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 for Transportation

  • First published: 13 March 2026
  • Last modified: 13 March 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Renfrewshire Council
Authority ID:
AA21061
Publication date:
13 March 2026
Deadline date:
14 April 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Renfrewshire Council previously operated a Framework for Transportation (RC-CPU-20-385), which expired in January 2026. The Council is now seeking to establish a new multi-Service Provider Framework.

The Council invites responses to the Invitation to Tender (ITT) for a place on this Framework from suitably qualified Service Providers. The framework will be used to meet Renfrewshire Council’s transport requirements - provision of bus, taxi and private hire car services for Service Users - including children and adults with additional support needs (ASN) as well as tenants, tenant representatives and other Service Users, where required.

Mainstream school transport requirements will continue to be procured through SPT and do not form part of this requirement.

The main users of the Framework will be Renfrewshire Council’s Children’s Services. However, the Framework will be available for use by any Renfrewshire Council service, including Renfrewshire Health and Social Care Partnership.

The main objective of the Framework is to ensure the provision of safe, suitable, efficient and reliable transport between each Service User’s location (eg place of residence) and their required destination (eg school, day care centres, swimming pools/other leisure facilities, temporary accommodation, etc). Some Call-off Contracts will require an Escort, and where necessary this will be advised by the Council.

There will be four Lots, and Tenderers are invited to bid for any number of Lots, appropriate to their own business structure:

- Lot 1 ASN Buses

- Lot 2 ASN Taxis

- Lot 3 Ad-hoc Buses

- Lot 4 Ad-hoc Taxis

The Framework will start on the Commencement Date as stated in the Letter of Acceptance (anticipated to be mid-June 2026). Service Providers who are successful in obtaining a place on the Framework may have an Appointed Date which differs from the Commencement Date.

The Council will call off from the Framework throughout its duration, but Tenderers should note there is no guaranteed level of spend for any Call-off awarded under the Framework.

Tenderers MUST complete a Master ITT and AT LEAST ONE Lot ITT. Tenderers should note that the Tender has been structured to avoid duplication, and a response to ONE set of Technical Questions will be required, based on a Tenderer's Service offering.

The Council has NOT set a limit on the number of successful Tenderers to be appointed to the Framework or to any one Lot.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

UK

E-mail: shona.brydson@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

Framework for Transportation

Reference number: RC-CPU-25-051

II.1.2) Main CPV code

60000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Renfrewshire Council previously operated a Framework for Transportation (RC-CPU-20-385), which expired in January 2026. The Council is now seeking to establish a new multi-Service Provider Framework.

The Council invites responses to the Invitation to Tender (ITT) for a place on this Framework from suitably qualified Service Providers. The framework will be used to meet Renfrewshire Council’s transport requirements - provision of bus, taxi and private hire car services for Service Users - including children and adults with additional support needs (ASN) as well as tenants, tenant representatives and other Service Users, where required.

Mainstream school transport requirements will continue to be procured through SPT and do not form part of this requirement.

The main users of the Framework will be Renfrewshire Council’s Children’s Services. However, the Framework will be available for use by any Renfrewshire Council service, including Renfrewshire Health and Social Care Partnership.

The main objective of the Framework is to ensure the provision of safe, suitable, efficient and reliable transport between each Service User’s location (eg place of residence) and their required destination (eg school, day care centres, swimming pools/other leisure facilities, temporary accommodation, etc). Some Call-off Contracts will require an Escort, and where necessary this will be advised by the Council.

There will be four Lots, and Tenderers are invited to bid for any number of Lots, appropriate to their own business structure:

- Lot 1 ASN Buses

- Lot 2 ASN Taxis

- Lot 3 Ad-hoc Buses

- Lot 4 Ad-hoc Taxis

The Framework will start on the Commencement Date as stated in the Letter of Acceptance (anticipated to be mid-June 2026). Service Providers who are successful in obtaining a place on the Framework may have an Appointed Date which differs from the Commencement Date.

The Council will call off from the Framework throughout its duration, but Tenderers should note there is no guaranteed level of spend for any Call-off awarded under the Framework.

Tenderers MUST complete a Master ITT and AT LEAST ONE Lot ITT. Tenderers should note that the Tender has been structured to avoid duplication, and a response to ONE set of Technical Questions will be required, based on a Tenderer's Service offering.

The Council has NOT set a limit on the number of successful Tenderers to be appointed to the Framework or to any one Lot.

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 4 lots

II.2) Description

Lot No: 1

II.2.1) Title

Additional Support Needs Buses

II.2.2) Additional CPV code(s)

60172000

34120000

34115200

34114400

34121000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Renfrewshire and other locations as required by the Council

II.2.4) Description of the procurement

The tender will be conducted as an Open Procedure to establish a framework agreement. The weighting for appointment to the Framework is 70% Quality/30% Price

However, Call off Contracts from the Framework will use the Quality score achieved on a pro rata basis - 30% Quality/70% Price (Price being Rates submitted for any Call-off Contract).

