Social and other specific services – public contracts
Contract award notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
UK
Contact person: Lorraine Taylor
Telephone: +44 7880294786
E-mail: lorraine.taylor2@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Glasgow Justice Framework
Reference number: GCC005585SW
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.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
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
6 400 000.00
GBP
II.2) Description
Lot No: 2
II.2.1) Title
Tenancy Sustainment
II.2.2) Additional CPV code(s)
85300000
75230000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
UK, Glasgow
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 4
II.2.1) Title
Specialist Services
II.2.2) Additional CPV code(s)
85300000
75230000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
UK, Glasgow
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 5
II.2.1) Title
Purchased Justice Services in communities
II.2.2) Additional CPV code(s)
85300000
75230000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
UK, Glasgow
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
IV.1.10) Identification of the national rules applicable to the procedure:
Information about national procedures is available at: (URL)
https://www.legislation.gov.uk/ssi/2015/446/contents/made
IV.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%)
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-024056
Section V: Award of contract
Lot No: 2
Title: Tenancy Sustainment
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/11/2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Turning Point Scotland
45-49 Holburn Street
Aberdeen
AB10 6BR
UK
Telephone: +44 00000000000
Fax: +44 00000000000
NUTS: UKM82
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 280 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Specialist Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/11/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Crossreach
Glasgow Regional Office, Willow House, Strathclyde Business Park
Bellshill
ML4 3PB
UK
Telephone: +44 00000000000
Fax: +44 00000000000
NUTS: UKM82
The contractor is an SME:
No
V.2.3) Name and address of the contractor
The Richmond Fellowship Scotland
3 Buchanan Gate, Buchanan Gate Business Park, Cumbernauld Rd
Stepps
G33 6FB
UK
Telephone: +44 00000000000
Fax: +44 00000000000
NUTS: UKM82
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 200 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Purchased Justice Services in communities
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/11/2023
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Action for Children
City Park, 368 Alexandra Parade
Glasgow
G31 3AU
UK
Telephone: +44 00000000000
Fax: +44 00000000000
NUTS: UKM82
The contractor is an SME:
No
V.2.3) Name and address of the contractor
The Richmond Fellowship Scotland
46/2 Duff Street
Edinburgh
EH11 5HW
UK
Telephone: +44 00000000000
Fax: +44 00000000000
NUTS: UKM82
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Turning point Scotland
54 Govan Rd
Glasgow
G51 1JL
UK
Telephone: +44 00000000000
Fax: +44 00000000000
NUTS: UKM82
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Crossreach
Glasgow Regional Office, Willow House, Strathclyde Business Park
Bellshill
ML4 3PB
UK
Telephone: +44 00000000000
Fax: +44 00000000000
NUTS: UKM82
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 200 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court & Justice of the Peace Court
PO BOX 23, 1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
VI.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.
VI.5) Date of dispatch of this notice
13/12/2023