Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
UK
Telephone: +44 1343563137
E-mail: procurement@moray.gov.uk
NUTS: UKM62
Internet address(es)
Main address: http://www.moray.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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
Elgin Active Youth Engagement Bus
Reference number: 18/1144
II.1.2) Main CPV code
80310000
II.1.3) Type of contract
Services
II.1.4) Short description
We are looking to contract with a suitably qualified youth organisation, with evidenced good local knowledge, to manage the Elgin Youth Engagement bus, delivering a wide range of high-quality engagement opportunities and activities, which will be co-produced alongside young people in order that they are relevant and of interest to those aged 11 years and up.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
98133110
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Elgin
II.2.4) Description of the procurement
As per specification documents attached to PCST.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 90
Price
/ Weighting:
10
II.2.6) Estimated value
Value excluding VAT:
140 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2026
This contract is subject to renewal: Yes
Description of renewals:
1 x 12 month option to extend.
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders are required to have a minimum turnover as stated below.
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer's (Compulsory) Liability: 5,000,000 FIVE MILLION GBP
Public Liability: 5,000,000 FIVE MILLION GBP
Minimum level(s) of standards required:
Bidders will be required to have a minimum “general” yearly turnover of 140,000 GBP for the last 3 years.
Bidders are required to hold the following insurances
Employer's (Compulsory) Liability: 5,000,000 FIVE MILLION GBP
Public Liability: 5,000,000 FIVE MILLION GBP
The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.
Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.
The bidder is required to provide a copy of the last 2 or 3 audited financial statements as evidence of their compliance to meet their statutory obligations.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Minimum number of relevant examples: 2
Requirement: Please provide two examples of how you have successfully delivered similar services in a similar organisation, detailing how you successfully delivered the service requirements and how you addressed any issues and risks in order to deliver services on time and within budget.
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:
19/03/2025
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:
19/03/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28579. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:790642)
VI.4) Procedures for review
VI.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
UK
VI.5) Date of dispatch of this notice
17/02/2025