Section one: Contracting authority
one.1) Name and addresses
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
Contact
Ryan Douglas
procurement@scotborders.gov.uk
Telephone
+44 1835824000
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Non-Core Subsidised Bus Routes
Reference number
1001204
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 subsidised bus services for various routes within the Scottish Borders area
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
T075a - Galashiels to Melrose Gait
Lot No
1
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
Main site or place of performance
Galashiels
two.2.4) Description of the procurement
Provision of a 16 seat subsidised bus service to and from Galashiels and Melrose Gait.
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
12 May 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
3 x 12 months optional extensions, taking the maximum contract duration to 8 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
two.2) Description
two.2.1) Title
T090a - Peebles Town Service
Lot No
2
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
Main site or place of performance
Peebles
two.2.4) Description of the procurement
Provision of a 16 seat subsidised bus service within Peebles.
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
12 May 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
3 x 12 months optional extensions, taking the maximum contract duration to 8 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
two.2) Description
two.2.1) Title
Peebles Taxi Bus
Lot No
3
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
Main site or place of performance
Peebles
two.2.4) Description of the procurement
Provision of an 8 seat demand responsive taxibus service in the Peebles 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
12 May 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
3 x 12 months optional extensions, taking the maximum contract duration to 8 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
two.2) Description
two.2.1) Title
T091a - Peebles to Biggar
Lot No
4
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
two.2.4) Description of the procurement
Provision of a 16 seat subsidised bus service to and from Peebles and Biggar.
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
12 May 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
3 x 12 months optional extensions, taking the maximum contract duration to 8 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
two.2) Description
two.2.1) Title
T093a - Peebles to West Linton
Lot No
5
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
two.2.4) Description of the procurement
Provision of a 16 seat subsidised bus services between Peebles and West Linton.
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
12 May 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
3 x 12 months optional extensions, taking the maximum contract duration to 8 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
two.2) Description
two.2.1) Title
T091a/T093a - Combined Service
Lot No
6
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
Main site or place of performance
Peebles
two.2.4) Description of the procurement
Provision of a 16 seat subsidised bus service incorporating services T091a and T093a
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
12 May 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
3 x 12 months optional extension, taking the contract to a maximum duration of 8 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 tender submission licenses appropriate to the lots for which they are submitting a tender:
Lot 3: Special Restricted Public Service Vehicle Operator License (in addition to a Taxi or Private Hire Operator License)
Lots 1,2,4,5,6: PSV Operators 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 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 GBP10,000,000 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 1001204-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 appropriate to the lots for which they are submitting a tender.
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: 2024/S 000-020740
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 January 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 January 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: Final year of the contract
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
Note that even where otherwise acceptable bids are submitted, not all Lots will be awarded. Lots 3-6 are alternative services covering the same geographical area and will be awarded in one of the following combinations:
-Lot 3 only
-Lots 4 & 5
-Lot 6 only
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=775752.
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:
Bidders will be asked to commit delivering a minimum amount of community benefits per lot awarded and proportionate to the value.
(SC Ref:775752)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=775752
six.4) Procedures for review
six.4.1) Review body
Jedburgh Sherriff Court and Justice of the Peace Court
Castlegate
Jedburgh
TD8 6AR
Telephone
+44 1835863231
Country
United Kingdom