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 Notice

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

  • First published: 13 October 2024
  • Last modified: 13 October 2024
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0496c3
Published by:
Glasgow City Council
Authority ID:
AA20167
Publication date:
13 October 2024
Deadline date:
26 November 2024
Notice type:
Contract 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 total estimated value (including extensions) is 73.8 Million Pounds.

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 are 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.

Outwith Lot 5, Bidders can bid for any number/combination of lots but can only be awarded one of Lots 1-4. The Council reserves the right to amalgamate lots or to award more than one lot to one Provider to avoid any lots being unfilled.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

UK

Contact person: Colin Paton

Telephone: +44 1412872000

E-mail: colin.paton@sw.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.3) Communication

Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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 total estimated value (including extensions) is 73.8 Million Pounds.

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 are 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.

Outwith Lot 5, Bidders can bid for any number/combination of lots but can only be awarded one of Lots 1-4. The Council reserves the right to amalgamate lots or to award more than one lot to one Provider to avoid any lots being unfilled.

II.1.5) Estimated total value

Value excluding VAT: 73 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

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 invites 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.2.6) Estimated value

Value excluding VAT: 8 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

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 invites 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.2.6) Estimated value

Value excluding VAT: 16 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

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 invites 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.2.6) Estimated value

Value excluding VAT: 12 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

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 invites 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.2.6) Estimated value

Value excluding VAT: 18 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

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. Any bidder who bids for lots 2, 3 or 4 must also bid for lot 5. Lot 5 cannot be bid for without bidding for lot 2, 3 or 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.2.6) Estimated value

Value excluding VAT: 10 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

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 are 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.2.6) Estimated value

Value excluding VAT: 9 000 000.00  GBP

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.4) Objective rules and criteria for participation

Exclusion and Qualifying Criteria for participation as outlined in PCS-T ITT 56662

Bidders are required to provide evidence of having the necessary capacity and capability to deliver the requirement as described in the tender documentation. Bidders must pass the following self declaration questions in order for their bid to be evaluated further:

- Confirm they are currently registered with the Care Inspectorate as a social care Provider.

- Commit to registration with the Care Inspectorate as a Housing Support Service in Glasgow

- Confirm that they do not have any formal urgent or emergency enforcement measures in place from the Care Inspectorate in relation to any Housing Support service.

- Confirm that all staff delivering the service will undergo and pass full PVG disclosure checks.

- Confirm that all staff will be registered with the SSSC as required

- Submit all requested policies

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

This information is contained within the procurement documents

III.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 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 000-027749

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/11/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Financial Viability

-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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27697. 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 are contained within the Community Benefits ITT document

(SC Ref:779723)

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

10/10/2024

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:
colin.paton@sw.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.