Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 25th Aug 2025
Reference | ocds-h6vhtk-058d64 |
Common Procurement Vocabulary | Cleaning services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 25th Aug 2025
Reference | ocds-h6vhtk-058d64 |
Common Procurement Vocabulary | Cleaning 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
Kevin Milliken
kevin.milliken [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 to the above-mentioned address
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
Specialist Cleaning, Cleaning, Clearances and Adhoc Services
Reference number
RC-CPU-23-009
II.1.2) Main CPV code
- 90910000 - Cleaning services
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewshire Council ("the Employer") has the requirement to appoint a Contractor to carry out specialist cleaning, general cleaning, clearances of gardens, communal areas and void/tenanted properties. As well as deal with any adhoc services as mentioned in the Service Information that may be included in the Task Order.
This Contract is for Part 2 Services only, work will be issued via Task Order, there is no guarantee of work and spend.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90918000 - Bin-cleaning services
- 90911100 - Accommodation cleaning services
- 45452000 - Exterior cleaning work for buildings
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
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 Employer wishes to appoint a Contractor to provide the Employer with a Specialist Cleaning, Cleaning, Clearances and Adhoc Services requirement across the Council. This Contract is for Part 2 Services only.
Part 2 Services may include specialist cleaning requirements such as trauma cleans/ hazardous cleans, house, communal and garden clearances and adhoc requirements. Work for these requirements will be issued via Task Order and there is no guarantee of work or spend.
Delay Damages – Tenderers should note that Delay Damages may apply to Part 2 Services. The Delay Damages will vary depending on the requirements and the Employer reserves the right to apply Delay Damages to a Task Order where necessary.
II.2.5) Award criteria
Quality criterion - Name: Methodology and Approach - Voids / Weighting: 10
Quality criterion - Name: Collaboration and Communication / Weighting: 10
Quality criterion - Name: Turnaround Times / Weighting: 10
Quality criterion - Name: Resource / Weighting: 10
Quality criterion - Name: Quality of Work / Weighting: 10
Quality criterion - Name: Methodology and Approach - Housing Services / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Community Benefits Menu / Weighting: 2
Quality criterion - Name: Community Benefits Methodology / Weighting: 3
Price - Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial Service Period of 24 months from the Starting Date anticipated to be 5th January 2026, with the option to extend on two separate occasions for a period up to 12 months on each occasion. Any extension will be at the sole discretion of the Employer.
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.1.2) 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
24 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: 20 February 2026
IV.2.7) Conditions for opening of tenders
Date
24 September 2025
Local time
12:00pm
Place
Renfrewshire Council
Information about authorised persons and opening procedure
The Tender will be opened by two procurement officers.
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Further Notices will be issued in advance of any expiry dates in Service Period or extensions.
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 Recommended Tenderer will be required to provide at Request for Documentation stage the following documents:
S1 Equalities Questionnaire
S2 Equalities Declaration
S5 Prompt Payment Certificate
S6 Waste Carrier
S9 List of Proposed Sub-Contractors
S10 Parent Company Guarantee
New Supplier Request
Insurance Certificates to the levels set in the Procurement Documents
Health & Safety Questionnaire and supporting documentation
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29432. For more information see:
(SC Ref:808149)
VI.4) Procedures for review
VI.4.1) Review body
Please refer to VI.4.3 below
UK
UK
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Please refer to VI.4.3 below
UK
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risk suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.
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