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