Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Contact
Denise Williamson
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.3) Communication
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
Flexible Purchasing Framework for Social Care Supports
Reference number
GCC006407SW
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 Health and Social Care Partnership (GCHSCP) has been adapting the way in which individuals access support that meets their needs whilst promoting and maintaining their independence. We recognise that closer engagement with communities, families, carers and individuals we support is required: focussing on the assets and strengths that individuals and their communities already have; to transform the way we all collaborate, maximising the opportunity for individuals to live independent lives and achieve their full potential. Connecting individuals with their communities is a key objective of maximising independence, and access to health and social care support, when needed, can improve health and wellbeing and support individuals to become more resilient.
Self Directed Support (SDS) is a co-production and supportive process involving good conversations with individuals needing support. SDS, alongside other legislation and policies, is intended to respect, protect and fulfil human rights, and aims to ensure that care and support is delivered in a way that supports choice and control over one's own life and which respects individual's right to participate in society.
SDS applies across all ages, including unpaid carers and children ensuring:
- Disabled people have the same freedom and choices as others.
- People get the support they want, where and when they want it.
- People can get support at the right time, before a crisis or emergency happens.
Glasgow City Council has a statutory duty to assess care needs and establish eligibility for social care services under the Social Care (Self Directed Support) (Scotland) Act 2013.The Flexible Purchasing Framework for Social Care Supports will be the mechanism through which the Council discharges its duties for SDS Options 2, 3, and aspects of option 4.
This is a multi supplier and multi lot unranked Framework and there is no limit to the number of providers that can be awarded to the Framework. The Framework is expected to run for four (4) years, commencing 1st February 2026 and ending on 31st January 2030.
The Council will have the option to extend the Framework for one or two consecutive periods, not exceeding twelve months in each case.
The Framework Agreement will be based on Care Groups to deliver support to people:
-Older People over 65 yrs old and / or under 65 with early onset dementia.
-Adults Learning Disability - including people with learning disabilities and autism, people who have learning disabilities with a physical disability, or any combination of these.
-Adults Physical Disability - people who have a physical disability without a learning disability.
-Adults Mental Health - people with mental health and/or related conditions, including Huntington’s and people with neurodiversity who have no learning disability.
-Children and Young People with a disability.
The Framework Agreement also includes an additional requirement for when the Council determines needs cannot be met under one of the Care Groups above.
Bidders will be invited to submit their pricing schedule for the Categories of Support they are able to offer to help the Council achieve its aims and objectives to help individuals to live as independently as possible and to deliver on its statutory duties. These are:
-Care and support services (personal and non-personal care)
-Day opportunities/employability supports community based
-Day opportunities/employability supports building based
-Short Breaks community based
-Short Breaks building based (Children and Young People with a Disability only)
-Any additional supports offered by Providers including Technology Enabled Care and Support
GCHSCP concluded a review of the access to social work services in 2024 to ensure our approach is fair and equitable for those eligible for services. The GCHSCP eligibility criteria will focus on those with substantial and critical need.
two.1.5) Estimated total value
Value excluding VAT: £600,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Older People
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
Main site or place of performance
Glasgow City
two.2.4) Description of the procurement
Care Group Lot 1 is the provision of social care supports for Older People and will be underpinned by the principles of reablement and maximising independence. Providers should deliver support focusing on a strength based approach with the aim to build people’s confidence in their ability to help themselves, increase their independence and potentially reduce dependency on long term care and support provision.
two.2.7) Duration of the contract or the framework agreement
Duration in months
72
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
Care Group Lot 1 - Older People - people over sixty five (65) years old and / or people under sixty five (65) with early onset dementia.
Further detail on the requirements for this Care Group Lot is contained within the tender documentation.
two.2) Description
two.2.1) Title
Learning Disability
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
Main site or place of performance
Glasgow City
two.2.4) Description of the procurement
Care Group Lot 2 is the provision of social care supports for individuals with a learning disability. Providers should deliver support focusing on a strength based approach with the aim to build individual’s confidence in their ability to help themselves, increase their independence and potentially reduce dependency on long term care and support provision.
two.2.7) Duration of the contract or the framework agreement
Duration in months
72
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
Care Group Lot 2 – Learning Disability - people aged between sixteen (16) and sixty five (65) years old including people with learning disabilities and autism, people who have learning disabilities with a physical disability, or any combination of these.
Further detail on the requirements for this Care Group Lot is contained within the tender documentation.
two.2) Description
two.2.1) Title
Physical Disability
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
Main site or place of performance
Glasgow City
two.2.4) Description of the procurement
Care Group Lot 3 is the provision of social care supports for individuals with a Physical Disability. Providers should deliver support focusing on a strength based approach with the aim to build individual’s confidence in their ability to help themselves, increase their independence and potentially reduce dependency on long term care and support provision.
two.2.7) Duration of the contract or the framework agreement
Duration in months
72
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
Care Group Lot 3 – Physical Disability - people aged between sixteen (16) and sixty five (65) years old who have a physical disability without a learning disability.
Further detail on the requirements for this Care Group Lot is contained within the tender documentation.
two.2) Description
two.2.1) Title
Mental Health
Lot No
4
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related 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
Care Group Lot 4 is the provision of social care supports for individuals with Mental Health. Support services will have an emphasis on recovery models, promoting independence, empowerment and participation in community life. Key to the delivery of mental health support is a focus on early intervention and prevention to maintain mental health well-being and sustain community living.
two.2.7) Duration of the contract or the framework agreement
Duration in months
72
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
Care Group Lot 4 – Mental Health - people between sixteen (16) and sixty five (65) years old with mental health and/or related conditions, including Huntington’s and people with neurodiversity who have no learning disability.
