Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
UK
Ffôn: +44 1835824000
E-bost: procurement@scotborders.gov.uk
NUTS: UKM91
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.scotborders.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Berwickshire Taxi Bus DRT
Cyfeirnod: 1001416
II.1.2) Prif god CPV
60112000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Provision of a demand responsive taxi-bus service within the Berwickshire area.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
Provision of a demand responsive taxi-bus service within the Berwickshire area.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/07/2025
Diwedd:
30/06/2028
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
2 x 12 months optional extensions, taking the maximum duration to 5 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
- 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
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
Complete document 1001416-Bidder Relevant Contract Climate Change Plan
Provide legally compliant H&S policy or statement of intent
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.1) Gwybodaeth am broffesiwn penodol
PDim ond proffesiwn penodol all gymryd rhan : Ydy
Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:
Holders of licenses as stated in III.1.1
III.2.2) Amodau perfformiad contractau
See conditions of contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2025/S 000-007613
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
12/05/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
12/05/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
5 years time
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Jedburgh Sherriff Court and Justice of the Peace Court
Castlegate
Jedburgh
TD8 6AR
UK
Ffôn: +44 1835863231
E-bost: jedburgh@scotcourts.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/jedburgh-sheriff-court-and-justice-of-the-peace-court
VI.5) Dyddiad anfon yr hysbysiad hwn
09/04/2025