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

Berwickshire Taxi Bus DRT

  • First published: 14 April 2025
  • Last modified: 14 April 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e8da
Published by:
Scottish Borders Council
Authority ID:
AA21029
Publication date:
14 April 2025
Deadline date:
12 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of a demand responsive taxi-bus service within the Berwickshire area.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Borders Council

Council Headquarters

Newtown St Boswells

TD6 0SA

UK

Telephone: +44 1835824000

E-mail: procurement@scotborders.gov.uk

NUTS: UKM91

Internet address(es)

Main address: http://www.scotborders.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.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

Berwickshire Taxi Bus DRT

Reference number: 1001416

II.1.2) Main CPV code

60112000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of a demand responsive taxi-bus service within the Berwickshire area.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Provision of a demand responsive taxi-bus service within the Berwickshire area.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start: 01/07/2025

End: 30/06/2028

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 months optional extensions, taking the maximum duration to 5 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

4A1a:

Bidders are required to have prior to commencement of the contract the following:

Taxi or Private Hire Operator License issued by Scottish Borders Council

Special Restricted Public Service Vehicle Operator License

III.1.2) Economic and financial standing

List and brief description of selection criteria:

4B5b/4B5c: The bidder must confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.

4B6: The bidder may at the Council's discretion be asked to provide copies of their audited accounts for the most recent two financial years.

Bidders must declare that they have passed the financial standing test of the Traffic Commissioner.


Minimum level(s) of standards required:

- Employer's (Compulsory) Liability - Minimum amount GBP5,000,000 per claim

- Public Liability Insurance - Minimum amount GBP5,000,000 per claim

- Motor Vehicle Insurance (Fully Comprehensive) - Minimum amount GBP5,000,000 per claim

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C7: Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change

emergency and how they will respond.

4D1: Bidders will be required to provide a documented Health & Safety policy or, where applicable (less than 5 employees, self-employed,

etc.) statement of Health & Safety intent.


Minimum level(s) of standards required:

Complete document 1001416-Bidder Relevant Contract Climate Change Plan

Provide legally compliant H&S policy or statement of intent

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Holders of licenses as stated in III.1.1

III.2.2) Contract performance conditions

See conditions of contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-007613

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

Date: 12/05/2025

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/05/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

5 years time

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Bidders are strongly advised to engage with the Supplier Development Programme in the preparation of their bids: https://www.sdpscotland.co.uk/

Once the tender evaluation has been completed the following documentation will be required:

1. evidence of your company's insurance certification detailing the required level of insurance as per the levels stated within this contract notice.

2. A completed copy of Forms and Declarations

3. A completed copy of FOI Exemption Request Form

4. A completed copy of Non-Involvement in Serious Organised Crime Declaration

5. Any other documentation required.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=795190.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Community benefits will be required in line with the minimums stated in the delivery plan.

(SC Ref:795190)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=795190

VI.4) Procedures for review

VI.4.1) Review body

Jedburgh Sherriff Court and Justice of the Peace Court

Castlegate

Jedburgh

TD8 6AR

UK

Telephone: +44 1835863231

E-mail: jedburgh@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/jedburgh-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

09/04/2025

Coding

Commodity categories

ID Title Parent category
60112000 Public road transport services Road transport 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:
procurement@scotborders.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.