Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Contact
Denise Williamson
Denise.Williamson@glasgow.gov.uk
Telephone
+44 1412872000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Other activity
Social Care
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kinship Care Safeguarding and Support Service
Reference number
GCC005847SW
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Notice of the Council's intent to issue a Tender for the delivery of Kinship Care Safeguarding and Support Service which meets the needs of individual children / young people and their Kinship carers.
The Service to be delivered is for the provision of the Kinship Care Safeguarding and Support Service to children and young people, in kinship care families, under s25 of the Children (Scotland) Act 1995. The service can, at the discretion of the locality Service Manager who has the overview of Kinship care services, be extended to children or young people in other kinship arrangements, for example a section 11 Kinship Care Order.
The delivery of the Service will assist the Council in meeting its statutory duty to safeguard, support and promote the welfare and wellbeing of children and young people living in kinship care families. It will focus primarily on children and young people supported in kinship arrangements which have been assessed by SWS as stable (typically for two years, though this timescale may be less depending on individual circumstances of the child or young person), and who are resident in the city or within a twenty-mile radius of the Glasgow City boundary. Referrals to this Service may also include, by exception and by agreement between all parties, children and young people in stable kinship care arrangements that are outwith this geographical radius.
In terms of the scope of this tender, Kinship care arrangements in scope include:
- Looked after children or young people who have been formally placed with Kinship carers by the local authority under Section 25 (s25) of the Children (Scotland) Act 1995.
- Children or young people who are subject to an order under Section 11 (s11) of the Children (Scotland) Act 1995.
- Children or young people who may be deemed ‘eligible’ under the Children and Young People (Scotland) Act 2014 and living with a Kinship carer and eligible under either of the sections above.
- Referrals will be made for children and young people aged from birth until their 19th birthday
two.1.5) Estimated total value
Value excluding VAT: £1,622,239
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Kinship Care Safeguarding and Support Service Glasgow North East
Lot No
1
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Glasgow City Council wishes to notify the market of its intention to advertise a Tender in the coming weeks for the provision of the Kinship Care Safeguarding and Support Service. To deliver this service the Council hopes to appoint Providers across the three Lots using an open tender process. The anticipated contract period will be for an initial three years with the option for the Council to extend for up to a further two years, subject to review and available funding.
Scope of Opportunity -
To assist the Council in meeting its obligations to children, young people and Kinship carers, the Service Provider will deliver a range of supports to children and young people in kinship care households, as well as their Kinship carers. These include:
-Conducting visits with the child or young person in their kinship care homes;
-Cultivating and developing relationships with the child or young person and their Kinship carers;
-Eliciting the views of the child or young person in all aspects of their care, health and wellbeing, and ensuring these are heard, shared and acknowledged by all those involved in the child or young person’s care when care plans and outcomes are reviewed;
-Creating and supporting opportunities for the child or young person and Kinship carers to participate in their community, to engage in experiences that meet their needs and interests, including activities and groups;
-Creating and supporting opportunities for the child or young person to maintain and develop relationships with their brothers, sisters and extended family members where these relationships are in the child or young person’s best interests and important to the child or young person’s wellbeing.
-Providing emotional support, and guidance to children, young people and Kinship carers which encourages them to participate in positive family time with parent(s), in line with Social Work care plans, where these relationships are in the child or young person’s best interests.
-Providing advice to children and young people and Kinship carers, and/or signposting to sources of information and advice when required;
-Supporting children and young people and Kinship carers to access financial and practical supports they are entitled to, and advocating on their behalf during any application processes, where necessary;
-Providing a crisis response, including in circumstances where there may be risk of relationships breaking down, and working alongside SWS to restabilise relationships wherever possible.
This list is not exhaustive.
The Service Provider is encouraged to be innovative in their approach to service delivery, and to make use of their organisation’s resources, connections, and knowledge of community supports to create a Service that is flexible enough to cater for each child, young person’s and Kinship carers needs, whilst acknowledging common themes and issues that this group may experience.
two.2.6) Estimated value
Value excluding VAT: £635,920
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
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
Full information will be provided later in this notice and all Tender documentation will be available in Public Contacts Scotland Tender under the Project Code_24618
https://www.publictendersscotland.publiccontractsscotland.gov.uk
two.2) Description
two.2.1) Title
Kinship Care Safeguarding and Support Service Glasgow North West
Lot No
2
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Glasgow City Council wishes to notify the market of its intention to advertise a Tender in the coming weeks for the provision of the Kinship Care Safeguarding and Support Service. To deliver this service the Council hopes to appoint Providers across the three Lots using an open tender process. The anticipated contract period will be for an initial three years with the option for the Council to extend for a further two years, subject to review and available funding.
