Tender

Assessment and Orientation Support in Accommodation for Young Unaccompanied Asylum Seekers Aged 16 and Over

  • Glasgow City Council

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

Notice identifier: 2023/S 000-021930

Procurement identifier (OCID): ocds-h6vhtk-03d5b9

Published 28 July 2023, 9:47am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Jennie McCormack

Email

jennifer.mccormack@sw.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

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Assessment and Orientation Support in Accommodation for Young Unaccompanied Asylum Seekers Aged 16 and Over

Reference number

GCC005646SW

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council invites bids for the Assessment and Orientation Support in Accommodation for Young Unaccompanied Asylum Seekers aged 16 and over service.

This Service will provide 24 hour accommodation and support to 34 young unaccompanied asylum seekers who are new arrivals that have self-presented in Glasgow or come via a Home Office Resettlement Programme. Young unaccompanied asylum seekers will come from diverse backgrounds and have diverse needs. A key aim of the service will be to assist young people to move on to longer term accommodation of their own, as quickly as possible.

two.1.5) Estimated total value

Value excluding VAT: £1,352,401

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation
  • 85000000 - Health and social work services

two.2.3) Place of performance

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

Glasgow City

two.2.4) Description of the procurement

This is a 24 Hour accommodation based service which plays a key role in supporting the Council to meet its statutory duties in providing care and support to young unaccompanied asylum seekers. The service will be provided from a building that will be leased by the Council.

The initial period will be for 17 months with an option for the Council to take a further 2 years extension, subject to satisfactory review and continued funding. The stated budget of 1,352,401 GBP is for a 41 month contract period. The annual budget is 395,534 GBP

The length of stay will vary according to the needs of each young person and availability of “move-on” accommodation. A further aim of the service will be to assist young people to move on to longer term accommodation of their own, as quickly as possible. Staff will also provide Light Touch transitional support in person or by phone/messages for up to 6 weeks after moving out of the service.

The service will play a key role in Glasgow's response to delivering an environment where every child will be supported to achieve their full potential, and to contribute positively to their communities throughout their lives.

An EQIA has been completed and can be viewed using the following link:

https://glasgowcity.hscp.scot/publication/eqia-support-service-recently-arrived-young-unaccompanied-asylum-seekers

two.2.6) Estimated value

Value excluding VAT: £1,352,401

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

Duration in months

41

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

All referrals to will come through

Glasgow City Health and Social Care Partnership Young Asylum Seekers (YAS) Team.


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

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. Bidders must pass the following pass / fail declaration questions: Confirm that they have a minimum of 3 years’ experience at the point of tendering, of providing similar social care services. (Technical and Professional Ability). Confirm that all staff delivering the service will comply with all SSSC registration requirements, where applicable. Confirm that all staff delivering the service will undergo and pass full PVG disclosure checks. Be registered with the Care Inspectorate as a Housing Support Service prior to the commencement of the contract. Complete the ecertificates as required in the tender pack.

Continued in Section VI.3 Additional Information.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicator's are contained within the Service Specification as part of the Tender documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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/made

four.1.11) Main features of the award procedure

Quality - Total 60 %

Consists of:

Fair Work Practices 5%

Q1 - Case Study 12%

Q2 - Staffing 5%

Q3 - Transition to the Community 5%

Q4 - Equality & Inclusion 10%

Q5 - Safeguarding 8%

Q6 - Presentation 15%

Price / Commercials 40%

Consists of:

Weekly Rate 30%

Management Fee 5%

Employee costs as % of Total Costs 5%

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-016687

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

Date

4 September 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

cont. Failure to provide the following completed questionnaires, information and/or provide the evidence requested may result in your organisation being assessed as having failed the following pass/fail criteria. Further details in the procurement documents. Bidders need to to demonstrate a minimum of Grade 3 or above in the published Care Inspectorate Reports for their existing services under the category ‘Care & Support’ (or published inspection reports from an equivalent regulatory body). 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. 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 Bidder may hold a UKAS accredited ISO 45001 certificate (or equivalent). Where the Bidder does not satisfy this certification, they will require to complete and pass the full Glasgow City Council Health & Safety Vetting Questionnaire.

Glasgow City Council’s Insurance Requirements are:

- 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 (10,000,000 GBP) in respect of each claim, without limit to the number of claims. Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of each claim, without limit to the number of claims. Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of each claim and in the aggregate. Professional Indemnity insurance to the value of at least ONE MILLION POUNDS STERLING (1,000,000 GBP) in respect of any one event and in the aggregate. The Provider shall maintain the professional indemnity insurance for three (3) years following termination of this Agreement.

-Abuse cover to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) 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 (10,000,000 GBP) 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.

Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained.

Bidders must submit an Integrated Care Proposal Budget as part of the commercial submission. Please note that any tender submission which exceeds the defined maximum budget of 395,534 GBP per annum will be automatically disqualified and not evaluated further.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 50287. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

The Community Benefits Menu and Methodology template can be found within the Suppliers Attachment area on Public Contracts Scotland – Tender (PCS-T).Community benefits will be pass/ fail

(SC Ref:740084)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sherriff Court

P.O Box 23 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

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 bidders 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 he 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 Sherriff 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.