II.2.5) Award criteria

Criteria below:

Quality criterion: Compliance Questions / Weighting: Pass/Fail

Quality criterion: Cyber Security / Weighting: Pass/Fail

Quality criterion: Insurances / Weighting: Pass/Fail

Quality criterion: Health and Safety / Weighting: Pass/Fail

Quality criterion: Vehicle Breakdown / Weighting: 20%

Quality criterion: Recording of Incidents / Weighting: 5%

Quality criterion: Skills and Training / Weighting: 15%

Quality criterion: Consistency of Drivers/Escorts / Weighting: 20%

Quality criterion: Fair Work First / Weighting: 5%

Quality criterion: Community Benefits / Weighting: 5%

Price / Weighting:  30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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

II.2.14) Additional information

For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date

Lot No: 2

II.2.1) Title

Additional Support Needs Taxis

II.2.2) Additional CPV code(s)

60120000

34115200

60171000

34110000

34115000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Renfrewshire and other locations as required by the Council

II.2.4) Description of the procurement

The tender will be conducted as an Open Procedure to establish a framework agreement. The weighting for appointment to the Framework is 70% Quality/30% Price

However, Call off Contracts from the Framework will use the Quality score achieved on a pro rata basis - 30% Quality/70% Price (Price being Rates submitted for any Call-off Contract).

II.2.5) Award criteria

Criteria below:

Quality criterion: Compliance Questions / Weighting: Pass/Fail

Quality criterion: Cyber Security / Weighting: Pass/Fail

Quality criterion: Insurances / Weighting: Pass/Fail

Quality criterion: Health and Safety / Weighting: Pass/Fail

Quality criterion: Vehicle Breakdown / Weighting: 20%

Quality criterion: Recording of Incidents / Weighting: 5%

Quality criterion: Skills and Training / Weighting: 15%

Quality criterion: Consistency of Drivers/Escorts / Weighting: 20%

Quality criterion: Fair Work First / Weighting: 5%

Quality criterion: Community Benefits / Weighting: 5%

Price / Weighting:  30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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

II.2.14) Additional information

For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date

Lot No: 3

II.2.1) Title

Ad Hoc Buses

II.2.2) Additional CPV code(s)

60172000

34120000

34115200

34121000

34114400

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Renfrewshire and other locations as required by the Council

II.2.4) Description of the procurement

The tender will be conducted as an Open Procedure to establish a framework agreement. The weighting for appointment to the Framework is 70% Quality/30% Price

However, Call off Contracts from the Framework will use the Quality score achieved on a pro rata basis - 30% Quality/70% Price (Price being Rates submitted for any Call-off Contract).

II.2.5) Award criteria

Criteria below:

Quality criterion: Compliance Questions / Weighting: Pass/Fail

Quality criterion: Cyber Security / Weighting: Pass/Fail

Quality criterion: Insurances / Weighting: Pass/Fail

Quality criterion: Health and Safety / Weighting: Pass/Fail

Quality criterion: Vehicle Breakdown / Weighting: 48%

Quality criterion: Recording of Incidents / Weighting: 12%

Quality criterion: Fair Work First / Weighting: 5%

Quality criterion: Community Benefits / Weighting: 5%

Price / Weighting:  30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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

II.2.14) Additional information

For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date

Lot No: 4

II.2.1) Title

Ad Hoc Taxis

II.2.2) Additional CPV code(s)

60120000

34115200

34110000

60171000

34115000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Renfrewshire and other locations as required by the Council

II.2.4) Description of the procurement

The tender will be conducted as an Open Procedure to establish a framework agreement. The weighting for appointment to the Framework is 70% Quality/30% Price

However, Call off Contracts from the Framework will use the Quality score achieved on a pro rata basis - 30% Quality/70% Price (Price being Rates submitted for any Call-off Contract).

II.2.5) Award criteria

Criteria below:

Quality criterion: Compliance Questions / Weighting: Pass/Fail

Quality criterion: Cyber Security / Weighting: Pass/Fail

Quality criterion: Insurances / Weighting: Pass/Fail

Quality criterion: Health and Safety / Weighting: Pass/Fail

Quality criterion: Vehicle Breakdown / Weighting: 48%

Quality criterion: Recording of Incidents / Weighting: 12%

Quality criterion: Fair Work First / Weighting: 5%

Quality criterion: Community Benefits / Weighting: 5%

Price / Weighting:  30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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

II.2.14) Additional information

For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date

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 must provide relevant examples of services carried out in the last three years which demonstrate capacity to deliver services.

Staff must have a completed PVG Check and Service Provider's must comply with the Disclosure (Scotland) Act 2020.

Each Tenderer will have to confirm understanding that where they are successful in being recommended for appointment to the Framework, a Data Processor Agreement (DPA) must be completed and returned to the Council prior to any appointment of the Framework.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Insurance

- Employer’s Liability Insurance

- Public Liability Insurance

- Statutory third-party motor vehicle insurance

Financial Stability

Tenderers will be expected to demonstrate financial stability to the satisfaction of Renfrewshire Council.


