Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Renfrewshire Council
  Renfrewshire House, Cotton Street
  Paisley
  PA1 1JB
  UK
  
            Contact person: Stuart McLean
  
            Telephone: +44 3003000300
  
            E-mail: stuart.mclean@renfrewshire.gov.uk
  
            NUTS: UKM83
  Internet address(es)
  
              Main address: http://www.renfrewshire.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
 
  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 code:
    UKM83
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
    Criteria below:
    
                    Quality criterion: 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: Demonstration of Material Procurement including lead times on components and the contract requirement for First-Time-Fix
                    / Weighting: 10
    
                    Quality criterion: Demonstration of Workmanship / Work on Site whilst working in a live public environment
                    / Weighting: 10
    
                    Quality criterion: Demonstration of Identification of Risks and Subsequent Mitigation of Risks Identified including how risks are reported
                    / Weighting: 10
    
                    Quality criterion: Demonstrations of Liaising with the Council Project Team including how you will communicate with Council Staff
                    / Weighting: 10
    
                    Quality criterion: Community Benefits Outcome Menu
                    / Weighting: 2
    
                    Quality criterion: Community Benefit Methodology
                    / Weighting: 3
    
                    Quality criterion: Fair Work First
                    / Weighting: 5
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                28/01/2026
    
                End:
                27/01/2029
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    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
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about 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:
              22/09/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Tender must be valid until:
                16/02/2026
  IV.2.7) Conditions for opening of tenders
  
              Date:
              22/09/2025
  
              Local time: 12:00
  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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 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 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
    UK
   
  VI.4.2) Body responsible for mediation procedures
  
    See VI.4.3) below
    See VI.4.3) below
    Edinburgh
    EH1 1RQ
    UK
   
  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
    UK
   
 
VI.5) Date of dispatch of this notice
21/08/2025