Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
UK
Person cyswllt: Procurement
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:
https://www.publiccontractsscotland.gov.uk/Default.aspx
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publiccontractsscotland.gov.uk/Default.aspx
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
Process Improvement Consultant
Cyfeirnod: 1001548
II.1.2) Prif god CPV
79410000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 100 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
79410000
II.2.3) Man cyflawni
Cod NUTS:
UKM91
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 100 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
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.
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.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
[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
Lefel(au) gofynnol y safonau sydd eu hangen:
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
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Details are provided within the Standard Terms and Conditions and Performance Management Plan.
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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
17/12/2025
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
Rhaid i’r tendr fod yn ddilys tan:
13/02/2026
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
17/12/2025
Amser lleol: 13:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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
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/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/jedburgh-sheriff-court-and-justice-of-the-peace-court/
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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.
VI.5) Dyddiad anfon yr hysbysiad hwn
17/11/2025