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
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/Default.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/Default.aspx
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
Process Improvement Consultant
Reference number: 1001548
II.1.2) Main CPV code
79410000
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 appoint an experienced Process Improvement Consultant to support organisational transformation initiatives. The consultant will work closely with internal teams to analyse, redesign, and optimise key business processes, ensuring alignment with strategic objectives and compliance with Council procurement standards.
II.1.5) Estimated total value
Value excluding VAT:
100 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79410000
II.2.3) Place of performance
NUTS code:
UKM91
II.2.4) Description of the procurement
Scottish Borders Council (the Council) is seeking Bidder responses to this Invitation to Tender (ITT) to appoint an experienced Process Improvement Consultant to support organisational transformation initiatives. The consultant will work closely with internal teams to analyse, redesign, and optimise key business processes, ensuring alignment with strategic objectives and compliance with Council procurement standards.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
A 1 X 1-year extension is available however, extension of the contract beyond the initial one-year term of the contract will be dependent on achieving satisfactory performance against the KPIs and a continued requirement for these services.
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
List and brief description of selection criteria:
[4B6] Other economic or financial Requirements - Economic and Financial Standing Contractors to be subject to a Credit safe check.
[4B5b] Insurance - Employer's (Compulsory) Liability
[4B5c] Insurance - All other types listed
Minimum level(s) of standards required:
Minimum level(s) of standards required:
[4B6] Other economic or financial Requirements - Economic and Financial Standing:
The Council will carry out a creditsafe check on the Bidder. In the event that the Bidder’s credit score is less than 51, the Council reserves the right to require that the Bidder provides further assurance of financial capability to undertake the contract. This may include financial information (e.g. audited accounts), a Guarantee or a Performance Bond. Bidders unable to provide additional financial assurance to the full satisfaction of the Council will be disqualified from further consideration.
[4B5b] Insurance - Employer's (Compulsory) Liability Minimum amount
5 million GBP in the aggregate
[4B5c] Insurance - All other types listed Public Liability Minimum amount
5 million GBP in the aggregate
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Details are provided within the Standard Terms and Conditions and Performance Management Plan.
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:
17/12/2025
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
Tender must be valid until:
13/02/2026
IV.2.7) Conditions for opening of tenders
Date:
17/12/2025
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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=815908.
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.
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:
A summary of the expected community benefits has been provided as follows:
The Supplier will be required to provide evidence of community benefits being delivered to the local community. The expected benefits will be proportional to the value of the spend and may include;
Employment, training or work experience opportunities for young or unemployed people.
Activities with schools or colleges.
Support or sponsorship for local community groups, projects or events.
Please see the Community Benefit Guidance document and Contract Plan included within the tender documents for further information.
(SC Ref:815908)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=815908
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/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/jedburgh-sheriff-court-and-justice-of-the-peace-court/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authorities will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contract (Scotland) Regulations 2015 (SSI,2015 No446) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the award being published on the Find a Tender service (FTS) or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within six months from the date on which the contract was entered into.
VI.5) Date of dispatch of this notice
17/11/2025