Section one: Contracting authority
one.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
Telephone
+44 1343563137
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Elgin Active Youth Engagement Bus
Reference number
18/1144
two.1.2) Main CPV code
- 80310000 - Youth education services
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98133110 - Services provided by youth associations
two.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Elgin
two.2.4) Description of the procurement
As per specification documents attached to PCST.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
1 x 12 month option to extend.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 possibly 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.
three.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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
19 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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)
six.4) Procedures for review
six.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
Country
United Kingdom