Minimum level(s) of standards required:

The following insurance levels will be required as part of this procurement:

Lots 1 and/or 3 (Buses) Minimum Requirements

- Employer’s Liability insurance = 10,000,000 GBP each and every claim. Where a Tenderer believes that they are not required to hold Employer’s Liability insurance then the Tenderer shall state the legal exemption they are relying upon to support this claim.

- Public Liability Insurance = 10,000,000 GBP each and every claim

- Comprehensive motor vehicle insurance – a valid MV certificate in the company name and that cover is unlimited in respect of death or injury and that cover includes a minimum of 5,000,000 GBP property damage cover.

Lots 2 and/or 4 (Taxis) Minimum Requirements

- Employer’s Liability insurance = 10,000,000 GBP each and every claim. Where a Tenderer believes that they are not required to hold Employer’s Liability insurance then the Tenderer shall state the legal exemption they are relying upon to support this claim.

- Public Liability Insurance: 5,000,000 GBP each and every claim

- Comprehensive motor vehicle insurance – a valid MV certificate in the company name and that cover is unlimited in respect of death or injury

Tenderers will be expected to have a minimum Dun and Bradstreet Failure Score of 20 or provide 2 years of Audited Accounts, to demonstrate financial stability to the satisfaction of Renfrewshire Council.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

All Drivers shall hold appropriate & valid driving licences for the vehicles being used to deliver the service & to have held the same for not less than 12 consecutive months prior to the Driver’s commencement on the provision of Services.

PSV Drivers will also require a CPC card.

Taxis and Private Hire Cars must meet with, and be operated in accordance with, the requirements of the 1982 Act and the licensing standards and conditions imposed by the licensing authority who issued the licence.

Where required under the terms of the 1982 Act and the Civic Government (Scotland) Act 1982 (Licensing of Booking Offices) Order 2009 or any successor legislation, any premises used for the booking of taxis or private hire cars shall be appropriately licensed.

Vehicles provided for use in the provision of the Service must meet the requirements of Law and Guidance as well as the following standards as a minimum and as applicable.

Where a Passenger Carrying Vehicle (PCV) is being used then the following minimums will apply:

- The PCV will have a Vehicle Certificate of Fitness.

- The PCV will always display Public Service Vehicle Operator’s Licence.

- The PCV will have Vehicle Registration Documents.;

- Where the PCV is fitted with a tail lift, it will have a Certificate of examination to comply with the Lifting Operations and Lifting Equipment Regulations 1998.

- A tail lift must only be operated by suitably trained Staff


Minimum level(s) of standards required:

All vehicles must:

Be roadworthy.

Be adequately capable of conveying the number of passengers.

Meet all relevant standards of safety in connection with their intended use.

Be adequately and appropriately taxed and insured.

Be correctly licensed.

Have seats which are all fitted with lap and diagonal inertia reel seat belts.

Have suitable wheelchair restraints and seatbelts, where appropriate.

III.2) Conditions related to 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: 20

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 000-035372

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/04/2026

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: 11/09/2026

IV.2.7) Conditions for opening of tenders

Date: 14/04/2026

Local time: 12:00

Information about authorised persons and opening procedure:

Tenders will be opened in accordance with the Councils Standing Orders

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 29701. 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:

As part of their Tender Submission, each Tenderer will be required to confirm their commitment to delivering Community Benefits throughout the Duration (or after the End Date for Community Benefits which are due in the final 12 months of the Framework).

The Council will earn Community Benefit points, correlated to the level of cumulative spend for the previous 12 months on Call-off Contracts awarded under the Framework, regardless of Lot involved.

The Council will then agree with the Service Provider which Community Benefits to be delivered and timescales for delivery, using the Council’s Community Benefits Outcome Menu (found in the Attachment Area of PCS-T) as the basis for discussion/agreement of Community Benefits to be delivered.

(SC Ref:818369)

VI.4) Procedures for review

VI.4.1) Review body

See VI.4.3 below

See VI.4.3 below

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.5) Date of dispatch of this notice

12/03/2026

Coding

Commodity categories

ID Title Parent category
34121000 Buses and coaches Motor vehicles for the transport of 10 or more persons
60172000 Hire of buses and coaches with driver Hire of passenger transport vehicles with driver
60171000 Hire of passenger cars with driver Hire of passenger transport vehicles with driver
34114400 Minibuses Specialist vehicles
34120000 Motor vehicles for the transport of 10 or more persons Motor vehicles
34115200 Motor vehicles for the transport of fewer than 10 persons Other passenger cars
34115000 Other passenger cars Passenger cars
34110000 Passenger cars Motor vehicles
60120000 Taxi services Road transport services
60000000 Transport services (excl. Waste transport) Transport and Related Services

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:
shona.brydson@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.