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

WAYfinder - Outreach services for people at risk of, experiencing or have experienced homelessness

  • First published: 10 June 2025
  • Last modified: 10 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-0496c3
Published by:
Glasgow City Council
Authority ID:
AA20167
Publication date:
10 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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

40 John St, City Chambers

Glasgow

G2 1DU

UK

Contact person: Jennie McCormack

Telephone: +44 1412872000

E-mail: gchscp_procurement@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

WAYfinder - Outreach services for people at risk of, experiencing or have experienced homelessness

Reference number: GCC006199SW

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 70 433 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

WAYfinder Central Services

II.2.2) Additional CPV code(s)

85000000

70333000

85300000

85310000

85311000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow City

II.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.

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

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

Lot No: 2

II.2.1) Title

WAYfinder North East

II.2.2) Additional CPV code(s)

85000000

70333000

85300000

85310000

85311000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

North East Glasgow

II.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

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

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.

Lot No: 3

II.2.1) Title

WAYfinder North West

II.2.2) Additional CPV code(s)

85000000

70333000

85300000

85310000

85311000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

North West Glasgow

II.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

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

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.

Lot No: 4

II.2.1) Title

WAYfinder South

II.2.2) Additional CPV code(s)

85000000

70333000

85300000

85310000

85311000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

South Glasgow

II.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

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

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.

Lot No: 5

II.2.1) Title

WAYfinder Housing First – NE, NW and South

II.2.2) Additional CPV code(s)

85000000

70333000

85300000

85310000

85311000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow - Citywide

II.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.

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

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

Lot No: 6

II.2.1) Title

WAYfinder Approved Providers

II.2.2) Additional CPV code(s)

85000000

70333000

85300000

85310000

85311000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow

II.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.

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

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.10) Identification of the national rules applicable to the procedure:

Information about national procedures is available at: (URL)

http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf

IV.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

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-032542

Section V: Award of contract

Lot No: 1

Title: WAYfinder Central Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

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

Simon Community Scotland

472 Ballater Street, Glasgow

Glasgow

G5 0QW

UK

NUTS: UKM82

Internet address(es)

URL: www.simonscotland.org

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 8 316 636.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: WAYfinder North East

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

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: No

V.2.3) Name and address of the contractor

Wheatley Care

Wheatley House, 25 Cochrane Street

Glasgow

G1 1HL

UK

NUTS: UKM

Internet address(es)

URL: https://www.wheatley-care.com/

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 16 079 676.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: WAYfinder North West

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

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: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Turning Point Scotland

54 Govan Road

Glasgow

G51 1JL

UK

NUTS: UKM

Internet address(es)

URL: www.turningpointscotland.com

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 11 900 004.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: WAYfinder South

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

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: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Salvation Army Trustee Company(The)

Territorial HQ, 1 Champion Park

London

SE5 8FJ

UK

NUTS: UK

Internet address(es)

URL: www.salvationarmy.org.uk

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 15 759 180.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: WAYfinder Housing First – NE, NW and South

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 2

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

Salvation Army Trustee Company(The)

Territorial HQ, 1 Champion Park

London

SE5 8FJ

UK

Telephone: +44 07702942133

NUTS: UK

Internet address(es)

URL: www.salvationarmy.org.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

Turning Point Scotland

54 Govan Road

Glasgow

G51 1JL

UK

NUTS: UKM

Internet address(es)

URL: www.turningpointscotland.com

The contractor is an SME: No

V.2.3) Name and address of the contractor

Wheatley Care

Wheatley House, 25 Cochrane Street

Glasgow

G1 1HL

UK

NUTS: UKM82

Internet address(es)

URL: www.wheatley-care.com

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 9 387 750.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: WAYfinder Approved Providers

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2025

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 8

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: 15

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Action for Children

3 The Boulevard, Ascot Road

Watford

WD18 8AG

UK

NUTS: UK

Internet address(es)

URL: www.actionforchildren.org.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

Aspire Housing & Personal Development Services Ltd

705 Duke Street

Glasgow

G31 1NW

UK

Telephone: +44 7824486703

NUTS: UKM

Internet address(es)

URL: www.aspireinc.co.uk

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Carr Gomm

11 Harewood Road

Edinburgh

EH16 4NT

UK

NUTS: UK

Internet address(es)

URL: www.carrgomm.org

The contractor is an SME: No

V.2.3) Name and address of the contractor

Includem

Unit 6000,Academy Office Park, Gower Street

Glasgow

G51 1PR

UK

NUTS: UK

Internet address(es)

URL: www.includem.org

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Right There

Right There Building , 15 Dava Street

Glasgow

G51 2JA

UK

NUTS: UK

Internet address(es)

URL: www.RightThere.org

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Simon Community Scotland

472 Ballater St

GLASGOW

G50QW

UK

NUTS: UK

Internet address(es)

URL: www.simonscotland.org

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Salvation Army Trustee Company(The)

Territorial HQ, 1 Champion Park

London

SE5 8FJ

UK

NUTS: UK

Internet address(es)

URL: www.salvationarmy.org.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

The Mungo Foundation

Rogart Street Campus, 2nd Floor, 4 Rogart Street

Glasgow

G40 2AA

UK

NUTS: UK

Internet address(es)

URL: www.themungofoundation.org.uk

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Turning Point Scotland

54 Govan Road

Glasgow

G51 1JL

UK

NUTS: UKM

Internet address(es)

URL: www.turningpointscotland.com

The contractor is an SME: No

V.2.3) Name and address of the contractor

Wheatley Care

Wheatley House, 25 Cochrane Street

Glasgow

G1 1HL

UK

NUTS: UKM82

Internet address(es)

URL: https://www.wheatley-care.com/

The contractor is an SME: No

V.2.3) Name and address of the contractor

Blue Triangle (Glasgow) Housing Association Limited

100 Berkeley Street

Glasgow

G3 7HU

UK

NUTS: UKM

Internet address(es)

URL: https://bluetriangle.org.uk/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Scottish Action for Mental Health

Brunswick House, 51 Wilson Street

Glasgow

G1 1UZ

UK

NUTS: UKM82

Internet address(es)

URL: www.samh.org.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

CrossReach

47 Milton Road East

Edinburgh

EH15 2SR

UK

NUTS: UKM

Internet address(es)

URL: www.crossreach.org.uk

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 9 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

Sheriff Clerks Office PO Box 23 1 Carlton Place

Glasgow

G5 9DA

UK

Telephone: +44 1414298888

E-mail: glasgow@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

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 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.

VI.5) Date of dispatch of this notice

30/05/2025

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
70333000 Housing services Property management services of real estate on a fee or contract basis
85300000 Social work and related services Health and social work services
85310000 Social work services Social work and related services
85311000 Social work services with accommodation 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:
gchscp_procurement@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.