Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 21st Aug 2025
Reference | ocds-h6vhtk-058c42 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 21st Aug 2025
Reference | ocds-h6vhtk-058c42 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Stuart McLean
stuart.mclean [at] renfrewshire.gov.uk
Telephone
+44 3003000300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Council Wide Laundry Maintenance
Reference number
RC-CPU-25-103
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewshire Council (the Council) are seeking to enter into a contract in respect of a suitably experienced Service Provider to provide servicing and maintenance for the current Council wide laundry equipment and provide reactive repairs across various properties within the Council area.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
II.2.4) Description of the procurement
The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold Open Tender procedure relating to a Services Contract.
II.2.5) Award criteria
Quality criterion - Name: Demonstration of your approach to reaction, processes Site Establishment and Control following receipt of task order taking consideration of time scales work required / Weighting: 10
Quality criterion - Name: Demonstration of Material Procurement including lead times on components and the contract requirement for First-Time-Fix / Weighting: 10
Quality criterion - Name: Demonstration of Workmanship / Work on Site whilst working in a live public environment / Weighting: 10
Quality criterion - Name: Demonstration of Identification of Risks and Subsequent Mitigation of Risks Identified including how risks are reported / Weighting: 10
Quality criterion - Name: Demonstrations of Liaising with the Council Project Team including how you will communicate with Council Staff / Weighting: 10
Quality criterion - Name: Community Benefits Outcome Menu / Weighting: 2
Quality criterion - Name: Community Benefit Methodology / Weighting: 3
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
28 January 2026
End date
27 January 2029
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Tenderers are required to provide evidence of registration with an accreditation to the Fleet Operator Recognition Scheme (FORS) at a minimum of Bronze Level Accreditation (or equivalent)
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
22 September 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 16 February 2026
IV.2.7) Conditions for opening of tenders
Date
22 September 2025
Local time
12:00pm
Place
Renfrewshire
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29874. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community Benefits will be included in this procurement on an evaluated basis.
The Community Benefit Outcome Menu will be used. Each tender will include an expectation of 30 Community Benefit points.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29874. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community Benefits will be included in this procurement on an evaluated basis.
The Community Benefit Outcome Menu will be used. Each tender will include an expectation of 30 Community Benefit points.
(SC Ref:807775)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
See VI.4.3) below
See VI.4.3) below
Edinburgh
EH1 1RQ
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures: An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Procurement Reform (Scotland) Act 2014 may bring proceedings in the Sheriff Court or the Court of Session in accordance with the Procurement Reform (Scotland) Act 2014.
VI.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom