Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Glasgow Justice Framework

  • First published: 14 December 2023
  • Last modified: 14 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03f05e
Published by:
Glasgow City Council
Authority ID:
AA20167
Publication date:
14 December 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
75230000 Justice services Provision of services to the community
85300000 Social work and related services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lorraine.taylor2@glasgow.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.