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 1467539600
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
Discharge to Assess Service
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Aberdeen City Health & Social Care partnership required a provider to develop and deliver a Discharge to Assess service. The provider who would develop a stand alone team who would work alongside hospital staff to identify individuals who are medically fit to be discharged but require a period of recovery, assessment and enablement in their own home environment. The level of need of these individuals would normally indicate that they would require a care home environment. Following a targeted period of support at home, including overnight support where required, the individual’s need for ongoing support will be assessed and commissioned from existing providers if required.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
7 079 764.00
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
The Discharge to Assess Service will be developed by a service provider in partnership with Aberdeen Health & Social Care Partnership. A test of change will be run over a two year period and if, following evaluation, it is deemed to be successful will be followed by a three year contract for the delivery of the service. The provider would develop a stand alone team who would work alongside hospital staff to identify individuals who are medically fit to be discharged but require a period of recovery, assessment and enablement in their own home environment. The level of need of these individuals would normally indicate that they would require a care home environment. Following a targeted period of support at home, including overnight support where required, the individual’s need for ongoing support will be assessed and commissioned from existing providers if required.
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 contract duration and estimated contract value includes an initial two year test of change and an optional three year extension should outcomes be evidenced following evaluation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-036505
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
11/09/2025
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
British Red Cross Society
44 Moorfields
London
EC2Y 9AL
UK
Telephone: +44 3448711111
NUTS: 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:
: 7 069 764.00
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.
If no credit check can be undertaken the following will apply:
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.
(SC Ref:811118)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
UK
VI.5) Date of dispatch of this notice
24/09/2025