Tender

Berwickshire Taxi Bus DRT

  • Scottish Borders Council

F02: Contract notice

Notice identifier: 2025/S 000-013816

Procurement identifier (OCID): ocds-h6vhtk-04e8da

Published 9 April 2025, 9:02am



Section one: Contracting authority

one.1) Name and addresses

Scottish Borders Council

Council Headquarters

Newtown St Boswells

TD6 0SA

Email

procurement@scotborders.gov.uk

Telephone

+44 1835824000

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

http://www.scotborders.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

Berwickshire Taxi Bus DRT

Reference number

1001416

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of a demand responsive taxi-bus service within the Berwickshire area.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

Provision of a demand responsive taxi-bus service within the Berwickshire area.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 July 2025

End date

30 June 2028

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months optional extensions, taking the maximum duration to 5 years.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

4A1a:

Bidders are required to have prior to commencement of the contract the following:

Taxi or Private Hire Operator License issued by Scottish Borders Council

Special Restricted Public Service Vehicle Operator License

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B5b/4B5c: The bidder must confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.

4B6: The bidder may at the Council's discretion be asked to provide copies of their audited accounts for the most recent two financial years.

Bidders must declare that they have passed the financial standing test of the Traffic Commissioner.

Minimum level(s) of standards possibly required

- Employer's (Compulsory) Liability - Minimum amount GBP5,000,000 per claim

- Public Liability Insurance - Minimum amount GBP5,000,000 per claim

- Motor Vehicle Insurance (Fully Comprehensive) - Minimum amount GBP5,000,000 per claim

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C7: Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change

emergency and how they will respond.

4D1: Bidders will be required to provide a documented Health & Safety policy or, where applicable (less than 5 employees, self-employed,

etc.) statement of Health & Safety intent.

Minimum level(s) of standards possibly required

Complete document 1001416-Bidder Relevant Contract Climate Change Plan

Provide legally compliant H&S policy or statement of intent

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Holders of licenses as stated in III.1.1

three.2.2) Contract performance conditions

See conditions of contract


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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-007613

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 May 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

12 May 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years time

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Bidders are strongly advised to engage with the Supplier Development Programme in the preparation of their bids: https://www.sdpscotland.co.uk/

Once the tender evaluation has been completed the following documentation will be required:

1. evidence of your company's insurance certification detailing the required level of insurance as per the levels stated within this contract notice.

2. A completed copy of Forms and Declarations

3. A completed copy of FOI Exemption Request Form

4. A completed copy of Non-Involvement in Serious Organised Crime Declaration

5. Any other documentation required.

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=795190.

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:

Community benefits will be required in line with the minimums stated in the delivery plan.

(SC Ref:795190)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=795190

six.4) Procedures for review

six.4.1) Review body

Jedburgh Sherriff Court and Justice of the Peace Court

Castlegate

Jedburgh

TD8 6AR

Email

jedburgh@scotcourts.gov.uk

Telephone

+44 1835863231

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/jedburgh-sheriff-court-and-justice-of-the-peace-court