Tender

Process Improvement Consultant

  • Scottish Borders Council

F02: Contract notice

Notice identifier: 2025/S 000-074361

Procurement identifier (OCID): ocds-h6vhtk-05e264

Published 17 November 2025, 12:17pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Borders Council

Council Headquarters

Newtown St Boswells

TD6 0SA

Contact

Procurement

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

https://www.publiccontractsscotland.gov.uk/Default.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/Default.aspx

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

Process Improvement Consultant

Reference number

1001548

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM91 - Scottish Borders

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £100,000

two.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.

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.1.2) 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 possibly 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

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Details are provided within the Standard Terms and Conditions and Performance Management Plan.


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

17 December 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

Tender must be valid until: 13 February 2026

four.2.7) Conditions for opening of tenders

Date

17 December 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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: 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

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/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/jedburgh-sheriff-court-and-justice-of-the-peace-court/

six.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.