Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Contact person: Sean Watson
Telephone: +44 1467539600
E-mail: sean.watson@aberdeenshire.gov.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.aberdeenshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
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:
www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.publictendersscotland.publiccontractsscotland.gov.uk
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
2025 Social Care - Framework for Support at Home Services in Aberdeenshire
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Aberdeenshire Council on behalf of the Aberdeenshire Health and Social Care Partnership require to tender for a Multi-Supplier Framework Agreement for the provision of Support at Home Services for people who meet eligibility criteria aged 16 years and over with a range of needs, who require assistance through support to live independently and to develop, regain or retain their daily living skills, through reablement and the provision of personal care, personal support and/or housing support, providing the right care and support in the right place.
II.1.5) Estimated total value
Value excluding VAT:
198 314 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
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:
Aberdeenshire
II.2.4) Description of the procurement
The Aberdeenshire Health and Social Care Partnership require the provision of accommodation-based support services for over 230 vulnerable adults including adults with learning disabilities; mental health problems and physical disabilities and those that have substance misuse problems and forensic histories. The requirement is for the provision of support at home services in supported accommodation. Support will include personal care, housing support, and social care. The services will be provided to adults with substantial and critical levels of need linked to eligibility criteria that are principal householders in tenancies in a range of settings that include dispersed single occupancy properties; shared tenancies; houses of multiple occupation; and core and cluster, project-based and extra-care model resources. There is a requirement for low level visiting support for over 1700 adults in the community. The commissioned Support at Home service works alongside Aberdeenshire Council’s in-house Care at Home service to support the needs of individuals assessed as requiring services to continue to live as independently as possible in their own homes. Support is provided to vulnerable adults from twelve care groups, and the primary care group is older people.
II.2.6) Estimated value
Value excluding VAT:
198 314 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 value noted above is inclusive of the initial three year term plus one year extension i.e. 3+1
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
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.
Bidders must confirm that they are appropriately registered with the Care Inspectorate for the services required.
III.2) Conditions related to the contract
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:
Open procedure
Most Economically Advantageous Tender (MEAT)
Quality:Price 90:10
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-038866
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/11/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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.
Insurance
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s Liability Insurance = GBP 10m
Public Liability Insurance = GBP 5m
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30201. 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:
- Fair Work First
- Carbon Reduction
- Innovation
Further details will be provided in the Tender Overview attachment in PCS-T
(SC Ref:811044)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Castle Street
Aberdeen
AB10 1WP
UK
Telephone: +44 1224657200
VI.5) Date of dispatch of this notice
26/09/2025