services
  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Services will be delivered within the Glasgow City area, across all HSCP Locality Areas (North West/North East and South)

two.2.4) Description of the procurement

Counselling services will be an early intervention to problematic alcohol and drug use and can divert people from statutory services. Services will be embedded as part of the recovery orientated system of care across Glasgow City, delivering at Tiers 2-3 of the National Framework.

The service will have screening methods to determine the best approach for the individual: delivering support, such as, Alcohol Brief Interventions (ABI) and Counselling work .

The service will deliver Brief Interventions to reduce harms from drugs, in particular cocaine, linking to the findings of the most up to Public Health Scotland’s data evidence-based practice on interventions to reduce harms from Cocaine.

The service will deliver structured therapeutic sessions using common evidence-based approaches, such as: Motivational interviewing; Cognitive behavioural Therapy and Trauma Informed Therapy. This list is not exhaustive and more personalised approaches can be offered.

There is a requirement to have accommodation where services can be delivered and the service must also be able to offer more localised sessions in communities across the three locality areas in Glasgow.

Full details of the Lot 2 requirements will be provided in the Service Specification upon release of Tender Documents

two.2.6) Estimated value

Value excluding VAT: £2,575,890

two.2.7) Duration of the contract or the framework agreement

Duration in months

72

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Lot 2 Services will be a single supplier award - this may also be a consortium/collaboration or Joint Bidders.

Initial contract duration is 4 years (48 months) with the option to extend for a further 2 year (24 months) period.

Contract Values provided are based on 72 months.

two.2) Description

two.2.1) Title

Support to Families (affected by others alcohol and drug use)

Lot No

3

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services
  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Services will be delivered within the Glasgow City area, across all HSCP Locality Areas (North West/North East and South)

two.2.4) Description of the procurement

The service will provide free and confidential practical advice, information and emotional support to individuals;-This service will be available to families affected by a family members harmful alcohol and drug use.

The service will be available to kinship carers and informal carers who have caring roles as a result of family members harmful alcohol and drug use.

The service must offer accommodation to deliver supports. In addition, be able to offer outreach surgery group support in local communities to widen accessibility and increase awareness of the service.

-The support will be delivered as group sessions and there will be limited 1:1 support sessions available where appropriate.

-The service will be a key component in the social recovery systems in Glasgow

-The service will be part of the recovery orientated system and be an integral part of recovery for all the family.

-The service will build and promote natural social networks of support for people to move onto more informal arrangements of support.

-The service will offer short break/respite interventions (from 1 hour to maximum of 4hours) to children and young people (0-16)

Full details of the Lot 3 requirements will be provided in the Service Specification upon release of Tender Documents

two.2.6) Estimated value

Value excluding VAT: £2,339,382

two.2.7) Duration of the contract or the framework agreement

Duration in months

72

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Lot 3 Services will be awarded to one Provider - this may also be a consortium/collaboration or Joint Bidders.

Initial contract duration is 4 years (48 months) with the option to extend for a further 2 year (24 months) period.

Contract Values provided are based on 72 months.

two.2) Description

two.2.1) Title

Alcohol Related Brain Damage (ARBD) Outreach Support Service

Lot No

4

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services
  • 85310000 - Social work services
  • 85300000 - Social work and related services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Services will be delivered within the Glasgow City area, across all HSCP Locality Areas (North West/North East and South)

two.2.4) Description of the procurement

The outreach service will deliver a care and support service for people with a diagnosis of ARBD

The service will deliver flexible person-led support, tailored to each individual’s stage of their ARBD diagnosis.

The service will promote improved cognitive functioning and provide support with daily living skills, physical health, mental wellbeing and independence to sustain community living.

The delivery of support will be in a person’s own home or in their current accommodation setting.

There may be situations where in-reach transition support into the HSCP commissioned short term ARBD residential care homes is required, to support a move onto Community living.

Services will be available 7 days a week and will normally be blocks of support delivered daily or on agreed days as defined in the assessment of need provided by the HSCP’s ARBD Team.

The service will focus on recovery potential and build on established routines by ensuring there are skilled staff who understand ARBD and recognise the impact and the recovery potential for an individual.

The service will implement a range of memory aids and look at the use of digital technology solutions to meet outcomes.

The service will work in partnership with the HSCP ARBD team and the Community Recovery services.

The role of community integration and social connection will require the service to have / develop knowledge and awareness of local communities, social networks and the community alcohol and drug recovery services.

Full details of the Lot 4 requirements will be provided in the Service Specification upon release of Tender Documents

two.2.6) Estimated value

Value excluding VAT: £1,445,934

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Lot 4 Services will be a single supplier award - this may also be a consortium/collaboration or Joint Bidders.

Initial contract duration is 4 years (48 months) with the option to extend for a further 2 year (24 months) period.

Contract Values provided are based on 72 months.

two.2) Description

two.2.1) Title

Additional Requirements

Lot No

5

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services
  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Services will be delivered within the Glasgow City area, across all HSCP Locality Areas (North West/North East and South)

two.2.4) Description of the procurement

Use of this Lot will be funding dependant and will rely upon new or additional funding being made available to the council and/or HSCP to meet specific service delivery outcomes.

Providers who are successfully awarded to Lot 5 will be part of a non ranked supplier list.

Whether required outcomes for any new funding align with current service delivery models per Lot will be considered when determining call offs. Call offs will be made via Direct Award or Mini Competition for requirements that arise from additional funding becoming available which may be made at any point through the contract duration and may run for a period shorter than or up to the full contract duration.

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

72

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

There is no guarantee that Lot 5 contract value will be realised and therefore no guarantee of business can be made.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Single Procurement Document - Exclusion criteria apply

Minimum Qualifying Criteria Applies (this may differ per Lot so refer to Tender Documents for full details) -

-Financial Viability Checks

-Minimum Insurance Requirements (This differs per Lot so refer to Tender Docs)

-Minimum Health and Safety Requirements

-Care Inspectorate Registration Requirements (Lots 1, 3 & 4)

-Requirement re Care Inspectorate Urgent or Enforcement Notices (Lots 1, 3 & 4)

-Care Inspectorate Minimum Grades (Lots 1, 3 & 4)

-Participation in Protecting Vulnerable Groups Scheme (All Lots)

-Registration with Scottish Social Services Council (All Lots)

-Health and Social Care Staffing Act (All Lots)

-Required Qualifications (Lot Specific) (Lot 2 Specific)

-Required Policies (All Lots)

See Additional Information Section and tender documents for full details

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Contract will be a Block funded with maximum available funding levels for Lots 1 to 4 based on minimum service delivery levels of 95%.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: https://www.legislation.gov.uk/ssi/2015/446/contents

four.1.11) Main features of the award procedure

70% Quality and 30% Price for Lot 1-4 and 100% Quality for Lot 5.

The winning bidder in each Lot 1 – 4 will have the highest score based on best price/best quality ratio, taking into account quality and sustainability criteria.

No Limit of Bidders in Lot 5.

Suppliers may bid for more than one Lot.

There are no restrictions on the number of Lots that can be awarded to a Supplier.

Minimum score of 60 required in all Questions in all Lots.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-077486

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 February 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

An online Information Event relating to this Tender, Tender process and document completion is being hosted by the Supplier Development Programme on the 3rd February 2026 at 14:00pm. Bidders must register with the Supplier Development Programme directly to note their interest in attending this event.

.

Tender Requirements in relation to Selection and Award criteria will be fully defined in the contract Notice and Tender Documentation once the Tender is published, which is expected to be on or around 14th January 2026.

.

The main aspects for Bidders to consider are-

.

Care Inspectorate Registration Requirements for Lot 1, Lot 3 and Lot 4. Requirements for Lot 5 are not defined at this time. Lot 2 does not require Care Inspectorate Registration.

.

Where Care Inspectorate Registration is required, bidders will require to evidence a minimum of Grade three (3) or Good in their most recent Care Inspection Report for a relevant service.

.

Bidders for Lot 2 will require to evidence that staff involved in the delivery of counselling services will hold a relevant counselling qualification and hold or be working towards the professional Accreditation for Counselling & Psychotherapy in Scotland (COSCA) or equivalent.

.

Bidders will require to have or have access to, Property/appropriate spaces in which to deliver services as outlined in this notice and in future tender documentation.

.

Bidders will require to meet minimum Health & Safety requirements.

.

Bidders will require to confirm that all staff involved in the delivery of services (ALL LOTS) will undertake or commit to completing PVG checks (Protection of Vulnerable Groups Scheme).

.

Membership to the Scottish Social Services Council (SSSC) will be required for relevant roles under Lot 1, Lot 3 and Lot 4.

.

Lot 5 value and pricing requirements will be defined at the point of any funding being made available).

.

Insurance Requirements require to be met and are defined per Lot in the Invitation to Tender. Please refer to the Tender documents for this detail as the data volume is to great for inclusion in this notice.

.

Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

AND

The Council reserves the right at its own discretion to seek such other information from the Bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder’s economic and financial standing.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30868. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Completion of Community Benefits Outcomes is a requirement PER LOT bid (except Lot 5). This is a mandatory requirement, that is Pass / Fail.

Bidders MUST refer to the Community Benefits Invitation to Tender document provided in the Supplier Attachment area of PCS-T for full details and guidance relating to completion of the Community Benefits documents.

All Community Benefit templates (Main Community Benefits Menu, supporting Methodology Statement and Voluntary Community Benefits template) are contained within the Community Benefits folder in the Supplier Attachment area of PCS-T

(SC Ref:819942)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Sheriff Clerks Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/glasgow-sheriff-court-and-justice-of-the-peace-court/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”).

The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition.

The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.