Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Contact
Lorraine Taylor
lorraine.taylor2@glasgow.gov.uk
Telephone
+44 7880294786
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
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 invited tender bids from organisations providing justice services to join the Glasgow Justice Framework. The main objective of all services to be provided through the framework is to provide safer and stronger communities.
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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £6,400,000
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.
Whilst the clear focus of the tenancy sustainment services will be on the provision of support, providers 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.2.13) 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.2.13) 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.2.13) 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 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-024056
Section five. Award of contract
Lot No
2
Title
Tenancy Sustainment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 November 2023
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
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
Turning Point Scotland
45-49 Holburn Street
Aberdeen
AB10 6BR
Telephone
+44 00000000000
Fax
+44 00000000000
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,280,000
Total value of the contract/lot: £1,280,000
Section five. Award of contract
Lot No
4
Title
Specialist Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 November 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
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
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Crossreach
Glasgow Regional Office, Willow House, Strathclyde Business Park
Bellshill
ML4 3PB
Telephone
+44 00000000000
Fax
+44 00000000000
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
five.2.3) Name and address of the contractor
The Richmond Fellowship Scotland
3 Buchanan Gate, Buchanan Gate Business Park, Cumbernauld Rd
Stepps
G33 6FB
Telephone
+44 00000000000
Fax
+44 00000000000
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £200,000
Total value of the contract/lot: £200,000
Section five. Award of contract
Lot No
5
Title
Purchased Justice Services in communities
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 November 2023
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 0
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
Action for Children
City Park, 368 Alexandra Parade
Glasgow
G31 3AU
Telephone
+44 00000000000
Fax
+44 00000000000
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
five.2.3) Name and address of the contractor
The Richmond Fellowship Scotland
46/2 Duff Street
Edinburgh
EH11 5HW
Telephone
+44 00000000000
Fax
+44 00000000000
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
five.2.3) Name and address of the contractor
Turning point Scotland
54 Govan Rd
Glasgow
G51 1JL
Telephone
+44 00000000000
Fax
+44 00000000000
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
five.2.3) Name and address of the contractor
Crossreach
Glasgow Regional Office, Willow House, Strathclyde Business Park
Bellshill
ML4 3PB
Telephone
+44 00000000000
Fax
+44 00000000000
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,200,000
Total value of the contract/lot: £1,200,000
Section six. Complementary information
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 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.
"
"
Additional information for interested parties -
-- Glasgow City Council did not make any awards to Lot 1 or Lot 3 --
(SC Ref:752391)
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
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.