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
Contact person: Kevin Milliken
Telephone: +44 3003000300
E-mail: kevin.milliken@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
Specialist Cleaning, Clearances and Adhoc Services
Reference number: RC-CPU-25-150
II.1.2) Main CPV code
90910000
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewshire Council ("the Employer") has the requirement to appoint a Contractor to carry out specialist cleaning, general cleaning, clearances of gardens, communal areas and void/tenanted properties. There is also the requirement to carry out needle sweeps to void and tenanted properties, as well as deal with any adhoc services as mentioned in the Service Information that may be included in the Task Order.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 600 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
90918000
90911100
45452000
90520000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire
II.2.4) Description of the procurement
The Employer wishes to appoint a Contractor to provide the Employer with a Specialist Cleaning, Cleaning, Clearances and Adhoc Services requirement across the Council. This Contract is for Part 2 Services only.
Part 2 Services may include specialist cleaning requirements such as trauma cleans/ hazardous cleans, house, communal and garden clearances and adhoc requirements. Work for these requirements will be issued via Task Order and there is no guarantee of work or spend.
The Contractor will be required to carry out all services required by the Council. This includes carrying out needle sweeps within Tenanted Properties.
Delay Damages – Tenderers should note that Delay Damages may apply to Part 2 Services. The Delay Damages will vary depending on the requirements and the Employer reserves the right to apply Delay Damages to a Task Order where necessary.
II.2.5) Award criteria
Quality criterion: Methodology and Approach - Voidss
/ Weighting: 10
Quality criterion: Collaboration and Communication
/ Weighting: 10
Quality criterion: Turnaround Times
/ Weighting: 10
Quality criterion: Resource
/ Weighting: 10
Quality criterion: Quality of Work
/ Weighting: 10
Quality criterion: Methodology and Approach - Housing Services
/ Weighting: 10
Quality criterion: Fair Work First
/ Weighting: 5
Quality criterion: Community Benefits Outcome Menu
/ Weighting: 2
Quality criterion: Community Benefits Methodology
/ Weighting: 3
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
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 000-071218
Section V: Award of contract
Contract No: RC-CPU-25-150
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/03/2026
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Caledonian Maintenance Services
68 Bogmoor Place, Shieldhall
Glasgow
G51 4SN
UK
Telephone: +44 07540264027
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 600 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(SC Ref:826162)
VI.4) Procedures for review
VI.4.1) Review body
Please refer to VI.4.3 below
UK
UK
UK
VI.4.2) Body responsible for mediation procedures
Please refer to VI.4.3 below
Parliament Square
UK
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers or risk 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
10/03/2026