Tender

Glasgow Justice Framework

  • Glasgow City Council

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

Notice identifier: 2023/S 000-024056

Procurement identifier (OCID): ocds-h6vhtk-03f05e

Published 16 August 2023, 3:15pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Contact

Phil Stevenson

Email

phil.stevenson@glasgow.gov.uk

Telephone

+44 1412765623

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

http://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

Glasgow Justice Framework

Reference number

GCC005585SW

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The council invites tender bids from organisations providing justice services to join the Glasgow Justice Framework. The main objective of all services provided through the framework is to provide safer and stronger communities. Please see service Technical Specification for details.

The contract is expected to run for three years, commencing 22nd December 2023 and ending on 21st December 2026. The council will have an option to extend the contract on all Lots for a period of up to one year based on satisfactory service review outcomes in accordance with the council’s Terms and Conditions.

Lot 1 Community Sentencing – 2 Providers

Lot 2 Tenancy Sustainment

Lot 3 Accommodation with Support - Female

Lot 4 Specialist Services

Lot 5 Purchased Justice Services Delivered in the Community

two.1.5) Estimated total value

Value excluding VAT: £6,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

two.2) Description

two.2.1) Title

Community Sentencing (CPO)

Lot No

1

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 75230000 - Justice services

two.2.3) Place of performance

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

UK, Glasgow

two.2.4) Description of the procurement

Provision of services for Community Payback Orders (CPO) in Glasgow.

Community Payback Orders (CPOs) are the most common type of community sentencing. Within CPOs a number of requirements can be imposed by the Court that must be managed by criminal justice social work services. These include offender supervision, unpaid work or other activity, compensation, conduct, programme, alcohol or drug treatment, mental health treatment or residence requirements.

The Council is required under the Criminal Procedure (Scotland) Act 1995 and the Criminal Justice and Licensing (Scotland) Act 2010 to ensure that community sentencing is organised and managed as an integral part of the social work services responsibilities to the justice system, offenders and victims of crime and their families.

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

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

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

two.2) Description

two.2.1) Title

Tenancy Sustainment

Lot No

2

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 75230000 - Justice services

two.2.3) Place of performance

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

UK, Glasgow

two.2.4) Description of the procurement

Currently the Council leases 60 temporary furnished flats. The Council works in partnership with Glasgow Housing Association (GHA) and City Property to lease the premises to our service providers. The leasing of these premises will be transferred over to the successful bidder/s as the lease with the current provider will terminate should a new provider be the successful applicant.

Whilst the clear focus of the tenancy sustainment services will be on the provision of support, providers will require to be aware of the potential for service users to present high risk behaviour. It will be necessary for the Provider to link into monitoring processes, including where appropriate MAPPA. The Provider should appropriately manage high risk behaviours should they occur and immediately alert supervising officers should any factors or behaviours affecting risk emerge.

The Provider will ensure staff are trained and supported to provide high quality flexible support outreach support, to service users involved with the justice system or who may be subject to compulsion and restriction orders (CORO), who may present with a range of issues and complex support needs which may include mental and physical health problems, learning disability, addictions, financial exclusion, social isolation, fleeing violence etc.

two.2.6) Estimated value

Value excluding VAT: £320,000

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

Duration in months

48

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

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

two.2) Description

two.2.1) Title

Accommodation with Support - Female

Lot No

3

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 75230000 - Justice services

two.2.3) Place of performance

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

UK, Glasgow

two.2.4) Description of the procurement

The Accommodation with Support Service for women involved in the justice system, specifically those with a statutory Justice order, providing accommodation that supports independent living environments within the stability of a Residential model, with the clear focus of providing support to reduce offending behaviour to females who may present with a range of issues and complex support needs.

The provider is required to bring/have appropriate Accommodation to deliver the residential service.

The Female Residential Service will be based within the Glasgow City boundary to facilitate ongoing community engagement with local Recovery services and networks.

two.2.6) Estimated value

Value excluding VAT: £650,000

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

Duration in months

48

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

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

two.2) Description

two.2.1) Title

Specialist Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 75230000 - Justice services

two.2.3) Place of performance

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

UK, Glasgow

two.2.4) Description of the procurement

Specialist services relate to the support required for high-risk offenders subject to statutory supervision orders with additional support needs and management of particularly high-risk offenders such as those subject to MAPPA (Multi-Agency Public Protection Arrangements) upon release from prison.

