- Scope of the procurement
- Lot 4. Providers for Children and Young People with Complex Learning, Physical Disability and Mental Health Conditions
- Lot 2. Individual Fostering Families
- Lot 1. Fostering Families
- Lot 5. Providers for Short Breaks (Respite)
- Lot 3. Adult Caring Households (Continuing Care and Aftercare)
Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Commonwealth House, 32 Albion Street
Glasgow
G1 1LH
Contact
Jennifer Ferguson
jennifer.ferguson@glasgow.gov.uk
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
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
Framework Tender for Fostering Families and Adult Caring Households (Continuing Care and Aftercare) Services
Reference number
GCC006086SW
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
A Framework is being established with Providers registered as Fostering Services and Adult Placement Services to secure future Fostering Families and Adult Caring Household provision for children and young people who require to be looked after and accommodated away from home. From this point on any reference to Bidder will mean the Provider Organisation who is bidding to provide Fostering Families and Adult Caring Household services, referred to hereafter for ease as Fostering Families.
Glasgow City Council (the Council) is seeking to establish a multi-supplier Framework. Successful Bidders and Fostering Families will play a key role in supporting the Council to meet its statutory duties in providing care and support to children and young people who need to be Looked After or Looked After and Accommodated in a family setting. Successful Bidders will work in collaboration and close partnership with Social Work staff and key partner agencies, including NHS Greater Glasgow and Clyde (NHSGGC) and Education services to deliver the outcomes for the children and young people as specified by the Council in the child or young person’s My Plan. Contract Duration: 3 Years, plus the option to extend for a further 1 year.
Providers will be expected to recruit Fostering Families from within the Glasgow City boundary. Where this is not possible, and to ensure the most compatible match for the child or young person, recruitment of Fostering Families within a 20 mile radius of the Glasgow City boundary and beyond will be considered.
two.1.5) Estimated total value
Value excluding VAT: £39,900,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Bidders should note that some Lots are tied for the purposes of continuity and continuation of services to the child or young person. This means that where Lots are tied, to ensure a compliant bid, Bidders must bid for tied Lots as described in Section 1.2 of the Invitation To Tender and note below-
Lot 1 Fostering Families is tied to Lot 3 Continuing Care and Aftercare
Lot 2 Individual Fostering Family Support is tied to Lot 3 Continuing Care and Aftercare
Lot 3 cannot be bid for as a Stand alone Lot.
two.2) Description
two.2.1) Title
Providers for Children and Young People with Complex Learning, Physical Disability and Mental Health Conditions
Lot No
4
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Fostering Family and Adult Caring Household placements should ideally be within a 20 mile radius of the Glasgow City boundary.
two.2.4) Description of the procurement
The provision of Foster Family and Adult Caring Household based care for children and young people with very complex care needs. This will require the provision of Foster Families and Adult Caring Households where the Carers already have, or are able and willing to develop particular skills and abilities to support children and young people with some or all of the following needs:
Non-verbal communication/communication through other methods
Needs that require specific training for the Provider and Providers, e.g. nutrition is met through percutaneous endoscopic gastrostomy (PEG) or stoma care
Significant daily and overnight physical care needs
Autistic Spectrum Disorder
Medical needs that require additional support and attendance at NHS appointments
Administration of medication/rescue medication (PRN)
Round the clock supervision
Ongoing CAMHs or other professionals’ involvement
This list is not exhaustive.
This Lot also includes provision for Mother and Baby placements.
Examples of the range of disabilities expected to be covered by this Lot are included as part of the tender documents.
Age Group – 0 to 26 years (26th birthday)
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
Individual Fostering Families
Lot No
2
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Individual Fostering Family placements should be within a 20 mile radius of the Glasgow City boundary.
two.2.4) Description of the procurement
This Lot is for the provision of an individual Fostering Family which will require the child or young person to be the only child or young person being cared for in the Fostering Family household. A key emphasis of the Fostering Family support is safeguarding, and will necessitate the carers being very experienced and suitably skilled to care for, and support the child or young person. Children and young people in this category may have neuro diversity profiles and may struggle to live in busy, noisy environments with multiple children, or young people, or children or young people may display behaviour which can pose a risk to themselves or others, including other children and young people.
This Lot also includes provision for Mother and Baby placements.
Age Group – 0 to 18 years (18th Birthday)
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
Lot 2 is explicitly tied to Lot 3.
Bidders applying to Lot 2 must also bid for Lot 3.
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
Fostering Families
Lot No
1
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
- 85310000 - Social work services
- 85000000 - Health and social work services
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Fostering Families placements should be made within a 20 mile radius of the Glasgow City boundary.
two.2.4) Description of the procurement
This Lot is for Fostering Family arrangements where there may be one or more child or young person, including the Fostering Family’s own children or other fostered children or young people being cared for, depending on the Foster Families’ registration.
This Lot also includes provision for Mother and Baby placements.
Age Group – 0 to 18 years (18th Birthday)
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
Lot 1 is explicitly tied to Lot 3.
Bidders applying to Lot 1 must also bid for Lot 3.
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
Providers for Short Breaks (Respite)
Lot No
5
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Short Break placements in Fostering Families and Adult Caring Households will ideally be within a 20 mile radius of the Glasgow City boundary.
two.2.4) Description of the procurement
A provision to offer short-term, time-limited care in a one-off or standalone arrangement in response to urgent need, or as a planned regular arrangement to support a child or young person over a period of time, as agreed through the social work care planning process and in line with relevant legislation and guidance. The minimum duration of a Short Break will be 4 hours.
Short Breaks (Respite) Carers will form a critical part of Glasgow City Health Social Care Partnership’s (GCHSCP) resources in order to provide flexible support to families to assist them to remain together. Short Breaks Providers will be used for children and young people who are LAAC. Short Breaks can also be used for families in the community where the child or young person is at risk of being LAAC, Kinship families; and to provide a break to Adult Caring Households or the child or young person, to provide distance to de-escalate family tensions or to respond to a family crisis, such as the acute illness/ death of the parent or carer. Short breaks can also be used as a short-term support arrangement for children affected by disabilities who continue to live within a family situation.
Where a child or young person needs planned short breaks, GCHSCP would seek a regular Fostering Family to provide consistency and to enable the Fostering Family or Adult Caring Household to be part of the child or young person’s support network over time.
This Lot also includes provision for Mother and Baby placements.
Age Group –
Fostering Families 0 to 18 years (18th birthday)
Continuing Care 18 to 21 (21st birthday)
Aftercare 18 to 26 years (26th birthday)
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
Adult Caring Households (Continuing Care and Aftercare)
Lot No
3
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Adult Caring Household placements should be made within a 20 mile radius of the Glasgow City boundary.
two.2.4) Description of the procurement
This Lot covers the provision of care to a young person who was formerly looked after away from home between the ages of 16 and 18 but is now no longer a Looked After Child (LAC) and who has opted to remain in their current placement (Continuing Care), or where the young person remains in placement on an Aftercare basis. Legal status becomes either Continuing Care until 21st Birthday, or Aftercare until the 26th Birthday.
This Lot also includes provision for Mother and Baby placements.
Glasgow City Health and Social Care Partnership (GCHSCP) may, on occasion, seek Adult Caring Households for young people who have not previously lived with Fostering Families on a Foster Care basis.
GCHSCP is committed to the Staying Put agenda, and in supporting young people to remain in or move to Providers where they are happy, and their needs are met until they are ready to move towards greater independence. The care given will acknowledge and proactively support the growing maturity and increasing independent living skills of the young person.
Age Groups
Continuing Care 18 to 21 (21st birthday)
Aftercare 18 to 26 years (26th birthday)
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
This Lot is explicitly tied to Lot 1 and Lot 2.
Bidders cannot bid for Lot 3 on it's own.
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
Qualifying Criteria for participation as outlined in PCS-T ITT_55659
A: Grounds Relating to Criminal Convictions
B: Grounds Relating to the Payment of Taxes or Social Security Contributions
C: Blacklisting
D: Grounds Relating to Insolvency, Conflicts of Interests or Professional Misconduct
PCS-T Question 3A.1 – 3D.14 (Discretionary Pass/Fail)
PCS-T Question 3D.15 (Mandatory Pass/Fail)
PCS-T Technical Envelope Qualifying Selection Criteria Questions 2.1 to 2.15 covering the following areas-
Financial Viability check
Confirmation of Insurance levels (may commit to obtain)
Health and Safety - UKAS (or equivalent independent third party), accreditation in accordance with ISO 45001 certificate or have a SSIP accreditation or complete the Health and Safety Questionnaire
Bidder to be Vol-Org, Not for Profit status
Care Inspectorate Registration as Fostering Service and Adult Placement Service (may commit to obtain)
(Continued VI.3)
three.2) Conditions related to the contract
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.1.3) 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: http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf
four.1.11) Main features of the award procedure
Quality- 60%
Refer to section 11.11 of the ITT.
MEAT score will be calculated per Lot. To be eligible for award, Bidders must achieve a minimum average quality score of 60 for part 1 Generic questions and to subsequently be eligible for award to Lots, Bidders must achieve a minimum score of 60 in each Lot bid for.
Bidders who fail to achieve the minimum average score required for Part 1 Generic Questions Quality section will be disqualified.
Commercial-40% lowest price = highest score.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 October 2024
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
Bidders are required to confirm that they have achieved a minimum of Grade 3 across all inspected themes for their organisations most recent Care Inspectorate inspection for a Fostering Service OR
Where Bidders have not yet registered as a Fostering Service, Bidders are required to confirm that they have achieved a minimum of Grade 3 across all inspected themes for their most recent Care Inspectorate inspection for their organisation in one of the following - an Adult Placement Service or a Support Service or a Housing Support Service or a Registered Service related to the Care and Support of children. If Bidders are registered for only one of these categories they must provide the most recent report for that service. If Bidders are registered for multiple categories they must provide the most recent Inspection Report overall. The Bidder must provide the Web link to the specific Inspection Report being referenced. Further detail is referenced in the ITT.
Bidders require to confirm that they will employ a Social Worker.
Bidders require to confirm that they will ensure all staff involved in the delivery of services will be registered with SSSC.
Bidders require to confirm that they will ensure all staff involved in the delivery of services will undergo PVG 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.
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. This notice follows on from the PIN - ID 764725.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27123. 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:
Community benefits will be deliverable by awarded Bidders upon reaching the threshold levels detailed in the table below. When these thresholds are reached, the Provider will be required to deliver all the outcomes offered.
Threshold Contract/Spend Value Minimum Community Benefits Points Required
1 750,000 50
2 1,250,000 75 (including 50 from threshold 1)
3 1,750,00 100 (including 75 from threshold 2)
Bidder Organisations that currently provide services under the existing Terms and Conditions (Purchased Foster Care Framework GCC005249SW), who if successfully awarded to these new Terms and Conditions, will have call-off arrangements transferred at an agreed period, will be required to deliver the outcomes offered as soon as the thresholds are reached.
(SC Ref:769272)
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
Telephone
+44 1414298888
Country
United Kingdom
Internet address
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 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.