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
Housing Fire & Intruder Alarm Maintenance
Reference number: RC-CPU-25-167
II.1.2) Main CPV code
79993100
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewshire Council currently have a requirement for an appropriately qualified and accredited Service Provider to carry out the Planned Preventative Maintenance (PPM) in accordance with a prescribed method and attend to reactive repairs as and when instructed by the Contract Administrator (CA) and/or their representative. The equipment is, and has been, subject to such PPM and reactive maintenance protocols with said equipment considered to be well maintained whilst varying in age, type and complexity.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31625200
42961100
31625300
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: Methodology and Approach
/ Weighting: 15
Quality criterion: Reactive Maintenance
/ Weighting: 5
Quality criterion: Fair Work First
/ Weighting: 5
Quality criterion: Community Benefit Outcome Menu
/ Weighting: 2
Quality criterion: Community Benefits Methodology
/ Weighting: 3
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/08/2026
End:
17/08/2029
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 accreditation to CHAS Vehicle Compliance Scheme (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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2026/S 000-005829
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/04/2026
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:
31/08/2026
IV.2.7) Conditions for opening of tenders
Date:
02/04/2026
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62683. 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:
A total of 30 Community Benefits will be sought as part of this Contract. It is anticipated that 10 CB points will be delivered each year of the contract.
(SC Ref:825049)
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:
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
03/03/2026