Social and other specific services – public contracts
Contract award notice
Section I: Contracting
authority
I.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Contact person: Catherine King
Telephone: +44 7789270675
E-mail: Catking@aberdeencity.gov.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.aberdeencity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
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
Aberdeen City Complex Care Services
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Aberdeen City Council require a Framework of providers who will be able to deliver high intensity care and support in specialised services for adults with complex care needs.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
91 584 511.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeen City
II.2.4) Description of the procurement
Aberdeen City Council require a Framework of providers who will be able to deliver high intensity care and support in specialised services for adults with complex care needs. Complex Care is recognised as terminology for people with a learning disability but other groups with complexity of need may also require some additional environmental factors to be considered and more specialist support to be provided, such as mental health or brain injury.
Providers may also come with options to work collaboratively with the Partnership to design and develop innovative accommodation-based care solutions. They may have a commitment to developing capital portfolios or have existing landlord or developer partners able to identify flexible and sustainable housing options. Any accommodation proposals must be in line with the Environmental Specification contained in the Aberdeen City Health & Social Care Partnership's Complex Care Market Position Statement and include opportunities for Technology Enable Care (TEC).
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
The estimated contract value and contract duration are based on a contract length of 5 years plus an optional 2 year extension (7 years).
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.1.11) Main features of the award procedure:
The award will be made on technical evaluation only. Budgets for services will be agreed following call off competition or direct award for individual services.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-017669
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
26/11/2024
V.2.2) Information about tenders
Number of tenders received: 24
Number of tenders received from SMEs: 16
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 24
Number of tenders received by electronic means: 24
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
The Richmond Fellowship (Scotland) Ltd
46/2 Duff Street, Edinburgh
Edinburgh
EH11 2HR
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Community Integrated Care
2000 Academy Park, Gower Street
Glasgow
G51 1PR
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Living Ambitions Ltd
56 Southwark Bridge Road
London
SE1 0AS
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
ENABLE Scotland (leading the Way)
INSPIRE House, 3 Renshaw Place, Eurocentral
Lanarkshire
ML1 4UF
UK
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Cornerstone
centurion court
Aberdeen
AB11 5QH
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Scottish Autism
Hilton House, Whins Road
Alloa
FK10 3SA
UK
NUTS: UKM50
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: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Specialist Resource Solutions Ltd
Union Point, Blaikies Quay
Aberdeen
AB11 5PW
UK
NUTS: UKM
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
North East Community Care Limited
14 City Quay, Camperdown Street
Dundee
DD1 3JA
UK
NUTS: UKM
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Tanshe Limited
1 Wester Shawfair, Shawfair Park
Edinburgh
EH22 1FD
UK
NUTS: UKM
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 91 584 511.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:
71 - 100 Very Low Risk – Accept
51 - 70 Low Risk - Accept
30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.
21-29 High Risk – subject to further discussion internally with the option to reject.
1-20 Very High Risk – Reject.
*The following applies if no credit check can be undertaken:
2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option to reject).
3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to do so shall be rejected.
4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to internal discussion with the option to reject.
5. If bidder still does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their submission is supported by a parent company guarantee.
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required.
(SC Ref:792232)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
UK
VI.5) Date of dispatch of this notice
05/03/2025