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