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

A Prior Information Notice (Social)
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
6 year
Value
£74M
Sector
HEALTH
Published
10 Oct 2024
Delivery
To 26 Nov 2030 (est.)
Deadline
26 Nov 2024 12:00

Concepts

Location

Glasgow

Geochart for 2 buyers and 0 suppliers

2 buyers

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.

Lot Division

1 WAYfinder Central Services
  • Duration: 6 year
  • Value: £8M

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.

2 WAYfinder North East
  • Duration: 6 year
  • Value: £16M

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

3 WAYfinder North West
  • Duration: 6 year
  • Value: £12M

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

4 WAYfinder South
  • Duration: 6 year
  • Value: £18M

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

5 WAYfinder Housing First – NE, NW and South
  • Duration: 6 year
  • Value: £10M

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.

6 WAYfinder Approved Providers
  • Value: £9M

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.

CPV Codes

  • 85000000 - Health and social work services
  • 70333000 - Housing services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Performance considerations apply.
  • Staff qualifications are relevant.

Other 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-pr... 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)

Reference

Domains