Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework Agreement for the Provision of Trades Contractors

  • First published: 17 June 2025
  • Last modified: 17 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0545ff
Published by:
Renfrewshire Council
Authority ID:
AA21061
Publication date:
17 June 2025
Deadline date:
14 July 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

See VI.4.3

See VI.4.3

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 Sessions

Parliament Square

Edinburgh

EH1 1RQ

UK

VI.5) Date of dispatch of this notice

10/06/2025

Coding

Commodity categories

ID Title Parent category
71550000 Blacksmith services Construction-related services
45210000 Building construction work Works for complete or part construction and civil engineering work
45000000 Construction work Construction and Real Estate
71314100 Electrical services Energy and related services
45441000 Glazing work Painting and glazing work
71314310 Heating engineering services for buildings Energy and related services
45421146 Installation of suspended ceilings Joinery work
45421000 Joinery work Joinery and carpentry installation work
45262600 Miscellaneous special-trade construction work Special trade construction works other than roof works
45442100 Painting work Application work of protective coatings
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
45261211 Roof-tiling work Erection and related works of roof frames and coverings

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
kerri-anne.benammar@renfrewshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.