Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Telephone: +44 3003000300
E-mail: rachel.davison@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.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
Software Asset Management as a Service (SAMaaS)
Reference number: RC-CPU-25-041
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewsjore Council’s ICT Service requires the renewal of its Software Asset Management as a Service (SAMaaS) Contract. The SAMaaS provides analysis of the Council’s data which ensures that software compliance issues are highlighted for action. The SAMaaS provider offers advice and support in the execution of these actions. It also helps the Council in its aim to reduce the number of contracts the Council has across various departments with the same Service Provider, allowing for more streamlined contract management and a reduction in costs.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
451 196.30
GBP
II.2) Description
II.2.2) Additional CPV code(s)
72222300
72000000
72260000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
Renfrewshire Council's ICT Services requires the continued delivery of a Software Asset Management as a Service model as currently used by the Council for a period of 3 years with the option to extend for a further 2 at the sole discretion of the Council.
SAMaaS will provide analysis of the Council’s data ensuring that software compliance issues are highlighted for action. They will offer advice and support in the execution of these actions and defend the Council’s position in any compliance audit scenario. Whilst continuing to achieve full software compliance the next stage will be to optimise the Council’s license usage through knowledge and review of the license models.
The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA)Threshold as an Open procedure.
II.2.5) Award criteria
Quality criterion: Approach to Implementation, Resources, Knowledge and Skills
/ Weighting: 25%
Quality criterion: Service Delivery - License Compliance/Audit Ready
/ Weighting: 15%
Quality criterion: Service Delivery - Software Optimisation/Cost Reduction
/ Weighting: 15%
Quality criterion: Account Management
/ Weighting: 5%
Quality criterion: Fair Work First
/ Weighting: 5%
Quality criterion: Community Benefits
/ Weighting: 5%
Price
/ Weighting:
30%
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-033803
Section V: Award of contract
Contract No: RC-CPU-25-041
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/12/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Business Continuity Services Ltd
14 Alloway Place
Ayr
KA7 2AA
UK
Telephone: +44 1292283828
NUTS: UKM94
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 451 196.30
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Tenderers are required to comply with the following:
- Specification;
- General Conditions of Contract;
- Special Conditions;
- Data Processing Agreement document.
- Cyber Security Requirements as contained in the Specification.
Tenderers must complete, sign and upload the following documentation (as contained within the Supplier attachment area on PCS_T) with their tender submission:
- Tender Declaration Certificate;
- Equalities Questionnaire;
- Equalities Declaration;
- Tender Compliance Certificate;
- Prompt Payment Certificate;
- No Collusion Certificate;
- H&S Questionnaire;
Please note that all documents must be signed by an authorised signatory.
Request for Information:
Evidence of your company's insurance certificates detailing the required level of insurance's as per the levels stated within this Contract Notice and as detailed within the Invitation to Tender documentation must be uploaded within the general attachments area in Public Contract Scotland Tender Portal upon request by the Council.
Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts.
Tenderers are asked to complete a Community Benefit (CB) Outcome Menu and supporting methodology for a technical value of 5%. Full instructions regarding how to complete the Community Benefit (CB) Outcome Menu will be contained within the Invitation to Tender which can be found on PCS-T project number 29403.
All additional information relevant to this procurement exercise is detailed within the Invitation to Tender document which can be found on PCS-T project number 29403.
(SC Ref:820033)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
UK
VI.4.3) Review procedure
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 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
UK
VI.5) Date of dispatch of this notice
08/01/2026