Scope of Opportunity -
Glasgow City Council wishes to notify the market of its intention to advertise a Tender in the coming weeks for the provision of the Kinship Care Safeguarding and Support Service. To deliver this service the Council hopes to appoint Providers across the three Lots using an open tender process. The anticipated contract period will be for an initial three years with the option for the Council to extend for up to a further two years, subject to review and available funding.
Scope of Opportunity -
To assist the Council in meeting its obligations to children, young people and Kinship carers, the Service Provider will deliver a range of supports to children and young people in kinship care households, as well as their Kinship carers. These include:
-Conducting visits with the child or young person in their kinship care homes;
-Cultivating and developing relationships with the child or young person and their Kinship carers;
-Eliciting the views of the child or young person in all aspects of their care, health and wellbeing, and ensuring these are heard, shared and acknowledged by all those involved in the child or young person’s care when care plans and outcomes are reviewed;
-Creating and supporting opportunities for the child or young person and Kinship carers to participate in their community, to engage in experiences that meet their needs and interests, including activities and groups;
-Creating and supporting opportunities for the child or young person to maintain and develop relationships with their brothers, sisters and extended family members where these relationships are in the child or young person’s best interests and important to the child or young person’s wellbeing.
-Providing emotional support, and guidance to children, young people and Kinship carers which encourages them to participate in positive family time with parent(s), in line with Social Work care plans, where these relationships are in the child or young person’s best interests.
-Providing advice to children and young people and Kinship carers, and/or signposting to sources of information and advice when required;
-Supporting children and young people and Kinship carers to access financial and practical supports they are entitled to, and advocating on their behalf during any application processes, where necessary;
-Providing a crisis response, including in circumstances where there may be risk of relationships breaking down, and working alongside SWS to restabilise relationships wherever possible.
This list is not exhaustive.
The Service Provider is encouraged to be innovative in their approach to service delivery, and to make use of their organisation’s resources, connections, and knowledge of community supports to create a Service that is flexible enough to cater for each child, young person’s and Kinship carers needs, whilst acknowledging common themes and issues that this group may experience.
two.2.6) Estimated value
Value excluding VAT: £476,935
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
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
Full information will be provided later in this notice and all Tender documentation will be available in Public Contacts Scotland Tender under the Project Code_24618
https://www.publictendersscotland.publiccontractsscotland.gov.uk
two.2) Description
two.2.1) Title
Kinship Care Safeguarding and Support Service Glasgow South
Lot No
3
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Glasgow City Council wishes to notify the market of its intention to advertise a Tender in the coming weeks for the provision of the Kinship Care Safeguarding and Support Service. To deliver this service the Council hopes to appoint Providers across the three Lots using an open tender process. The anticipated contract period will be for an initial three years with the option for the Council to extend for a further two years, subject to review and available funding.
Scope of Opportunity -
To assist the Council in meeting its obligations to children, young people and Kinship carers, the Service Provider will deliver a range of supports to children and young people in kinship care households, as well as their Kinship carers. These include:
-Conducting visits with the child or young person in their kinship care homes;
-Cultivating and developing relationships with the child or young person and their Kinship carers;
-Eliciting the views of the child or young person in all aspects of their care, health and wellbeing, and ensuring these are heard, shared and acknowledged by all those involved in the child or young person’s care when care plans and outcomes are reviewed;
-Creating and supporting opportunities for the child or young person and Kinship carers to participate in their community, to engage in experiences that meet their needs and interests, including activities and groups;
-Creating and supporting opportunities for the child or young person to maintain and develop relationships with their brothers, sisters and extended family members where these relationships are in the child or young person’s best interests and important to the child or young person’s wellbeing.
-Providing emotional support, and guidance to children, young people and Kinship carers which encourages them to participate in positive family time with parent(s), in line with Social Work care plans, where these relationships are in the child or young person’s best interests.
-Providing advice to children and young people and Kinship carers, and/or signposting to sources of information and advice when required;
-Supporting children and young people and Kinship carers to access financial and practical supports they are entitled to, and advocating on their behalf during any application processes, where necessary;
-Providing a crisis response, including in circumstances where there may be risk of relationships breaking down, and working alongside SWS to restabilise relationships wherever possible.