Service needs can include intensive supervision in the community, sometimes including provision of accommodation and other support from (e.g.) Home Care, Mental Health, Learning Disability, specialist forensic services etc. This would be arranged as and when required based on individual needs.

two.2.6) Estimated value

Value excluding VAT: £50,000

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

Duration in months

48

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

Funding for this Lot is dependent on external funding being made available.

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

two.2) Description

two.2.1) Title

Purchased Justice Services in communities

Lot No

5

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 75230000 - Justice services

two.2.3) Place of performance

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

UK, Glasgow

two.2.4) Description of the procurement

On occasion funding may become available for community-based initiatives that enables the Council to meet Statutory Requirements, or further the aims of the Council in delivering Justice Services that help to reduce re-offending or promote pro-social behaviour. There is no contract value in this Lot.

Mini-competition process will be implemented.

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

Duration in months

48

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

Funding for this lot is dependent on external funding being made available and will be described in any Mini Competition information issued.

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


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

Mandatory Qualification Pass/Fail Requirements:

Be required to have or commit to obtain registration with the Care Inspectorate under the appropriate category for service type being bid for. Not required for Lot 1

Be able to demonstrate an average of Grade 3 or above in your previous 2 published Care Inspectorate Reports for existing services under the category ‘Care & Support’ (or published inspection reports from an equivalent regulatory body). Not required for Lot 1

Confirm that all staff who will be delivering the service(s) comply with all SSSC requirements.

Confirm that all staff working with service users will have undergone and passed full PVG Disclosure checks

Bidders must have a minimum of 2 years continuous experience within the last 3 years, of providing social care services and/or delivering services to individuals involved with the justice system who require support to address their offending behaviours.

Qualifying Requirements continued in Additional Information

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Lot 1 - Award to 2 individual Providers. Each awarded provider will provide 60 placements per week ensuring evening and weekend provision is available. Each provider will be allocated a maximum of GBP140,000 per annum for the provision of 60 placements each per week.

Lot 1 has an additional contractual condition of Block Payment arrangements which will be subject to on-going monitoring of referrals and provision, if necessary and to ensure best value will include end of year financial adjustments. The HSCP will also consider if proportionate referrals to meet the required uptake have been made to each provider.

Providers on the framework for Lot 4 will be awarded business by direct award on a ranked basis.

Providers on the framework for Lot 5 will be invited to participate in a Mini-Competition for any additional call off contracts as and when they arise/funding becomes available.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

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

Lots 1-4 60% (Generic Q’s 25% a presentation at 10% and 5% for Fair Work First & Lot Specific questions 20%, Lot 5 100% Quality

Bidders must achieve an overall pass mark of 60% across the Technical Quality Q’s asked.

Commercial evaluation 40%

Lot1, 2 & 3 Price Proportion to Best Price (30%), Employee Costs as a % of Total Costs (5%), Mgmnt Fee (5%)

Lot4 Price Proportion to Best Price (25%), Emp Costs as a % of Total Costs (5%), Mgmnt Fee (5%), Direct Service Hrs as a % of Total Hrs (5%)

four.2) Administrative information

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

Date

18 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

Qualifying Criteria Continued - Mandatory Pass/Fail

Provide a completed Financial Viability Template (Pass/Fail on ratios)

Provide previous 3 years audited accounts

Bidders must complete the Insurance Questionnaire and Mandate as per ITT and have in place or commit to obtain all insurance levels stated.

Bidders must complete the Health and Safety Questionnaire and provide copies of all relevant policies and procedures as per ITT

Bidders must complete a Community Benefits Template

Due to character limitations in this notice, it has not been possible to detail the full descriptors for all of the Qualifying Selection Criteria and Technical (Quality) aspects of this tender. Potential Bidders are invited to download the suite of tender documents associated with this opportunity from Public Contracts Scotland Tender for Project_22839

Bidders who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract should the Bidder no longer meet the requirements set out in this SPD.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22839. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Sub-contracting is not being requested as part of this contract due to the nature of the services being tendered.

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:

Glasgow City Council is committed to promoting Community Benefits through its procurement activity. A Community Benefits Statement Template has been included as an attachment in the Qualification envelope on PCSt at Section 4A. It is mandatory for bidders to complete this template as part of the SPD qualifying criteria.

(SC Ref:712721)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court & Justice of the Peace Court

PO 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 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.