Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
UK
Contact person: Elaine Summerfield
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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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
School Transport Contract
Reference number: 18/1236
II.1.2) Main CPV code
60170000
II.1.3) Type of contract
Services
II.1.4) Short description
Moray Council has a variety of requirements in relation to transportation, including Home to School transport, Community Services transport and Public Bus services.
This tender sets out the Council’s requirements for the provision of Home to School Transport only.
II.1.5) Estimated total value
Value excluding VAT:
4 220 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title
Large Vehicles
II.2.2) Additional CPV code(s)
60171000
60172000
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Moray Wide
II.2.4) Description of the procurement
This tender is for the provision of transport associated with education. To ease completion for bidders all lot information is contained in the commercial envelope on PCS-Tender for the project identified.
Lot 1 is for large vehicles (>16 seats)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality Criteria
/ Weighting: 20
Price
/ Weighting:
80
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This contract can be extended for a further 2 periods of up to 12 months
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
The statement for a Find a Tender Service (FTS) notice:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Lot No: 2
II.2.1) Title
Small Vehicles
II.2.2) Additional CPV code(s)
60171000
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Moray Wide
II.2.4) Description of the procurement
This tender is for the provision of transport associated with education. To ease completion for bidders all lot information is contained in the commercial envelope on PCS-Tender for the project identified.
Lot 2 is for smaller vehicles (up to 16 seats)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20
Price
/ Weighting:
80
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This contract can be extended for a further 2 periods of up to 12 months
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
The statement for a Find a Tender Service (FTS) notice:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Lot No: 3
II.2.1) Title
Youth Orchestra Transport
II.2.2) Additional CPV code(s)
60170000
60172000
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Moray Wide
II.2.4) Description of the procurement
This tender is for the provision of transport associated with education. To ease completion for bidders all lot information is contained in the commercial envelope on PCS-Tender for the project identified.
Lot 3 is for the provision of transport to Moray Youth Orchestra (Saturdays only)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20
Price
/ Weighting:
80
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This contract can be extended for a further 2 periods of up to 12 months
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 58 of the Public Contracts (Scotland) Regulations 2015.
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:
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 financial statements that materially impact the economic and financial standing of the economic operator.
Where the operator is not able to make such a confirmation, 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 confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Minimum level(s) of standards required:
The bidder is required to provide a copy of the last 2 or 3 financial statements as evidence of their compliance to meet their statutory obligations.
Insurance requirements -
Employer's (Compulsory) Liability:: five million pounds sterling 5,000,000
Public Liability: five million pound sterling 5,000,000
Valid Motor Insurance for all vehicles involved in delivery of this contract
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Minimum level(s) of standards required:
Experience of delivery of similar services
Requirement: within the past five years
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Bidders will be required to provide information periodically to Moray Council in relation to performance of these services
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:
24/11/2025
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/11/2025
Local time: 12:00
Place:
Online - Public contract Scotland Tender
Information about authorised persons and opening procedure:
Bids will remain closed until the submission deadline and will be opened as soon as possible after the deadline.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Consideration will be made during the final year of the initial period whether contract extensions will be taken or not.
It is expected that future requirements will be retendered in 5-7 years
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30298. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Bidders will be asked to confirm what community benefits are offered if successful in this tender
(SC Ref:813605)
VI.4) Procedures for review
VI.4.1) Review body
Elgin Sherriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
UK
Telephone: +44 343542505
E-mail: elgin@scotcourts.gov.uk
Internet address(es)
URL: https://scotcourts.gov.uk/
VI.4.2) Body responsible for mediation procedures
Elgin Sherriff Court
Sheriff Courthouse, High Street
Elgin
UK
Telephone: +44 343542505
Internet address(es)
URL: https://scotcourts.gov.uk/
VI.5) Date of dispatch of this notice
22/10/2025