Contract

Software Asset Management as a Service (SAMaaS)

  • Renfrewshire Council

F03: Contract award notice

Notice identifier: 2026/S 000-001354

Procurement identifier (OCID): ocds-h6vhtk-05503e

Published 8 January 2026, 10:51am



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Email

rachel.davison@renfrewshire.gov.uk

Telephone

+44 3003000300

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Software Asset Management as a Service (SAMaaS)

Reference number

RC-CPU-25-041

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

Renfrewsjore Council’s ICT Service requires the renewal of its Software Asset Management as a Service (SAMaaS) Contract. The SAMaaS provides analysis of the Council’s data which ensures that software compliance issues are highlighted for action. The SAMaaS provider offers advice and support in the execution of these actions. It also helps the Council in its aim to reduce the number of contracts the Council has across various departments with the same Service Provider, allowing for more streamlined contract management and a reduction in costs.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £451,196.30

two.2) Description

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72260000 - Software-related services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

Renfrewshire Council's ICT Services requires the continued delivery of a Software Asset Management as a Service model as currently used by the Council for a period of 3 years with the option to extend for a further 2 at the sole discretion of the Council.

SAMaaS will provide analysis of the Council’s data ensuring that software compliance issues are highlighted for action. They will offer advice and support in the execution of these actions and defend the Council’s position in any compliance audit scenario. Whilst continuing to achieve full software compliance the next stage will be to optimise the Council’s license usage through knowledge and review of the license models.

The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA)Threshold as an Open procedure.

two.2.5) Award criteria

Quality criterion - Name: Approach to Implementation, Resources, Knowledge and Skills / Weighting: 25%

Quality criterion - Name: Service Delivery - License Compliance/Audit Ready / Weighting: 15%

Quality criterion - Name: Service Delivery - Software Optimisation/Cost Reduction / Weighting: 15%

Quality criterion - Name: Account Management / Weighting: 5%

Quality criterion - Name: Fair Work First / Weighting: 5%

Quality criterion - Name: Community Benefits / Weighting: 5%

Price - Weighting: 30%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-033803


Section five. Award of contract

Contract No

RC-CPU-25-041

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 December 2025

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Business Continuity Services Ltd

14 Alloway Place

Ayr

KA7 2AA

Telephone

+44 1292283828

Country

United Kingdom

NUTS code
  • UKM94 - South Ayrshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £451,196.30


Section six. Complementary information

six.3) Additional information

Tenderers are required to comply with the following:

- Specification;

- General Conditions of Contract;

- Special Conditions;

- Data Processing Agreement document.

- Cyber Security Requirements as contained in the Specification.

Tenderers must complete, sign and upload the following documentation (as contained within the Supplier attachment area on PCS_T) with their tender submission:

- Tender Declaration Certificate;

- Equalities Questionnaire;

- Equalities Declaration;

- Tender Compliance Certificate;

- Prompt Payment Certificate;

- No Collusion Certificate;

- H&S Questionnaire;

Please note that all documents must be signed by an authorised signatory.

Request for Information:

Evidence of your company's insurance certificates detailing the required level of insurance's as per the levels stated within this Contract Notice and as detailed within the Invitation to Tender documentation must be uploaded within the general attachments area in Public Contract Scotland Tender Portal upon request by the Council.

Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts.

Tenderers are asked to complete a Community Benefit (CB) Outcome Menu and supporting methodology for a technical value of 5%. Full instructions regarding how to complete the Community Benefit (CB) Outcome Menu will be contained within the Invitation to Tender which can be found on PCS-T project number 29403.

All additional information relevant to this procurement exercise is detailed within the Invitation to Tender document which can be found on PCS-T project number 29403.

(SC Ref:820033)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.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.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom