Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Contact
Jennie McCormack
gchscp_procurement@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.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
WAYfinder - Outreach services for people at risk of, experiencing or have experienced homelessness
Reference number
GCC006199SW
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
WAYfinder’s fundamental aim is to support people who are at risk of homelessness, or who are homeless, or who have experienced homelessness - to achieve settled, sustainable and secure housing. WAYfinder will support people face to face, on the street, in their accommodation or their community
This Service has been designed as part of 'All in For Glasgow'. The 'All in For Glasgow' design team is made up of people with experience of homelessness, third and independent sector service providers, and Glasgow City Health and Social Care Partnership.
The WAYfinder name was suggested following an 'All in for Glasgow' event. A participant with lived experience observed that a support service’s main aim should be understanding the person they are supporting, and to do so should simply ask ‘Who Are You (WAY)?’
The General WAYfinder Provision will:
- Employ the principal of the ‘sticky’ support team. This team of named workers will support people through their entire homeless journey
- Help to join up the commissioned, community and statutory service interactions, to deliver a whole-system response
- Adopt a Trauma & Psychologically Informed Environment (PIE) approach to support
- Embody the no wrong door approach and people will be able to access the service at any stage of their homeless journey
- Support people face to face, on the street, in their accommodation or their community
This contract is being tendered under the Light Touch Regime Schedule 3 to the Public (Contract) Scotland Regulations 2015.
The contract length will be 4 years with an option to extend for a further 2 years.
The service will have 6 lots, lots 1-4 will be single supplier awarded block contracts. Lot 5 will be cost and volume. In Lot 6 bidders were invited to join a Lot of approved WAYfinder suppliers. This lot will be used for any additional funding or new requirements that cannot be met through a modification of Lots 1-5.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £70,433,000
two.2) Description
two.2.1) Title
WAYfinder Central Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 70333000 - Housing 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
Glasgow City
two.2.4) Description of the procurement
The Council invited bids for the provision of a city centre hub, Street Outreach (citywide), and out of hours provision (citywide).
- City Centre housing advice hub, open 365 days. Minimum operational hours 0900-1700
- Out of hours support provision in partnership with Glasgow and Partners Emergency Social Work Service, (Monday – Thursday 1645-2200, Fri 1555-2200, Sat & Sun 0900-2200)
- Street Outreach team
- Provision of a mobile response service as required across Glasgow city.
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
Anticipated 100 hours per week in direct support to people referred through out of hours and other HSCP first points of access
Hub – Anticipated 120 new presentations per week.
Street Outreach team – Anticipated 33 new interactions per week
two.2) Description
two.2.1) Title
WAYfinder North East
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 70333000 - Housing 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
North East Glasgow
two.2.4) Description of the procurement
The Council invited bids for WAYfinder North East (Lot 2) - Which includes: WAYfinder general provision and WAYfinder locality based service in the North East, including people who are supported in the North East Locality by:
- The Community Homeless Service,
- The Asylum and Refugee Service
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
Forecast:
664 live households on caseload
To achieve the full contract value, 95% of the forecast should be delivered. Where less than 95% is delivered the invoice will be adjusted accordingly.
two.2) Description
two.2.1) Title
WAYfinder North West
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 70333000 - Housing 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
North West Glasgow
two.2.4) Description of the procurement
The Council invited bids for WAYfinder North West (Lot 3) - Which includes: WAYfinder general provision and WAYfinder locality based service in the North West, including people who are supported in the North West Locality by:
- The Community Homeless Service,
- The Asylum and Refugee Service
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
Forecast:
492 live households on caseload
To achieve the full contract value, 95% of the forecast should be delivered. Where less than 95% is delivered the invoice will be adjusted accordingly.
two.2) Description
two.2.1) Title
WAYfinder South
Lot No
4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 70333000 - Housing 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
South Glasgow
two.2.4) Description of the procurement
The Council invited bids for WAYfinder South (Lot 4) - Which includes: WAYfinder general provision and WAYfinder locality based service in the South, including people who are supported in the South Locality by:
- The Community Homeless Service,
- The Asylum and Refugee Service
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
Forecast:
738 live households on caseload
To achieve the full contract value, 95% of the forecast should be delivered. Where less than 95% is delivered the invoice will be adjusted accordingly.
two.2) Description
two.2.1) Title
WAYfinder Housing First – NE, NW and South
Lot No
5
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 70333000 - Housing 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
Glasgow - Citywide
two.2.4) Description of the procurement
Lot 5 is tied to lots 2, 3 and 4.
The service will offer different levels of support aligned to the principals of Housing First, which will be able to flex up and flex down as a person’s needs change.
There will be a seamless transition for people between the different elements of WAYfinder support. Should a person move into the Housing First service from a locality service the existing support team should follow the person. However, if the originating locality service and the Housing First tenancy are in different localities, consideration must be made whether the existing team should remain in place or if support should be transferred to the new Housing First locality. At the forefront of this decision will be the person receiving the support.
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 will be Cost and Volume
Anticipated level of support is to 210 households city wide
Indicative households per locality – 73 NE, 55 NW, 82 South
two.2) Description
two.2.1) Title
WAYfinder Approved Providers
Lot No
6
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 70333000 - Housing 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
Glasgow
two.2.4) Description of the procurement
In Lot 6, bidders were invited to join a Lot of approved WAYfinder suppliers. This lot will be used for any additional funding or new requirements that cannot be met through a modification of Lots 1-5. Business will be awarded through mini-competition which will be open to all suppliers and evaluated on the basis of 60 % quality and 40 % price. Where the value is under the threshold of 663,540 GBP Direct Award will be considered.
There is no ranking on this Lot. To gain a place on this Lot bidders must pass all aspects of exclusion and selection criteria and submit a Sustainability Statement. Bidders who are subsequently appointed to this Lot 6 shall, during the lifetime of the contract, inform the Council immediately of any material changes to the information provided in their submission in relation to exclusion and selection criteria including economic and financial standing.
The Council may reopen lot 6 to new bidders after year 3.
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
Call off from this Lot will be guided by the following factors:
- Specific requirements of the services and the ability of suppliers to meet these
- Specific needs of service users and the ability of suppliers to meet these
- Price/ best value.
- Registration requirements – expected to be Housing Support delivery in Glasgow City
- Urgency of the requirement and implementation timescales.
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: http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf
four.1.11) Main features of the award procedure
Awards to Lots 1-5 will be made on the basis of MEAT
The required Qualifying Requirements/Criteria
Seven Technical Questions. Technical quality weighting is 60% min criteria apply
Commercial 40% - Bidders will have scores applied based on each of the weighted section elements. Any tender submission which exceeds the defined maximum budget per annum will be disqualified.
Quality and Commercial evaluation of Lots 2 and 5, 3 and 5 and 4 and 5 are tied.
Refer to detail in the ITT
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-032542
Section five. Award of contract
Lot No
1
Title
WAYfinder Central Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 April 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
five.2.3) Name and address of the contractor
Simon Community Scotland
472 Ballater Street, Glasgow
Glasgow
G5 0QW
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £8,316,636
Section five. Award of contract
Lot No
2
Title
WAYfinder North East
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 April 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
five.2.3) Name and address of the contractor
Wheatley Care
Wheatley House, 25 Cochrane Street
Glasgow
G1 1HL
Country
United Kingdom
NUTS code
- UKM - Scotland
Internet address
https://www.wheatley-care.com/
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £16,079,676
Section five. Award of contract
Lot No
3
Title
WAYfinder North West
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 April 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
five.2.3) Name and address of the contractor
Turning Point Scotland
54 Govan Road
Glasgow
G51 1JL
Country
United Kingdom
NUTS code
- UKM - Scotland
Internet address
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £11,900,004
Section five. Award of contract
Lot No
4
Title
WAYfinder South
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 April 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
five.2.3) Name and address of the contractor
Salvation Army Trustee Company(The)
Territorial HQ, 1 Champion Park
London
SE5 8FJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £15,759,180
Section five. Award of contract
Lot No
5
Title
WAYfinder Housing First – NE, NW and South
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 April 2025
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Salvation Army Trustee Company(The)
Territorial HQ, 1 Champion Park
London
SE5 8FJ
Telephone
+44 07702942133
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
five.2.3) Name and address of the contractor
Turning Point Scotland
54 Govan Road
Glasgow
G51 1JL
Country
United Kingdom
NUTS code
- UKM - Scotland
Internet address
five.2.3) Name and address of the contractor
Wheatley Care
Wheatley House, 25 Cochrane Street
Glasgow
G1 1HL
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
Internet address
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £9,387,750
Section five. Award of contract
Lot No
6
Title
WAYfinder Approved Providers
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 April 2025
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Action for Children
3 The Boulevard, Ascot Road
Watford
WD18 8AG
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
five.2.3) Name and address of the contractor
Aspire Housing & Personal Development Services Ltd
705 Duke Street
Glasgow
G31 1NW
Telephone
+44 7824486703
Country
United Kingdom
NUTS code
- UKM - Scotland
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Carr Gomm
11 Harewood Road
Edinburgh
EH16 4NT
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
five.2.3) Name and address of the contractor
Includem
Unit 6000,Academy Office Park, Gower Street
Glasgow
G51 1PR
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Right There
Right There Building , 15 Dava Street
Glasgow
G51 2JA
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Simon Community Scotland
472 Ballater St
GLASGOW
G50QW
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Salvation Army Trustee Company(The)
Territorial HQ, 1 Champion Park
London
SE5 8FJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
five.2.3) Name and address of the contractor
The Mungo Foundation
Rogart Street Campus, 2nd Floor, 4 Rogart Street
Glasgow
G40 2AA
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Turning Point Scotland
54 Govan Road
Glasgow
G51 1JL
Country
United Kingdom
NUTS code
- UKM - Scotland
Internet address
five.2.3) Name and address of the contractor
Wheatley Care
Wheatley House, 25 Cochrane Street
Glasgow
G1 1HL
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
Internet address
https://www.wheatley-care.com/
five.2.3) Name and address of the contractor
Blue Triangle (Glasgow) Housing Association Limited
100 Berkeley Street
Glasgow
G3 7HU
Country
United Kingdom
NUTS code
- UKM - Scotland
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Scottish Action for Mental Health
Brunswick House, 51 Wilson Street
Glasgow
G1 1UZ
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
Internet address
five.2.3) Name and address of the contractor
CrossReach
47 Milton Road East
Edinburgh
EH15 2SR
Country
United Kingdom
NUTS code
- UKM - Scotland
Internet address
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £9,000,000
Section six. Complementary information
six.3) Additional information
Evaluation included
-Financial Viability Assessment. Bidders are required to provide three (3) years audited accounts and complete a Financial Viability Template and pass all financial probity checks.
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
Bidders must provide copies of all related certificates and and have in place (and maintain) or commit to obtain to obtain relevant insurance levels as specified before service commencement.
Sustainability Statement - Bidders are required to complete if bidding for any lot
Please note: 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.
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.
(SC Ref:800274)
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 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.