Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Contact person: KerriAnne Ben Ammar
Telephone: +44 3003000300
E-mail: kerri-anne.benammar@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:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
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
Framework Agreement for the Provision of Trades Contractors
Reference number: RC-CPU-24-163
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The purpose of this Framework Agreement is to give the Contracting Authorities (Renfrewshire Council, East Renfrewshire Council and ONEREN) a route to employ specialist contractors to carry out reactive repair, maintenance and lower value one-off projects.
The trades required would be;
~ Electricians
~ Joiners
~ Plumbers
~ Plasterers and Ceramic Tilers
~ Painters and Decorators
~ Glaziers
~ Tile and Slate Roofers
~ Flat Roofers
~ Blacksmiths and Metal Fence Erectors
~ Suspended Ceiling Installers
~ Heating Engineers
~ General Builders
There are Lots for individual trades groups (as mentioned above) and also a Lot for Multi-Trades should an individual work package require the coordinated use of various trades to enable its completion.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Electrical Contractors
II.2.2) Additional CPV code(s)
71314100
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of electrical contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned electrical works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years.
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
Lot No: 2
II.2.1) Title
Joinery Contractors
II.2.2) Additional CPV code(s)
45421000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of joinery contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned joiner works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years.
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
Lot No: 3
II.2.1) Title
Plumbing Contractors
II.2.2) Additional CPV code(s)
45330000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of plumbing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned plumber works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 4
II.2.1) Title
Plastering and Ceramic Tiling Contractors
II.2.2) Additional CPV code(s)
45410000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of plastering and ceramic tiling contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned plastering and ceramic tiling works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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:
6. The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 5
II.2.1) Title
Painting and Decorating Contractors
II.2.2) Additional CPV code(s)
45442100
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of painting and decorating contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned painting and decorating works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 6
II.2.1) Title
Glazing Contractors
II.2.2) Additional CPV code(s)
45441000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of glazing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned glazing works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 7
II.2.1) Title
Tile and Slate Roofing Contractors
II.2.2) Additional CPV code(s)
45261211
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of roof tiling and slating contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned roof tiling and slating works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 8
II.2.1) Title
Flat Roofing Contractors
II.2.2) Additional CPV code(s)
45261211
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of flat roofing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned flat roofing works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 9
II.2.1) Title
Blacksmiths and Metal Fencing Contractors
II.2.2) Additional CPV code(s)
71550000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of Blacksmith and Metal Fencing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned Blacksmith and Metal Fencing works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 10
II.2.1) Title
Suspended Ceiling Contractors
II.2.2) Additional CPV code(s)
45421146
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of Suspended Ceiling contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned Suspended Ceiling works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 11
II.2.1) Title
Heating Engineers
II.2.2) Additional CPV code(s)
71314310
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of Heating contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned Heating Engineer works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 12
II.2.1) Title
General Builders
II.2.2) Additional CPV code(s)
45210000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of General Building contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned General Builders works under this Lot.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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
Lot No: 13
II.2.1) Title
Multi Trades Contractors
II.2.2) Additional CPV code(s)
45262600
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The employment of Multi Trades Contractors to provide a reactive repair and maintenance service to the Contracting Authorities. There will also be an option to procure planned Multi Trades works under this Lot.
Contractors awarded onto this Lot would require to be able to provide all the trades from Lots 1 to 12 to be deployed on a single Work Package as required. Contractors may also be required to provide trades not specifically included within Lots 1 to 12.
Where a multi trades Work Package is awarded the Contractor will be required to supervise and coordinate all the trades under their control to ensure the efficient completion of the Work Package.
Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Price
/ Weighting:
65%
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 Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years
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:
Selection criteria as stated in the procurement documents
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
III.2.2) Contract performance conditions
As contained within the Invitation to Tender
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 65
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:
14/07/2025
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
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
14/07/2025
Local time: 12:00
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 bidder must complete and submit, WITH THEIR TENDER RESPONSE the following documents;
~ Completed Contract Data Part 2
~ Completed Offer Worksheet(s) relevant to the Lot or Lots that you are bidding for.
~ Tender Declaration Page(s) relevant to the Lot or Lots that you are bidding for.
~ Completed Tender Compliance Certificate.
The Offer Worksheets and Tender Declaration Pages can be found within the attachment area of each individual Lot ITT. Please ensure that you complete the Offer Worksheet and Declaration Page for each Lot you are bidding for and reattach your completed documents in the attachment area of the relevant Lot.
The Contract Data Part 2 and the Tender Compliance Certificate can be found within a folder entitled “Contract Documents” uploaded into the Attachment Area of the Master ITT.
The bidder may also be required to complete and submit, at “REQUEST FOR DOCUMENTATION STAGE” the following Supplementary documents (S Docs);
~ S1 - Equalities Questionnaire
~ S2 - Equalities Declaration
~ S3 - No Collusion Certificate
~ S4 - Prompt Payment Certificate (if subcontractors are to be used)
~ S5 – Registered Waste Carrier Form
~ S7 - Health and Safety Questionnaire
The above mentioned documents are provided with the tender documents and can be located within a folder entitled “Supplementary Documents” uploaded into the Attachment Area of the Master ITT.
Within the Technical Envelope of the Master ITT, tenderers are requested to provide information in relation to their organisation and workforce. It should be noted that the detail requested in this section is for information only and will not form part of the award criteria and therefore has a “0” weighting.
Tenderers are also required to provide responses to the Quality criteria as stated within the Invitation to Tender.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29443. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Bidders are requested to refer to the document entitled Community Benefit Outcome Menu and state, in their tender response, how many Community Benefits Points (CBPs) they would commit to offering per GBP100K of spend per Lot through this Framework Agreement.
(SC Ref:801284)
VI.4) Procedures for review
VI.4.1) Review body
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 Sessions
Parliament Square
Edinburgh
EH1 1RQ
UK
VI.5) Date of dispatch of this notice
10/06/2025