Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
UK
Contact person: Procurement Department
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:
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/espd/authority/requests/generator/start.aspx?reqid=8fdab07e-b27c-4e95-b97d-ee5885119489&docid=null
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Water Sampling Service
Reference number: 1001541
II.1.2) Main CPV code
90733000
II.1.3) Type of contract
Services
II.1.4) Short description
Scottish Borders Council (the Council) is seeking Bidder responses to this Invitation to Tender (ITT) to provide a water sampling service comprising the collection of samples from various locations, laboratory testing and reporting, to ensure that the Council fulfils its statutory obligations.
II.1.5) Estimated total value
Value excluding VAT:
250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90733000
II.2.3) Place of performance
NUTS code:
UKM91
Main site or place of performance:
Scottish Borders
II.2.4) Description of the procurement
Scottish Borders Council (the Council) is seeking Bidder responses to this Invitation to Tender (ITT) to provide a water sampling service comprising the collection of samples from various locations, laboratory testing and reporting, to ensure that the Council fulfils its statutory obligations.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/03/2026
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:
11/03/2026
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:
Next tender to be published in February 2031
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
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=822911.
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:
Minimum Community Benefit requirements for this contract are provided in the Community Benefit Guidance. Tenderers must meet these minimum requirements and should use their own judgement as to what additional outputs they consider are achievable in relation to the contract.
(SC Ref:822911)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=822911
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
VI.5) Date of dispatch of this notice
10/02/2026