Further detail on the requirements for this Care group Lot is contained within the tender documentation.
two.2) Description
two.2.1) Title
Children and Young People With a Disability
Lot No
5
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related 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
Care Group Lot 5 is the provision of social care supports for Children and Young People with a Disability. The Provider will provide support and assistance to families where a child / children are affected by disability (age range birth up to 19th birthday). Providers will adopt a strength based approach and whilst providing direct care and support will deliver safe care, promote resilience, developmental opportunities, and improve outcomes for individuals / families. Providers will operate a child-centred approach encouraging, promoting, and developing skills and abilities wherever possible.
Providers will also engage positively with parents and carers to provide support, develop confidence, promote positive parenting approaches, and where appropriate, adopt a holistic family based approach in supporting the household as a whole.
Providers supporting children and young people with a disability must provide services and support that reflect SHANARRI outcome indicators, the principles of The Promise Scotland, and ensure services and support are age appropriate.
two.2.7) Duration of the contract or the framework agreement
Duration in months
72
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
Care Group Lot 5 – Children and Young People from birth up to their 19th birthday and only includes children and young people with a disability.
Consideration may be given for building based short breaks outwith the Glasgow boundary for children and young people with a disability only .
Further detail on the requirements for this Care Group Lot is contained within the tender documentation.
two.2) Description
two.2.1) Title
Bespoke Requirements
Lot No
6
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related 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
Lot 6 is for the provision of social care supports for individuals with multiple support needs and who the Council has determined require bespoke support that cannot be met within the Framework Lots 1-5. The decision on whether Lot 6 is to be used is exclusively at the Council’s discretion.
Some examples of where Lot 6 may be used;
Where the individual (adult) also requires accommodation options.
Where the individual has experienced multiple breakdowns in their support.
It is anticipated that this lot will apply to all or multiple care groups.
two.2.7) Duration of the contract or the framework agreement
Duration in months
72
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 6 cannot be bid for as a standalone Lot, Bidders submitting a bid for Lot 6 must also submit a bid for any of Care Group Lots 1 – 5 in any Category of Support. There are no award questions for Lot 6. If a bidder opts to bid for Lot 6 they should specify this in the relevant section in PCS-t. Further detail on the requirements for this lot are contained within the tender documentation.
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
Bidders will be assessed to establish if they meet the exclusion, selection and minimum criteria as detailed in this Contract Notice and Invitation to Tender.
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 following a mini-competition should the Bidder no longer meet the requirements set out in the SPD.
Bidders that do not have any current social care registration or require to re-register deactivated services do not meet the minimum criteria to apply to this Framework. Bidders may bid to join at a future re-opening should they meet the requirements at a future date.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
This information is contained within the procurement 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.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This contract is being tendered under the Light Touch Regime Schedule 3 to the Public (Contract) Scotland Regulations 2015. It is a multi supplier unranked Framework. In order to support growth and innovation within the social care sector, the Council may re-open the Framework once a year, on the anniversary date, for the duration of the contract.
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 Care Group Lots 1-5 will be made based on tenders representing the best price/quality ratio taking into account quality and sustainability
Scored Award Questions 60% (minimum criteria applies) -
Care Group Lot Specific Service Delivery Question 25%
Care Group Lot Specific Case Study Question 20%
Generic Fair Work First Question 15%
Community Benefits and a Sustainability Statement- Mandatory- Pass/Fail
Commercial - Schedule of Rates- 40% Averaged Best Price Per Care Group Lot
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-021238
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 August 2025
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
The Framework may be used to purchase supports resulting from other Council non statutory assessment processes. Please refer to Framework Agreement Section 5D.
Bidders who fail to achieve minimum scores of 60 in each award question will be disqualified from the relevant Care Group Lot(s) where minimum criteria is not met.
Bidders must be successful in being awarded to one or more of Lots 1-5 to also be awarded to Lot 6.
Successful Bidders will be awarded business via direct award and mini competition, as detailed in the Framework Agreement.
The following are pass/fail selection criteria. Full details in procurement documents.
- Bidders are required to provide three (3) years audited accounts and complete a Financial Viability Template and pass all financial probity checks. Bidders who have been trading for less than three years must provide evidence that they have met the above minimum financial requirements for the period in during which they have been trading.
Health & Safety - Bidders 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 GCC’s Health & Safety Vetting Questionnaire.
- Bidders are required to provide a covering letter from their Insurance Broker confirming insurance levels detailed in the ITT OR bidders must commit to obtain these insurances by contract commencement. Bidders must provide copies of all related certificates.
Care Inspectorate - Where registration is required Bidders must confirm they have appropriate registration relevant to Care Group Lots and Categories of Support they bid for OR bidders may commit to obtain a variation by Contract Commencement.
The Council reserves the right to disqualify any Bidder if they have any active formal urgent or emergency enforcement measures in place from the Care Inspectorate (or equivalent) in relation to the registrations relating to this contract.
Bidders are required to confirm Care Inspectorate minimum grade 3 as outlined in the ITT.
- Bidders must commit to ensuring that all staff involved in the delivery of services to individuals will comply with all SSSC registration requirements, as required.
- Bidders must confirm all staff involved in delivery of services and working with Individuals will undergo and pass a full PVG Disclosure checks.
- Bidder must confirm the contract will be delivered in compliance with the requirements of the Health and Care (Staffing) (Scotland) Act 2019 and they will have in place all Policies listed in the Agreement.
- Bidders to complete all certificates in PCS-t.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29383. 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:
Information related to the Community Benefits requirements for this tender are contained within the Community Benefits ITT document.
(SC Ref:800534)
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.