This list is not exhaustive.
The Service Provider is encouraged to be innovative in their approach to service delivery, and to make use of their organisation’s resources, connections, and knowledge of community supports to create a Service that is flexible enough to cater for each child, young person’s and Kinship carers needs, whilst acknowledging common themes and issues that this group may experience.
two.2.6) Estimated value
Value excluding VAT: £509,385
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
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
Full information will be provided later in this notice and all Tender documentation will be available in Public Contacts Scotland Tender under the Project Code_24618
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Technical & Professional Ability
Bidders are required to provide evidence of having the necessary capacity and capability to deliver the requirement as described in the tender documentation. Bidders with experience of delivering quality care services are required. Bidders must pass the following self declaration questions in order for their bid to be evaluated further:
- Confirm they have a minimum of two years’ experience, within the last three years’ of delivering social care services to children and families.
- Confirm that all staff delivering the service will comply with all SSSC registration requirements, where applicable.
- Confirm that all staff delivering the service and working with children, young people and Kinship carers will undergo and pass full PVG disclosure checks.
These will be PASS/FAIL questions.
Continued in Section VI.3 Additional Information.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contained in procurement documents.
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/regulation/58/made
four.1.11) Main features of the award procedure
Award will be made to the successful Bidder who meets:
The required Qualifying Requirements/Criteria
Five Technical (Quality) Questions, Fair Work First Question and Bidder's presentation. Overall Technical weighting is 60%.
Bidders prices will also be evaluated as part of this Tender and weighted at 40% of the overall Tender score. Bidders will have scores applied based on each of the weighted section elements.
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-017066
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 August 2023
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
Financial Viability
-Financial Viability Assessment. Bidders are required to provide three (3) years audited accounts (or financial statements where there is no requirement to submit audited accounts to Companies House) and complete a Financial Viability Template and pass all financial probity checks.
Health and Safety
-Provide a completed Health and Safety Questionnaire and copies of all associated/relevant policies & procedures in place.
-Confirmation that required Social Care specific policies and procedures are in place as specified in the SPD Health & Safety questionnaire, including relevant policies and information relating to service user safeguarding and protection are in place (for Adults and Children).
HEALTH & SAFETY
In line with current procurement practices, the Council has taken a decision to follow the Single Procurement Document (SPD) process for the health & safety evaluation of potential contractors /social care suppliers. In summary the Bidder may already hold a UKAS accredited OHSAS 18001 certificate or be evaluated in a member scheme of the Safety Schemes in Procurement (SSIP). Where the Bidder does not satisfy the above certification, they will require to complete the full Glasgow City Council Health & Safety Vetting Questionnaire.
Insurance
-Provide a completed Insurance Questionnaire and copies of all related certificates and policies. Bidders must commit to have in place (and maintain) or commit to obtain relevant insurance levels as specified before service commencement, if successful.
INSURANCE REQUIREMENTS (To be maintained throughout life of the Contract)
- Bidder shall take out and maintain, throughout the period of the contract, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000GBP) in respect of any one event and unlimited in the period.
-Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000GBP) in respect of any one event and unlimited in the period.
-Bidder shall take out and maintain, throughout the period of the contract, Abuse cover to the value of at least FIVE MILLION POUNDS STERLING (5,000,000GBP) in respect of any one claim, without limit to the number of claims or; Abuse cover to the value of at least TEN MILLION POUNDS STERLING (10,000,000GBP) in respect of any one claim, and in the aggregate. The policy must be arranged on a ‘claims occurring’ basis. Please note cover arranged on a claims made basis will not be accepted by Glasgow City Council.
-Bidder(s) who have motor vehicles which are used in the provision of their Services must maintain adequate vehicle insurance cover in respect of such vehicles.
Glasgow City Council also requires that the successful bidder retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the contract. The standard requirement for Glasgow City Council is:
-Bidder shall take out and maintain throughout the period of the contract Professional Indemnity insurance to the value of at least TWO MILLION POUNDS STERLING (2,000,000GBP) in respect of each claim and in the aggregate.
Community Benefits
Community Benefits are included in this requirement and are outlined within the tender documentation. For more information see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
Full details of this Tender and all associated documents will be available on Public Contracts Scotland Tender under Project_24618. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 50650. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24618. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:738271)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom